Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
02-11-2008 - Supplemental Materials
Mr. Michael Higgins Mrs. Kathleen Higgins 8601 N.E. 12th St. Medina, WA. 98039 425-502-8282 February 11 2008 City Council Members of Medina; Traffic cut through to and from 520 on N.E.12th and 84th Ave N.E. has increased to an intolerable and unsafe condition. As Bellevue has used traffic calming on 108th Ave north of N.E.12th St. and Old Main St., we request the City of Medina implement traffic calming on N.E.12th St. and 84th Ave. N. E. We request stop signs on 86th Ave. so children can cross to school and traffic can merge onto 12th. We request a full stop at 12th & 84th by moving the island back and making the curved lane to 84th busses only. We request a reduction in the speed limit on 84th to 30mph to make the transition easier to the 25mph on other community streets. We request a cross walk at 84th and 20th so pedestrians can safely cross to the bus stop and traffic can easily merge from 20th onto 84th. In discussion with Chief Chen we now understand it is impossible to patrol for speeders on N.E.12th and 84th as jurisdiction is divided between Clyde Hill and Medina. It is Imperative that with five schools in this area that this issue be immediately addressed. It is critical that we let cut through traffic know that this is not a race track to the freeway and that the safety of our children and the character of our community will not tolerate the danger of this situation. Respectfully, Michael Higgins Kathleen Higgins ie,�iev�G.w�i�d &j- 2111lov c.c-u-K�t vu-L�"� Rachel Baker From: Jeff Chen Sent: Monday, February 11, 2008 4:48 PM To: Rachel Baker; Mark Weinberg Subject: RE: Council Meeting Recap POSTPONED The Mercer Island Marine Patrol presentation has been cancelled for tonight's CC meeting. -----Original Message ----- From: Rachel Baker Sent: Monday, February 11, 2008 4:46 PM To: City Hall Staff Subject: RE: Council Meeting Recap POSTPONED The meeting time has been delayed. The hearing examiner requires use of the council chambers for a continued hearing tomorrow morning. At this point, a rescheduled time has not yet been determined. From: Rachel Baker Sent: Monday, February 11, 2008 11:17 AM To: City Hall Staff Subject: Council Meeting Recap All staff are invited to attend a council meeting recap scheduled for tomorrow, 10am in the council chambers. Topics to include brief summaries of tonight's council agenda items and council actions. If you have other general items, please bring for discussion. Rachel Baker, City Clerk City of Medina PO Box 144 501 Evergreen Point Road Medina, WA 98039 425-233-6411 rbaker@medina-wa.gov 1 CITY OF MEDINA P.O. Box 144 501 Evergreen Point Road, Medina, WA 98039 (425) 233-6439 jwillis@medina-wa.gov AGREEMENT FOR PROFESSIONAL SERVICES DATE: January 23, 2008 BETWEEN: Anne Skoog (Consultant) AND: City of Medina FOR: GIS Mapping and AutoCAD Design Services CITY REPRESENTATIVE Administration of this contract shall be by the City Director of Public Works. SCOPE Anne Skoog (Consultant) agrees to provide professional services that include: ■ Consultation/client communication necessary for understanding the project scope, schedule, and deliverables for requested services. ■ Collection of data for mapping of the City storm drainage system including GPS positions of system features (utilizing City equipment), coding of attributes, field observations of features and documentation inventory, data processing, spreadsheet preparation, tranfering data to AutoCAD and ArcView programs for incorporation into the existing City GIS mapping layers, set up plotting for maps of the system. ■ Create maintenance and operations protocol and procedures for City staff use in ongoing operations and maintenance activities. ■ Provide training for City staff to maintain and update the storm drainage system inventory and maps. ■ Under the direction of the City Engineer/Public Works Director, prepare drawings, layouts, and other materials associated with Capital Project designs, incorporating existing topography, field locations of utilities, and roadway features into AutoCAD base maps for preliminary engineering design prepared by the City Engineer, drafting of designs provided by the engineer, and incorporation into final project contract documents for bidding and construction. The Consultant will not be responsible for any latent defect in the project design provided by the engineer. SCHEDULE The Consultant will make every effort to meet the client's schedule, but is not responsible for delays, or any costs associated with delays, that occur due to failure of third party's commitments or any other cause beyond Consutlant's control. BUDGET Consultant agrees to work within the clients' approved budget to provide the agreed services and product deliverables. Estimated fees and schedules shall be provided for the established scope of work prior to initiation of the work. PURCHASING Any purchases of materials or equipment required to accomplish the scope of work that are deemed necessary by the City may be procured by the City and shall not be included in the consultant's invoices or compensation. FEES Fees for services rendered shall be on a time and materials basis. Following is a breakdown of hourly fees. GIS Specialist $ 60.00 / hour Field Data Surveyor $ 50,00 / hour Senior design/drafter $ 50.00 / hour Administrative $ 25.00/ hour Reimbursable expenses not included in the above estimate include presentation and production materials, travel expenses, long distance phone charges, and mailing costs may be billed at cost plus 10%. The billing cycle shall be monthly with timesheets available on request. Invoices will be paid within 30 days. Balances unpaid after 30 days may be subject to an interest charge of 1.25% per month. COPYRIGHT Data, documents, maps, drawings, and design concepts developed in the course of the work shall remain the property of the City of Medina. Consultant may retain the right to use the project and sample drawings in its portfolio provided the City is held harmless from any and all liability for the use thereof. RETAINER A one time retainer for this project of $ 4,000.00 is required for consultant start up. The retainer fee shall be deducted from the final invoice(s) from the Consultant and shall be reflected on all invoices submitted to the City. GENERAL TERMS AND CONDITIONS See attached "General Contract Terms and Conditions". AUTHORIZATION: CONSULTANT CITY OF MEDINA Mark Weinberg, City Manager Date Date GENERAL CONTRACT TERMS AND CONDITIONS These terms and conditions are hereby a part of the conditions agreed to by the Consultant upon Offer. 1. Entire Contract: This Contract, including the exhibits and addenda attached hereto and forming a part hereof (if any), are all of the covenants, promises, agreements and conditions, between the parties. All such addenda and exhibits and attachments are incorporated herein by this reference, and shall be a part of this contract instrument. This entire contract instrument, including all such attachments as incorporated by this reference, shall specify the working relationship between the City and the Contractor, and specific obligations of both parties. 2. Complementary Provisions: All provisions of this Agreement are intended to be complementary, and any requirements mentioned by one and not mentioned in another section of this Agreement, shall nevertheless by performed, to the same extent as though required by all. 3. Contractor Obligation: Except as otherwise specifically provided in this Agreement, ontractor shall furnish all that may be required to provide the scope of work as described in the contract and incorporated documents, including any personnel, labor and supervision, technical, professional and other services, equipment and supplies. Details of the any supplies, equipment, or installation or same, that are necessary to carry out the intent of this Agreement, but that are not expressly stated, shall be perfumed or furnished by the Contractor as part of the Contract, without any increase in the compensation otherwise payable under this Agreement. 4. Executory Agreement: This Contract will not be considered valid until signed by both parties. 5. Binding Effect: The provisions, covenants, and conditions in this Contract apply to bind the parties, their legal heirs, representatives, successors, and assigns. 6. Venue: The Contractor shall not commence or prosecute any suit, proceeding or claim to enforce the provisions of this Agreement, to recover damages for breach or default in this Agreement, or otherwise arising under or by reason of this Agreement, other than in the courts of the State of Washington, King County or the District Court of the United States, Western Division, State of Washington. Contractor hereby irrevocably consents to the jurisdiction of the courts of the State of Washington with venue laid in King County and of the District Court of the United States, Western Division, State of Washington. 7. No Verbal Agreements: No verbal agreements or conversations between any officer, agent, associate or employee of the City and any officer, agency, employee or associate of the Consultant prior to execution of this Contract shall affect or modify any of the terms or obligations contained in this Contract. Any such verbal agreements shall be considered unofficial information and in no way binding on either party. 8. No Gifts and Gratuities: Businesses must not offer, nor City employees accept, gifts, gratuities, loans, trips, favors, special discounts, services, or anything of economic value in conjunction with city business practices. It is also unlawful for anyone to offer another, to influence or cause them to refrain from submitting a bid. Contractors and City employees must strictly adhere to the statutes and ordinances for ethics in contracting. and purchasing, including the City Ethics Code, RCW 42.23 (Code of Ethics for Municipal Officers) and RCW 42.52 (Ethics in Public Service). This is applicable to any business practice, whether a contract condition, bid practice, or at any activity related to City business. 9. No Conflict of Interest: The Contractor confirms that the Contractor does not have a business interest with any City officer or employee who was, is, or will be involved in the consultant selection, negotiation, drafting, signing, administration or evaluation of the Consultant's performance. Also, the Contractor confirms adherence to the City policy regarding conflict of interest, the City Ethics Code, and the RCW as named previous. 10. Applicable Law: Except as hereinafter specifically provided, this Contract shall be governed by and construed according to the laws of the State of Washington. Any suit arising herefrom shall be brought in King County Superior Court, which forum shall have sole and exclusive jurisdiction and venue. 11. Compliance with Law: General Requirements: The Contractor, at its sole cost and expense, shall perform and comply with all applicable laws of the United States and the State of Washington; and all applicable laws, ordinances, rules, regulations, orders, and other requirements, in effect, of any governmental entity (including but not limited to such requirements as may be imposed upon Medina and applicable to the Agreement). Contractors shall furnish documents as may be required to effect or evidence such compliance. All laws, ordinances, rules or orders required to be incorporated in agreements of this character are incorporated in this Agreement by this reference. Licenses, Permits and Similar Authorization: The Contractor, at no expense to the City, shall secure and maintain in full force and effect during the term of this Contract, all required licenses, permits, and similar legal authorizations, and comply with all requirements thereof. Taxes: The Contractor shall pay, before delinquency, all taxes, levies, and assessments arising from its activities and undertakings under this Contract; taxes levied on its property, equipment and improvements; and taxes on the Contractor's interest in this Contract and any leasehold interest deemed to have been created thereby under RCW 82.29A. 12. Relationship between City and Contractor: Contractor shall be at all times an independent contractor and not an agent or representative of Medina with regard to performance of this Agreement. Contractor shall not represent that it is, or hold itself out as, an agent or representative of Medina, unless specifically authorized by the Medina City Council. The Contractor shall serve as CONSULTANT, which is intended to create a CONSULTANT - CLIENT relationship. 13. Restrictions on Assignment, Subcontracting, Delegation: Contractor may not (by contract, operation of law, or otherwise) delegate or subcontract or assign performance of the Scope of Work to any other person or entity without the prior written consent of Medina. Any such delegation or subcontracting without Medina's prior written consent shall be voidable at Medina's option. Approval of such assignment shall not be unreasonably withheld. No delegation or subcontracting of performance, with or without Medina's prior written consent, shall relieve Contractor of responsibility to perform the services in accordance with this Agreement. Contractor shall be fully responsible for the performance, acts and omissions of Contractor's employees, Contractor's subcontractors and any other person who performs or furnishes any services. 14. Performance and Execution: Contractor shall perform the Services in a timely manner and in accordance with the standards of the profession. At the time of performance, Contractor shall be properly licensed, equipped, organized and financed to perform the Scope of Work in accordance with this Agreement. Subject to compliance with the requirements of this Agreement, Contractor shall perform the Services in accordance with its own methods. 15. Errors and Omission Correction: The Contractor shall be responsible for the professional quality, technical accuracy and the coordination of all drawings, specifications, and other services furnished by or on behalf of the Contractor under this Contract. The Contractor, without additional compensation, shall correct or revise any errors or deficiencies in the drawing, specifications and/or Contractor services immediately upon notification by the City. The indemnification provided for in this Article with respect to any acts or omissions during the term of this Contract shall survive any termination or expiration of this Contract. 16. Precautions Against Bodily Injury or Property Damage: Contractor shall take all reasonable precautions to protect against any bodily injury (including death) or property damages that may occur in connection with this Agreement. 17. Amendments or Change Order: No modification or amendment of the provisions hereof shall be effective unless in writing and signed by authorized representatives of the parties hereto. The parties hereto expressly reserve the right to modify this Contract, from time to time, by mutual agreement. 18. Extra Work: The City may desire to have the Contractor provide additional units and/or perform work or render services in connection with this Contract other than that expressly provided for in the "Scope of Work." This will be considered extra work, supplemental to this Contract and shall not proceed unless authorized by an amendment. Any costs incurred due to the performance of extra work prior to execution of an amendment will not be reimbursed under this Contract or any amendment. 19. Force Maieure: Except for payment of sums due, neither party shall be liable to the other or deemed in default under this contract, if and to the extent that such party's performance of this contract is prevented by reason or force majeure, as determined by the City. The term "force majeure" means an occurrence beyond the control of the affected party and not avoidable by reasonable diligence. Force majeure includes acts of God, war, riots, strikes, fire, floods, epidemics, or other similar occurrences. If either party is delayed by force majeure, said party shall provide written notification to the other within 48 hours. Delays shall cease as soon as practicable and written notification of same provided. The time of contract completion may be extended by contract modification, for a period of time equal to that delay caused under this condition. The City reserves the right to cancel the contract and/or purchase materials, equipment or services from the best available source during the time of force majeure, and Contractor shall have no recourse against the City. 20. Indemnification: To the maximum extent permitted by law, the Contractor shall be liable for and shall hold the City harmless from all damages and injuries caused to persons or property arising out of the performance of this Contract. The Contractor agrees to assume the defense of the City and its officers and employees in all legal proceedings or claims with third parties connected with the Contractor's performance under this Contract, to pay all expenses, including reasonable attorney's fees, incurred by the City directly or indirectly on account of such legal proceedings, and to satisfy any judgment rendered in connection therewith or to pay or reimburse the payment of any sums reasonable to settle such proceedings or claims. 21. Personal Liability: It is agreed by and between the parties hereto that in no event shall any official, officer, employee, or agent of the City of Medina be in any way liable or responsible for any covenant or agreement herein contained whether express or implied, nor for any statement of representation made herein or in any connection with this agreement. 22. Laws: The consultant shall comply with all applicable federal, state and local laws, rules, and regulations affecting its performance and hold the Purchaser harmless against any claims arising from the violation thereof. No extension of time or additional payment will be made for loss of time or disruption of work caused by any actions against the Contractor for any of the above reasons. 23. Payments: The Contractor shall be paid, upon submission of proper invoices, prices stipulated herein for supplies or services that are delivered and accepted (less deductions, if any), as herein provided. Unless otherwise specified, payment will be made on partial deliveries accepted by the City when the amount due on such deliveries so warrants; or if requested by the Contractor. Payment for partial deliveries shall only be made upon receipt of an accurate and adjusted invoice, or a certified receiving report, and/or final installed acceptance. All accounts are paid according to RCW 39.76.020, Section 4C, payment procedures as follows: The City Council approves payments on the second Monday of each month. Payments will be mailed once a month, according to the current City of Medina payable schedule. 24. Invoices: Invoices must be submitted in two copies, supported by a delivery ticket/receipt, and contain the following minimum information: (1) purchase order/contract number; (2) item number, quantity and description; (3) unit and extended prices; and (4) shipping charges when applicable. Mail invoices to: City of Medina, P.O. Box 144, Medina, WA 98039. Invoices without purchase order numbers or a contract number will be returned unpaid. 25. Nondiscrimination: In all hiring or employment made possible or resulting from this Agreement, there shall be no unlawful discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status or the presence of any sensory, mental, or physical handicap, unless based upon a bona fide occupational qualification. This requirement shall apply to but not be limited to the following: employment, advertising, layoff or termination, rates, pay or other forms of compensation, and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status, or in the presence of any sensory, mental or physical handicap. 26. Equal Opportunity: "The Equal Opportunity Clause" in Section 301 of Executive Order 10925 as amended, and the implementing Rules and Regulations, are herein incorporated by reference. 27. OSHAIWISHA: The Contractor agrees to comply with the conditions of the Federal Occupational Safety and Health Act of 1970, the Washington Industrial Safety and Health Act of 1970, and the standards and regulations issued thereunder, and certifies that all items furnished and purchased under the order will conform to and comply with said standards and regulations. Contractor further agrees to indemnify and hold harmless Purchaser from damages assessed against Purchaser as a result of Contractor's failure to comply with the Acts and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 28. Taxes: Include Washington State Sales and Local tax where applicable, as a separate item on the invoice. Exclude Federal Excise Tax and supply exemption certificate when necessary. 29. Hold Harmless: The Contractor shall hold the City and its officers, agents and employees harmless from all costs; claims or liabilities of any nature including attorneys; fees, costs and expenses for or on account of injuries or damages sustained by any persons or property resulting from the negligent activities or omissions of the Contractor, its agents or employees pursuant to the Agreement, or on account of any unpaid wages or other remuneration for services; and if a suit as described above be filed, the Contractor shall appear and defend the same at its own cost and expense, and if judgment be rendered or settlement made requiring payment by the City, the Contractor shall pay the same. 30. Ownership Of Documents: All documents, data, drawings, specifications, software applications and other products or materials produced by the Contractor in connection with this Agreement shall be the property of the City whether the project for which they are made is executed or not. All such documents, products and materials shall be forwarded to the City at its request and may be used by the City as it sees fit. The City agrees that if the documents, products and materials prepared by the Contractor are used for purposes other than those intended by the Agreement, the City does so at its sole risk and agrees to hold the Contractor harmless for such use. All services performed under this Agreement will be conducted solely for the benefit of the City and will not be used for any other purpose without written consent of the City. Any information relating to the services will not be released without the written permission of the City. The Contractor shall preserve the confidentiality of all City documents and data accessed for use in Contractor's work product. 31. Emergency Work: The Contractor will not be allowed added compensation for any emergency work performed on Sundays or legal holidays, unless such work is ordered and approved by the City Manager or his/her designee or is otherwise required under condition #35, below. 32. Guarantee: The Contractor hereby guarantees that all of the work, materials or equipment furnished by him/her under this agreement will fully meet all requirements for quality of workmanship, materials, strength and any and all other requirements of the specifications. 33. Workers Right to Know: The Department of Labor and Industries are required by law to establish a program to make employers and employees more aware of the hazardous substances in their work environment. WAC 296-62-054 requires (among other things) that all manufacturers/distributors of hazardous substances, including any of the items so listed on this RFP, RFQ, ITB or contract bid and subsequent award, must include with each delivery completed MSDS (Material Safety Data Sheets) for each hazardous material. Additionally, each container of hazardous material must be appropriately labeled with: (1) The identify of the hazardous material; (2) appropriate hazardous warnings; and (3) Name and address of the chemical manufacturer, importer or responsible party. Labor and Industries may levy appropriate fines against employers for noncompliance and agencies may withhold payment pending receipt of a legible copy of the MSDS. It should be noted that OSHA Form 20 is not acceptable in lieu of this requirement, unless it is modified to include appropriate information relative to "carcinogenic ingredients" and "routes of entry" of the product(s) in question. 34. Proprietary Proposal Material: The City will attempt to protect legitimate trade secrets of any Vendor, but certain bid information is subject to Public Disclosure, and may be disclosable upon public request. Any information that a bidder considers proprietary, should be marked upon submittal. The City will seek to notify bidders should such information be requested for release, and to advise bidders concerning whether maintaining such information is possible or reasonable under public disclosure rights, however the City must release all information that is not reasonably protected from public disclosure. 35. Emergency and Disasters: The following shall be in effect during major emergencies or disasters when the City activates its Emergency Operations Center or otherwise provides verbal notice. Seller acknowledges that the City is procuring such goods/services for the benefit of the public. Seller agrees, in support of public good purposes, to consider the City as the customer of first priority and shall make its best effort to provide the City requested goods/services in as timely a manner as practicable. Seller and the City agree that a major emergency or disaster includes, but is not limited to: storms, high winds, earthquakes, floods, hazardous material releases, transportation mishaps, loss of utilities, fires, terrorist activities or combinations of above. The seller understands and agrees to provide the City, upon City request, such goods/services at such timed as the City determines. In the event the Seller us unable to meet the delivery requirements due to circumstances beyond the reasonable control of the Seller, Seller agrees to make such delivery as soon as practicable. If Seller is prevented from making delivery to the requested location due to circumstance beyond its reasonable control, Seller shall immediately assist the City in whatever reasonable manner to gain access to such goods/services. In the event Seller us unable to provide goods/services as requested by the City, the Seller may offer limited substitutions for City consideration and shall provide substitutions with prior approval from the City. Seller agrees to charge the City the price determined in this contract. If no price has been determined, it shall charge the City a price that is normally charged for such goods/services. In the event that the City request results in the Seller incurring unavoidable additional costs that cause the Seller to increase prices in order to obtain a fair rate of return, seller shall charge the City a price not to exceed the cost/profit formula found in the contract. 36. Americans with Disabilities Act: the Contractor shall comply with all applicable provisions of the Americans with Disabilities Act of 1990 (ADA) in performing its obligations under this Contract. In particular, if the Consultant is providing services, programs or activities to City employees or members of the public as part of this Contract, the Consultant shall not deny participation or the benefits of such services, programs or activities to people with disabilities on the basis of such disability. Failure to comply with the provisions of the ADA shall be a material breach of, and grounds for the immediate termination of, this Contract. 37. Termination: Either party may terminate this Contract with or without cause. Notice: The party terminating this Contract shall give written notice to the other not less than sixty (60) calendar days prior to the effective day of termination, provided, in the event of emergency, termination may become effective without notice. 38. Opportunity to Cure Default: In the event that Contractor fails to perform a contractual requirement or materially breaches any term or condition, the City may issue a written or oral notice of default and provide a period of time in which Contractor shall have the opportunity to cure. Time allowed for cure shall not diminish or eliminate Contractor's liability for liquidated or other damages. The City is not required to allow the Contractor to cure defects if the opportunity for cure is not feasible as determined solely by the City. The City may terminate the contract for nonperformance, breach or default without allowing the opportunity to cure by the Contractor. 39. Remedies for Cure of Default: If the nonperformance; breach or default remains after Contractor has been provided the opportunity to cure, the City may do one or more of the following: (1) exercise any remedy provided by law; (2) terminate this contract and any related contracts or portions thereof; (3) impose liquidated damages; (4) suspend contractor from receiving future invitations to bid. The City of Medina may procure the articles or services from other sources and hold the Bidder responsible for any excess and expense occasioned thereby, including delay in time, whether foreseeable or unforeseeable. 40. Failure To Perform: Failure of a Bidder to furnish the equipment, supplies, materials, and/or services from a bid which results in a contract award, may eliminate the Bidder from the active bidder's mailing list for the products or services concerned, at the discretion of the City. Hourly Fee Structure Effective January 1, 2008 through December 31, 2008 GIS Specialist......................................................... $ 60.00 /hr. Field Survey Associate .............................................. $ 50.00 /hr. Senior Designer/drafter.............................................. $ 50.00 /hr. Administrative Support ............................................... $ 25.00 /hr. CITY OF MEDINA P.O. Box 144 501 Evergreen Point Road, Medina, WA 98039 (425) 233-6439 jwillis@medina-wa.gov AGREEMENT FOR PROFESSIONAL SERVICES DATE: January 23, 2008 BETWEEN: Anne Skoog (Consultant) AND: City of Medina FOR: GIS Mapping and AutoCAD Design Services CITY REPRESENTATIVE Administration of this contract shall be by the City Director of Public Works. SCOPE Anne Skoog (Consultant) agrees to provide professional services that include: ■ Consultation/client communication necessary for understanding the project scope, schedule, and deliverables for requested services. ■ Collection of data for mapping of the City storm drainage system including GPS positions of system features (utilizing City equipment), coding of attributes, field observations of features and documentation inventory, data processing, spreadsheet preparation, tranfering data to AutoCAD and ArcView programs for incorporation into the existing City GIS mapping layers, set up plotting for maps of the system. ■ Create maintenance and operations protocol and procedures for City staff use in ongoing operations and maintenance activities. ■ Provide training for City staff to maintain and update the storm drainage system inventory and maps. ■ Under the direction of the City Engineer/Public Works Director, prepare drawings, layouts, and other materials associated with Capital Project designs, incorporating existing topography, field locations of utilities, and roadway features into AutoCAD base maps for preliminary engineering design prepared by the City Engineer, drafting of designs provided by the engineer, and incorporation into final project contract documents for bidding and construction. The Consultant will not be responsible for any latent defect in the project design provided by the engineer. SCHEDULE The Consultant will make every effort to meet the client's schedule, but is not responsible for delays, or any costs associated with delays, that occur due to failure of third party's commitments or any other cause beyond Consutlant's control. BUDGET Consultant agrees to work within the clients' approved budget to provide the agreed services and product deliverables. Estimated fees and schedules shall be provided for the established scope of work prior to initiation of the work. PURCHASING Any purchases of materials or equipment required to accomplish the scope of work that are deemed necessary by the City may be procured by the City and shall not be included in the consultant's invoices or compensation. FEES Fees for services rendered shall be on a time and materials basis. Following is a breakdown of hourly fees. GIS Specialist $ / hour Field Data Surveyor $ / hour Senior design/drafter $ / hour Administrative $ / hour Reimbursable expenses not included in the above estimate include presentation and production materials, travel expenses, long distance phone charges, and mailing costs may be billed at cost plus 10%. The billing cycle shall be monthly with timesheets available on request. Invoices will be paid within 30 days. Balances unpaid after 30 days may be subject to an interest charge of 1.25% per month. COPYRIGHT Data, documents, maps, drawings, and design concepts developed in the course of the work shall remain the property of the City of Medina. Consultant may retain the right to use the project and sample drawings in its portfolio provided the City is held harmless from any and all liability for the use thereof. RETAINER A one time retainer for this project of $ is required for consultant start up. The retainer fee shall be deducted from the final invoice(s) from the Consultant and shall be reflected on all invoices submitted to the City. GENERAL TERMS AND CONDITIONS See attached "General Contract Terms and Conditions". AUTHORIZATION: CONSULTANT Date CITY OF MEDINA Mark Weinberg, City Manager Date Hourly Fee Structure Effective January 1, 2008 through December 31, 2008 GISSpecialist......................................................... $ /hr. Field Survey Associate .............................................. $ /hr. Senior Designer/drafter.............................................. $ /hr. Administrative Support ............................................... $ /hr. GENERAL CONTRACT TERMS AND CONDITIONS These terms and conditions are hereby a part of the conditions agreed to by the Consultant upon Offer. 1. Entire Contract: This Contract, including the exhibits and addenda attached hereto and orming a part hereof (if any), are all of the covenants, promises, agreements and conditions, between the parties. All such addenda and exhibits and attachments are incorporated herein by this reference, and shall be a part of this contract instrument. This entire contract instrument, including all such attachments as incorporated by this reference, shall specify the working relationship between the City and the Contractor, and specific obligations of both parties. 2. Complementary Provisions: All provisions of this Agreement are intended to be complementary, and any requirements mentioned by one and not mentioned in another section of this Agreement, shall nevertheless by performed, to the same extent as though required by all. 3. Contractor Obligation: Except as otherwise specifically provided in this Agreement, Uontractor shall t, irnish all that may be required to provide the scope of work as described in the contract and incorporated documents, including any personnel, labor and supervision, technical, professional and other services, equipment and supplies. Details of the any supplies, equipment, or installation or same, that are necessary to carry out the intent of this Agreement, but that are not expressly stated, shall be perfumed or furnished by the Contractor as part of the Contract, without any increase in the compensation otherwise payable under this Agreement. 4. Executory Agreement: This Contract will not be considered valid until signed by both parties. 5. Binding Effect: The provisions, covenants, and conditions in this Contract apply to bind the parties, their legal heirs, representatives, successors, and assigns. 6. Venue: The Contractor shall not commence or prosecute any suit, proceeding or claim to enforce the provisions of this Agreement, to recover damages for breach or default in this Agreement, or otherwise arising under or by reason of this Agreement, other than in the courts of the State of Washington, King County or the District Court of the United States, Western Division, State of Washington. Contractor hereby irrevocably consents to the jurisdiction of the courts of the State of Washington with venue laid in King County and of the District Court of the United States, Western Division, State of Washington. 7. No Verbal Agreements: No verbal agreements or conversations between any officer, agent, associate or employee of the City and any officer, agency, employee or associate of the Consultant prior to execution of this Contract shall affect or modify any of the terms or obligations contained in this Contract. Any such verbal agreements shall be considered unofficial information and in no way binding on either party. 8. No Gifts and Gratuities: Businesses must not offer, nor City employees accept, gifts, gratuities, loans, trips, favors, special discounts, services, or anything of economic value in conjunction with city business practices. It is also unlawful for anyone to offer another, to influence or cause them to refrain from submitting a bid. Contractors and City employees must strictly adhere to the statutes and ordinances for ethics in contracting and purchasing, including the City Ethics Code, RCW 42.23 (Code of Ethics for Municipal Officers) and RCW 42.52 (Ethics in Public Service). This is applicable to any business practice, whether a contract condition, bid practice, or at any activity related to City business. 9. No Conflict of Interest: The Contractor confirms that the Contractor does not have a business interest with any City officer or employee who was, is, or will be involved in the consultant selection, negotiation, drafting, signing, administration or evaluation of the Consultant's performance. Also, the Contractor confirms adherence to the City policy regarding conflict of interest, the City Ethics Code, and the RCW as named previous. 10. Applicable Law: Except as hereinafter specifically provided, this Contract shall be governed by and construed according to the laws of the State of Washington. Any suit arising herefrom shall be brought in King County Superior Court, which forum shall have sole and exclusive jurisdiction and venue. 11. Compliance with Law: General Requirements: The Contractor, at its sole cost and expense, shall perform and comply with all applicable laws of the United States and the State of Washington; and all applicable laws, ordinances, rules, regulations, orders, and other requirements, in effect, of any governmental entity (including but not limited to such requirements as may be imposed upon Medina and applicable to the Agreement). Contractors shall furnish documents as may be required to effect or evidence such compliance. All laws, ordinances, rules or orders required to be incorporated in agreements of this character are incorporated in this Agreement by this reference. Licenses, Permits and Similar Authorization: The Contractor, at no expense to the City, shall secure and maintain in full force and effect during the term of this Contract, all required licenses, permits, and similar legal authorizations, and comply with all requirements thereof. Taxes: The Contractor shall pay, before delinquency, all taxes, levies, and assessments arising from its activities and undertakings under this Contract; taxes levied on its property, equipment and improvements; and taxes on the Contractor's interest in this Contract and any leasehold interest deemed to have been created thereby under RCW 82.29A. 12. Relationship between City and Contractor: Contractor shall be at all times an independent contractor and not an agent or representative of Medina with regard to performance of this Agreement. Contractor shall not represent that it is, or hold itself out as, an agent or representative of Medina, unless specifically authorized by the Medina City Council. The Contractor shall serve as CONSULTANT, which is intended to create a CONSULTANT - CLIENT relationship. 13. Restrictions on Assignment, Subcontracting, Delegation: Contractor may not (by contract, operation of law, or otherwise) delegate or subcontract or assign performance of the Scope of Work to any other person or entity without the prior written consent of Medina. Any such delegation or subcontracting without Medina's prior written consent shall be voidable at Medina's option. Approval of such assignment shall not be unreasonably withheld. No delegation or subcontracting of performance, with or without Medina's prior written consent, shall relieve Contractor of responsibility to perform the services in accordance with this Agreement. Contractor shall be fully responsible for the performance, acts and omissions of Contractor's employees, Contractor's subcontractors and any other person who performs or furnishes any services. 14. Performance and Execution: Contractor shall perform the Services in a timely manner and in accordance with the standards of the profession. At the time of performance, Contractor shall be properly licensed, equipped, organized and financed to perform the Scope of Work in accordance with this Agreement. Subject to compliance with the requirements of this Agreement, Contractor shall perform the Services in accordance with its own methods. 15. Errors and Omission Correction: The Contractor shall be responsible for the professional quality, technical accuracy and the coordination of all drawings, specifications, and other services furnished by or on behalf of the Contractor under this Contract. The Contractor, without additional compensation, shall correct or revise any errors or deficiencies in the drawing, specifications and/or Contractor services immediately upon notification by the City. The indemnification provided for in this Article with respect to any acts or omissions during the term of this Contract shall survive any termination or expiration of this Contract. 16. Precautions Against Bodily Injury or Property Damage: Contractor shall take all reasonable precautions to protect against any bodily injury (including death) or property damages that may occur in connection with this Agreement. 17. Amendments or Change Order: No modification or amendment of the provisions hereof shall be effective unless in writing and signed by authorized representatives of the parties hereto. The parties hereto expressly reserve the right to modify this Contract, from time to time, by mutual agreement. 18. Extra Work: The City may desire to have the Contractor provide additional units and/or perform work or render services in connection with this Contract other than that expressly provided for in the "Scope of Work." This will be considered extra work, supplemental to this Contract and shall not proceed unless authorized by an amendment. Any costs incurred due to the performance of extra work prior to execution of an amendment will not be reimbursed under this Contract or any amendment. 19. Force Maieure: Except for payment of sums due, neither party shall be liable to the other or deemed in default under this contract, if and to the extent that such party's performance of this contract is prevented by reason or force majeure, as determined by the City. The term "force majeure" means an occurrence beyond the control of the affected party and not avoidable by reasonable diligence. Force majeure includes acts of God, war, riots, strikes, fire, floods, epidemics, or other similar occurrences. If either party is delayed by force majeure, said party shall provide written notification to the other within 48 hours. Delays shall cease as soon as practicable and written notification of same provided. The time of contract completion may be extended by contract modification, for a period of time equal to that delay caused under this condition. The City reserves the right to cancel the contract and/or purchase materials, equipment or services from the best available source during the time of force majeure, and Contractor shall have no recourse against the City. 20. Indemnification: To the maximum extent permitted by law, the Contractor shall be liable for and shall hold the City harmless from all damages and injuries caused to persons or property arising out of the performance of this Contract. The Contractor agrees to assume the defense of the City and its officers and employees in all legal proceedings or claims with third parties connected with the Contractor's performance under this Contract, to pay all expenses, including reasonable attorney's fees, incurred by the City directly or indirectly on account of such legal proceedings, and to satisfy any judgment rendered in connection therewith or to pay or reimburse the payment of any sums reasonable to settle such proceedings or claims. 21. Personal Liability: It is agreed by and between the parties hereto that in no event shall any official, officer, employee, or agent of the City of Medina be in any way liable or responsible for any covenant or agreement herein contained whether express or implied, nor for any statement of representation made herein or in any connection with this agreement. 22. Laws: The consultant shall comply with all applicable federal, state and local laws, rules, and regulations affecting its performance and hold the Purchaser harmless against any claims arising from the violation thereof. No extension of time or additional payment will be made for loss of time or disruption of work caused by any actions against the Contractor for any of the above reasons. 23. Payments: The Contractor shall be paid, upon submission of proper invoices, prices stipulated herein for supplies or services that are delivered and accepted (less deductions, if any), as herein provided. Unless otherwise specified, payment will be made on partial deliveries accepted by the City when the amount due on such deliveries so warrants; or if requested by the Contractor. Payment for partial deliveries shall only be made upon receipt of an accurate and adjusted invoice, or a certified receiving report, and/or final installed acceptance. All accounts are paid according to RCW 39.76.020, Section 4C, payment procedures as follows: The City Council approves payments on the second Monday of each month. Payments will be mailed once a month, according to the current City of Medina payable schedule. 24. Invoices: Invoices must be submitted in two copies, supported by a delivery ticket/receipt, and contain the following minimum information: (1) purchase order/contract number; (2) item number, quantity and description; (3) unit and extended prices; and (4) shipping charges when applicable. Mail invoices to: City of Medina, P.O. Box 144, Medina, WA 98039. Invoices without purchase order numbers or a contract number will be returned unpaid. 25. Nondiscrimination: In all hiring or employment made possible or resulting from this Agreement, there shall be no unlawful discrimination against any employee or applicant for employment because of sex, age, race, color, creed, national origin, marital status or the presence of any sensory, mental, or physical handicap, unless based upon a bona fide occupational qualification. This requirement shall apply to but not be limited to the following: employment, advertising, layoff or termination, rates, pay or other forms of compensation, and selection for training, including apprenticeship. No person shall be denied or subjected to discrimination in receipt of the benefit of any services or activities made possible by or resulting from this Agreement on the grounds of sex, race, color, creed, national origin, age except minimum age and retirement provisions, marital status, or in the presence of any sensory, mental or physical handicap. 26. Equal Opportunity: "The Equal Opportunity Clause" in Section 301 of Executive Order 10925 as amended, and the implementing Rules and Regulations, are herein incorporated by reference. 27. OSHAIWISHA: The Contractor agrees to comply with the conditions of the Federal Occupational Safety and Health Act of 1970, the Washington Industrial Safety and Health Act of 1970, and the standards and regulations issued thereunder, and certifies that all items furnished and purchased under the order will conform to and comply with said standards and regulations. Contractor further agrees to indemnify and hold harmless Purchaser from damages assessed against Purchaser as a result of Contractor's failure to comply with the Acts and the standards issued thereunder and for the failure of the items furnished under this order to so comply. 28. Taxes: Include Washington State Sales and Local tax where applicable, as a separate item on the invoice. Exclude Federal Excise Tax and supply exemption certificate when necessary. 29. Hold Harmless: The Contractor shall hold the City and its officers, agents and employees harmless from all costs; claims or liabilities of any nature including attorneys; fees, costs and expenses for or on account of injuries or damages sustained by any persons or property resulting from the negligent activities or omissions of the Contractor, its agents or employees pursuant to the Agreement, or on account of any unpaid wages or other remuneration for services; and if a suit as described above be filed, the Contractor shall appear and defend the same at its own cost and expense, and if judgment be rendered or settlement made requiring payment by the City, the Contractor shall pay the same. 30. Ownership Of Documents: All documents, data, drawings, specifications, software applications and other products or materials produced by the Contractor in connection with this Agreement shall be the property of the City whether the project for which they are made is executed or not. All such documents, products and materials shall be forwarded to the City at its request and may be used by the City as it sees fit. The City agrees that if the documents, products and materials prepared by the Contractor are used for purposes other than those intended by the Agreement, the City does so at its sole risk and agrees to hold the Contractor harmless for such use. All services performed under this Agreement will be conducted solely for the benefit of the City and will not be used for any other purpose without written consent of the City. Any information relating to the services will not be released without the written permission of the City. The Contractor shall preserve the confidentiality of all City documents and data accessed for use in Contractor's work product. 31. Emergency Work: The Contractor will not be allowed added compensation for any emergency work performed on Sundays or legal holidays, unless such work is ordered and approved by the City Manager or his/her designee or is otherwise required under condition #35, below. 32. Guarantee: The Contractor hereby guarantees that all of the work, materials or equipment furnished by him/her under this agreement will fully meet all requirements for quality of workmanship, materials, strength and any and all other requirements of the specifications. 33. Workers Right to Know: The Department of Labor and Industries are required by law to establish a program to make employers and employees more aware of the hazardous substances in their work environment. WAC 296-62-054 requires (among other things) that all manufacturers/distributors of hazardous substances, including any of the items so listed on this RFP, RFQ, ITB or contract bid and subsequent award, must include with each delivery completed MSDS (Material Safety Data Sheets) for each hazardous material. Additionally, each container of hazardous material must be appropriately labeled with: (1) The identify of the hazardous material; (2) appropriate hazardous warnings; and (3) Name and address of the chemical manufacturer, importer or responsible party. Labor and Industries may levy appropriate fines against employers for noncompliance and agencies may withhold payment pending receipt of a legible copy of the MSDS. It should be noted that OSHA Form 20 is not acceptable in lieu of this requirement, unless it is modified to include appropriate information relative to "carcinogenic ingredients" and "routes of entry" of the product(s) in question. 34. Proprietary Proposal Material: The City will attempt to protect legitimate trade secrets of any Vendor, but certain bid information is subject to Public Disclosure, and may be disclosable upon public request. Any information that a bidder considers proprietary, should be marked upon submittal. The City will seek to notify bidders should such information be requested for release, and to advise bidders concerning whether maintaining such information is possible or reasonable under public disclosure rights, however the City must release all information that is not reasonably protected from public disclosure. 35. Emergency and Disasters: The following shall be in effect during major emergencies or disasters when the City activates its Emergency Operations Center or otherwise provides verbal notice. Seller acknowledges that the City is procuring such goods/services for the benefit of the public. Seller agrees, in support of public good purposes, to consider the City as the customer of first priority and shall make its best effort to provide the City requested goods/services in as timely a manner as practicable. Seller and the City agree that a major emergency or disaster includes, but is not limited to: storms, high winds, earthquakes, floods, hazardous material releases, transportation mishaps, loss of utilities, fires, terrorist activities or combinations of above. The seller understands and agrees to provide the City, upon City request, such goods/services at such timed as the City determines. In the event the Seller us unable to meet the delivery requirements due to circumstances beyond the reasonable control of the Seller, Seller agrees to make such delivery as soon as practicable. If Seller is prevented from making delivery to the requested location due to circumstance beyond its reasonable control, Seller shall immediately assist the City in whatever reasonable manner to gain access to such goods/services. In the event Seller us unable to provide goods/services as requested by the City, the Seller may offer limited substitutions for City consideration and shall provide substitutions with prior approval from the City. Seller agrees to charge the City the price determined in this contract. If no price has been determined, it shall charge the City a price that is normally charged for such goods/services. In the event that the City request results in the Seller incurring unavoidable additional costs that cause the Seller to increase prices in order to obtain a fair rate of return, seller shall charge the City a price not to exceed the cost/profit formula found in the contract. 36. Americans with Disabilities Act: the Contractor shall comply with all applicable provisions of the Americans with Disabilities Act of 1990 (ADA) in performing its obligations under this Contract. In particular, if the Consultant is providing services, programs or activities to City employees or members of the public as part of this Contract, the Consultant shall not deny participation or the benefits of such services, programs or activities to people with disabilities on the basis of such disability. Failure to comply with the provisions of the ADA shall be a material breach of, and grounds for the immediate termination of, this Contract. 37. Termination: Either party may terminate this Contract with or without cause. Notice: The party terminating this Contract shall give written notice to the other not less than sixty (60) calendar days prior to the effective day of termination, provided, in the event of emergency, termination may become effective without notice. 38. Opportunity to Cure Default: In the event that Contractor fails to perform a contractual requirement or materially breaches any term or condition, the City may issue a written or oral notice of default and provide a period of time in which Contractor shall have the opportunity to cure. Time allowed for cure shall not diminish or eliminate Contractor's liability for liquidated or other damages. The City is not required to allow the Contractor to cure defects if the opportunity for cure is not feasible as determined solely by the City. The City may terminate the contract for nonperformance, breach or default without allowing the opportunity to cure by the Contractor. 39. Remedies for Cure of Default: If the nonperformance; breach or default remains after Contractor has been provided the opportunity to cure, the City may do one or more of the following: (1) exercise any remedy provided by law; (2) terminate this contract and any related contracts or portions thereof; (3) impose Liquidated damages; (4) suspend contractor from receiving future invitations to bid. The City of Medina may procure the articles or services from other sources and hold the Bidder responsible for any excess and expense occasioned thereby, including delay in time, whether foreseeable or unforeseeable. 40. Failure To Perform: Failure of a Bidder to furnish the equipment, supplies, materials, and/or services from a bid which results in a contract award, may eliminate the Bidder from the active bidder's mailing list for the products or services concerned, at the discretion of the City. CITYOF MEMNA Statement of Qualifications Anne Skoog January 8, 2008 Statentent of Qualifications January 8, 2008 Joe Willis Sr. Director of Public Works City of Medina PO Box 144 Medina, WA 98039 Dear Mr. Willis: I am pleased to submit this Statement of Qualifications to provide professional GIS consulting and AutoCAD design services to the City of Medina. I am writing in response to your request for statement of qualifications in the Seattle Daily Journal of Commerce on December 26, 2007. The project requirements and my skills are a perfect match. As you will see on my resume, I have 15 years of experience with AutoCAD and 7 years experience with ArcGIS. My professional experience working for the City of Monroe and Snohomish County Fire Districts No. 3 and No. 5 are exactly what the City of Medina is requesting. In addition, I am an extremely motivated and enthusiastic individual, and would appreciate the opportunity to contribute to the City of Medina's success. Thank you in advance for taking the time to review my Statement of Qualifications. I can make myself available at your convenience, during or outside of normal business hours. I look forward to providing the City of Medina with GIS and Professional Design services. If you need more detailed information or have any questions feel free to contact me at 425.501.0127. Sincerely, Anne Skoog Enclosure: Resume, Project Sheets EDU CATION ITT Technical Institute, Spokane. Nk'A - March 1996 Associates of Applied Science, Computer Aided Drafting and Design .ADDA (American Drafting and Design Association) Certificate, 1996 University of INN"ashington, Seattle, WA � June 2003 � Certification in Geographic Information Systems and Applications FEMA EMI Training, Region X, Bothell and Everett, WA 2001 - 2003 • H.azus.Multi-Hazard Flood and. Earthquake - Basic and Advance • Benefit and Cost Analysis -Basic and. Advance • Homeland Security Planning for Local Government • Recovery from Disaster - Grants and Planning • Managing Flood Plains - Basic and Advance CONTRACT EXPERIENCE City of Monroe, Contract Emplqyee February 2007 - April. 2007 Complete AutoCAD Drawings for the City Standards Manual Complete and Set up AutoCAD Drawings for Engineer Staff Projects Complete and. Draw Cartographic Maps in ArcGIS for City St,:lff Snohomish County Fire District No. 3 -1 September 2005 - December 2005 Develop ArcGIS applications for the Fire Mat-, hclfl to create and maintain Develop and Maintain a Hazard Identification and Vulnerability Assessment as required by the Department of Homeland Security 'I. each .Fire M.arshal..1 ArcGIS systen.i applications Snohomish County .Fire District No. 5 September 2005 -.December 2005 Develop ArcC.lS applications for the Fire Analyst to create and -.maintain Develop and MaIntain a Hazard Identification and Vulnerability Assessment as required by the Department of Homeland SeCUrlt'y Develop Hydrology and Topology Model. for the District Teach Fire Analyst ArcGlSsystelii applications JOB HISTORY AutoCAD Designer / G.IS Technician August 2001. -February 2 (';itv of Monroe, P.11n.,,ineerin- Department. 806 14'./Woin St. .41onroe, 4`,�l 9827-2 36079 1, 7400 I)evelop ArcGIS Applications, Construct rand Setup Design Plan Sets, Design City Improvement Projects under City Engineer, Assist in 2 P"mergency Management Projects, Achieve and Maintain Plans , a .-v. As: Engineer in City Projects nd. Design Librai - I 1 1. CADD IV Lead Designer February 2000 - August 200.1 Perteet I.`Mgineeriiiglnc. 270' Colb I y.Ave- Sit, I. �te 900, Everett, IVA. 98'206 425.252,7700 Constructing plan. sets, Traffic Planning and signalization. Roadway .Development. As -builds. Graphic Arts, Site Lavotit. Compiling and Using Multiple Drafting and Planning Standards, Aerial and Topographical Mapping. Survey Base Mapping, and Record Keeping. CAUD'technician ll - April 1999- February 2000 Entranco Engineens Inc. 10900 NE 811, Ave., & ite 300, Bellet-w.e, 14'.4 98001 425.252.7700 Site Development Plans, Environmental Enhancement Projects, Plan Set Layout, StrLictural Drafting, Roadway Development, Permitting Plans, Revisions and Conversions, Research and Title Searches. SOFTWARE / COMPUTER SKILLS 1.5 years experience A LitoCAD most recent 2006 Iff, and LDD Design with emphasis in Civil Engineering and Survey1ri(T Z� years experience ArcGIS and Arc Info emphasis in City Development Projects Interface witli.Autc,CAD Map, ArcGIS, and.A.utoCA.1) Bentley Design Software, Micro station, Inroads. and Eagle Point NIS Access and Excel Spreadsheets Windows Office Applications * Acrobat Adobe Editor * Pliotoshop, NITS Publisher and Power Point REFERENCES Jerry Simonson -- Principal / Licensed Mortgage Broker Lexus One Development, Snohomish, W,A 98290 425.330.9079 Tom Gatlimann - Public NNTorks Director / City.Engineer City of Mill. (';reeli-.. 15728 Main St,, Mill Creel;., WA 98012 -125,921-57122 Jammi Guion - Engineering Project Technician 806) West Monroe, W-N 98272 360.863.4514 3 1-1hase 11 INTDES Perm it MY of .Monroe The Phase 11 NPDES permitting for Small Municipal Separate Storm Sewer Systems, or MS4. is for Local Cities and Towns with a population under 1. 00,000 to develop and manage a storm water management program. It is required for these municipalities to be permitted. In the development of the Management Plan there are 6 control measures that need to be completed and measured through the life of the permit. These are called Best Management Practices (BMP"s). As an employee of the City of Monroe, Engineering Department I was responsible to follow and make Sure that the BMP's were measurable and documented. I was involved in all six measures of the NPDES permitting process. First I located, using Trimble G-13S, all the Outfalls of discharge and mapped. them with ArcGIS and AutoCAD Map. I needed to develop a topographical analyst surface of the City and locate any areas of concentrated runoff. I then mapped all the bodies of water that those outfalls discharge to. I was also charged with maintaining a valid database for industrial discharge sources that are permitted, independently. Along with being involved in the initial permitting process, 1. was responsible for preparing pamphlets, managing a storm drain stenciling program, and locating tributary signage. I was responsible for teaming tip with other agencies and working with an Engineering Technician to create a public display and public educational maps. I completed. and. maintain a database for Public Works on the storm drains that needed. maintenance and then. developed a schedule to follow for routine inaintenance. Alon.g with the schedule, I also incorporated a spread sheet that involved simple information about all the storm drains, that were serviced and or check on the schedule. This sheet was taken out in the field by public works and completed in the field. This information included storm drain condition, draining direction, size, le's information, frequency of required. vactoring, etc. I was also involved in the plan review process, for new developments and redesigns. We n monitored Temporary Erosion and Sedimentation Control plans and helped Contractors with continual monitoring of Storm Water run-off of the construction sites. I also developed a database in Arc()ISf6r our inspectors to log and track inspections as well. as reminders for scheduled site inspections. Lewis and Stretch Street Stormulater Improuentent 4 This proiect, consisted. of improving the Storm water inain from I.Jewis Street to Ann Street along Butler and Stretch Street to reduce the amount of Pond that occurred during heavy rains. My role in this project was that of an AutoCAD designer. I was required to set up drawing-, and designing new storm drainage under the direction of the City Engineer. 2005-20.10 VV-ater Systent Plan. As a water purveyor the City of Monroe is required by the Department of Health. to have an. active approved Water System Plan. The Cit y ty of Monroe was required to have an active plan after theirs lapsed in. 2004, by ,July 2005. 1 developed a water model in ArcGIS and AutoCAD. These maps had to identify all four of the cities reservoirs. three transmission mains from the City of Everett, and id.entify, and. classify all the water lines within the water service area. By compiling AxitoCAD drawings and collecting all. missing data with .field GrPS, I located and mapped 423,921 water lines and classified them by size, age, material. and last known repairs. I coordinated with the North Snohomish County Water System Plan, the Washington State Department of Corrections Master. Plan, and four other water districts that use the City of Monroe as a water source. I used ArcGIS to develop a hydraulic model and compiled my results with another contracted engineering firm to develop the City of I'VIonroe's Water System Plan. 17511, DR Trail Extension This project consisted. of the extension of the walking and biking trail. from 13901 St to 1.54th St., to complete the trail. system in the Fryeland's area. My role in the project was to set up the plan sets, complete the layer conventions, and design the extension under the City Engineer instruction.. Street and Sidewalk Surface Condi'll"on Survey The project purpose was to identify- and map the impervious surfaces within the City of Monroe. I developed and maintained this database on an ongoing basis. We needed to identify key items for this database including paving conditions, when routine maintenance was completed or needed, hazard identification, school walk zones, ADA requirements needed and. completed, roadway safety, WS[)OT accident data information, traffic counts aild Volume,,, and train route time tables. The idea was to use this information to help reduce redundant street repairs and to coordinate any repairs with other infrastructure installation and or repair. As well as keeping track. of street information in one place, Design, and Construction uction Standards I was brought on to the City of Monroe as a contract employee in February 200; to complete the Design Standard drawings. Under the instruction of the City Engineer, I completed the AutoCAD drawings as the examples for the standard drawings. This Project consisted of over 350 8.5"xl V sheets of standard drawings. The deadline I was given was for two months. l: completed and revised all 350 drawings in 6 weeks. Snohonaish County Fire District ) o. 3 — Alonroe I was contracted by the Snohomish County Fire District No. 3, to teach the Fire Inspector the ArcGIS program and to help develop a custom Map and database for the Fire Department. Included in the database, was part of the Hazard Identification and Vulnerability Assessment that the Department ofHomeland Security requires. IJnde.r the instruction of the Fire Inspector we also developed a program and interactive map that helped in the training of employed fire fighters and volunteers. ;Snohomish. County Fire District aVo.:;a -- :Sultan I was contracted by the Snohomish County Fire District No. 5, to assist and. support the Fire Analyst with the ArcGIS program. Involved. in their needs was the development of a hydrology model of the district with the need to locate all the fire hydrants with GPS. After learning that I assisted Fire District No. 3 with the Hazard Identification and Vulnerability- Assessment, l: was asked. to :help them complete and design the same database that. District No. 3 had. I was under the instruction of the Fire Marshal and Fire Analyst for this project. 6 t1![ s i i q a i..a y i A u i s 1 mxw f s w.i C �4 m U (0 5 r�•N 8C'o U.m o E2a p O U O smi-A W p dTa=s" p tE-s gg L •L N L @ j a p I�E m J 5mE-sue= �1� i y y O N O Q30�`� ui f0 a LL c� U U ci g s a o C. N 1--"IF17 A�o a s L a o Wad o Faso H CL \\\\ f . _ )� \%\\\\k . .§0 m/g222 i«i ) \§\( y 0\ !!�« - \ \ \ (\ z \ »!T _\ `� \\ Igg\ 0\4 ^: \r!§ ®2` !f!# 23 E LO Z Q cc O o j i g O. � c Yam mge W LU C M CS et In N w O O �gfr $w t tt7 >+ n n n n C� —__� y m a E 3 O Q m m§g 8N 3 W c E H H H H U U U U 1 � Z� d 0 v 'I C S `�' : a A toCo E C E LV Z�, made O. — W p p p m0 in >, Q : @ Wg ut Z _p � W W v 4m ;Pm ? 0 Q Q X Z C 2 d o A E� $`a zcn N Q c� £ € . a LL m N J o s �o vV O O O W ..0 O n ga W �g sc yy N LU O N N N (n Z LL O `♦ e t _E^ �� S L) ME r ♦ _ � � tea. ♦ ♦♦ ( �, p a LI I MI rnp ,. E�°~4, aEa•.+. ,� �� � E � .. y ��i yam.- z73 w � �'< pr .... _b F i E t♦ es b ♦ ♦ b ©„ i '4 gall ! � � r E ♦ ♦♦ ♦ ♦„a'♦ �,. P � � � � _ELL � f � � �' ak? ..� �� � -` ♦�♦"!� ♦v"�"V � . .�i; :.�`�♦'lt3t, s°• � aA`;.k�% ~ r� State of Washington, King County