Loading...
HomeMy WebLinkAboutReg 2014-07-21 Item 5F - Agreement - Landscape Conservation and Local Infrastructure Program Feasibility Study with Heartland LLC for $42,060COUNCIL AGENDA SYNOPSIS Meeting Date Prepared by Maajor's rc yew Council review 07/21/14 LM ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearin8 Mtg Date ❑ Other Mtg Date Mtg SPONSOR ❑ Council ❑ Mayor ❑ HR ►1 DCD ❑ Finance ❑ .Firs ❑ IT ❑ P&R ❑ Police ❑ PIF SPONSOR'S The City Council is being asked to approve a contract for services with Heartland LLC to SUMMARY evaluate how the Landscape Conservation and Local Infrastructure Program (LCLIP) promoting urban redevelopment and resource land conservation could be implemented in the City's urban center (Southcenter) and Tukwila International Boulevard (TIB) Corridor. The cost of these services is $42,060 and will be fully funded by a federal grant which was accepted by Council in May 2014. REVIEWED BY ❑ COW Mtg. ❑ Utilities Cmte DATE: 07/15/14 /1 CA &P Cmte ❑ F &S Cmte ❑ Parks COMMITTEE Comm ❑ Transportation Cmte ❑ Planning Comm. ITEM INFORMATION ITEM No. 5.F. 51 STAFF SPONSOR: LYNN MIRANDA ORIGINAL AGENDA DA1'I ,;: 07/21/14 AGENDA ITEM TITLE Contract for services with Heartland LLC - Landscape Conservation and Local Infrastructure Program (LCLIP) Feasibility Study CATEGORY ❑ Discussion Mtg Date / 1 Motion Date 07/21/14 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearin8 Mtg Date ❑ Other Mtg Date Mtg SPONSOR ❑ Council ❑ Mayor ❑ HR ►1 DCD ❑ Finance ❑ .Firs ❑ IT ❑ P&R ❑ Police ❑ PIF SPONSOR'S The City Council is being asked to approve a contract for services with Heartland LLC to SUMMARY evaluate how the Landscape Conservation and Local Infrastructure Program (LCLIP) promoting urban redevelopment and resource land conservation could be implemented in the City's urban center (Southcenter) and Tukwila International Boulevard (TIB) Corridor. The cost of these services is $42,060 and will be fully funded by a federal grant which was accepted by Council in May 2014. REVIEWED BY ❑ COW Mtg. ❑ Utilities Cmte DATE: 07/15/14 /1 CA &P Cmte ❑ F &S Cmte ❑ Parks COMMITTEE Comm ❑ Transportation Cmte ❑ Planning Comm. ❑ Arts Comm. CHAIR: DUFFIE RECOMMENDATIONS: SPONSOR /ADMIN. COMMPITEE Department of Community Development COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGE "FED APPROPRIATION REQUIRED $0 $0 $0 Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION MTG. DATE ATTACHMENTS 07/21/14 Informational Memorandum dated 07/07/14 Contract for Services with Heartland LLC Minutes from the Community Affairs and Parks Committee meeting of 07/15/14 51 52 TO: City of Tukwila Jim Haggerton, Mayor INFORMATIONAL MEMORANDUM Mayor Haggerton Community Affairs and Parks Committee Members FROM: Jack Pace, Director, Department of Community Development BY: Lynn Miranda, Senior Planner 0--� DATE: July 7, 2014 SUBJECT: Contract for Services with Heartland LLC — Landscape Conservation and Local Infrastructure Program Study ISSUE Approve a contract for services with Heartland LLC to evaluate how the Landscape Conservation and Local Infrastructure Program /UCL|P>pronnotingurbGnred8vB|Opnlentand resource land conservation could be implemented in the City. The cost of these services is $42,060 and will be fully funded by federal grant which was accepted by Council in May 2014. BACKGROUND The Washington State Department of Commerce established a grant program under which the state will pass through a large part of US EPA National Estuary Program funding as sub-awards to local governments for the purposes of protecting and restoring watersheds that drain into Puget Sound. In May 2014' the City of Tukwila City Council accepted a grant award of $42'060 from the Department of Commerce to evaluate how new state legislation promoting urban redevelopment and resource land conservation (LCLIP) could be implemented in the City's urban center (Southcenter) and Tukwila International Boulevard (TIB) Corridor. LCLIP authorizes eligible cities to access tax increment financing to invest in infrastructure improvements as an incentive to spur redevelopment in areas where cities are planning for growth. Cities may access a portion of county property tax in exchange for adopting policies that incentivize protection of resource lands that are important to watershed processes, like upland forest, riparian lands, and floodplains. Through infrastructure investment, LCLIP directs development towards urban areas targeted for growth, removing barriers to increasing density, and reduces development pressure On lands that are important to watershed processes. Implementation of LCLIP in Tukwila could result in updates to the City's growth management efforts, including planning, revisions to land use policies, and changes to regulations to encourage inf ill development. DISCUSSION Staff proposes contracting with Heartland LLC to evaluate the feasibility of implementing LCLIP in Tukwila. Heartland has prepared a similar evaluation for the City of Mountlake Terrace and is currently working on a LCLIP study for the City of Shoreline. Heartland will be using ECONorthwest and Forterra as subconsultants on this p jeoL FINANCIAL IMPACT The cost of services with Heartland is $42,060 and is fully covered by a federal grant award from the Department of Commerce that was previously accepted by the City in May 2014. INFORMATIONAL MEMO Page 2 RECOMMENDATION The Council is being asked to approve the contract for services with Heartland LLC for $42,060, and to consider this item on the Consent Agenda of the July 21, 2014 Regular Meeting. ATTACHMENTS Contract for Services with Heartland LLC, including Exhibits A-C W:\Long Range Projects\LCLIP Grant\Contract\Consultants\Info memo_Heartland.doc 54 n City of ��«^J� x ukwx«a G200Southcenter Boulevard, Tukwila VVAQ8188 Contract Number: CONSULTANT AGREEMENT FOR PLANNING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and Heartland LLC, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafte . i Project Designation. The Consultant is retained by the City to perform planning services in connection with the project titled "Evaluating the Feasibility of Implementing Landscape Conservation and Local Infrastructure Program (LCLIP) in Tukwila" 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. In addition, because this project is federally funded, the Consultant agrees to abide by all the provisions yet forth in Exhibit ^^C" to the Interagency Agreement with City of Tukwila through Washington State Department of Commerce ("Commerce"), which is attached hereto and incorporated herein by this reference. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending June 30, 2015, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than June 30, 2015 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit ^^B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $42,060 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval tbeocoy, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. B. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. Consultant shall defend, indemnify, and hold Commerce and the State of Washington, their officers, officials, employees, and volunteers, from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from Consultant in performance of this Agreement. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. CA revised : 1 -2013 56 Page 2 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self- insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. D. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. CA revised : 1 -2013 Page 3 57 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non - Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. CA revised : 1 -2013 58 Page 4 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. DATED this day of , 2014. CITY OF TUKWILA CONSULTANT By: Mayor, Jim Haggerton Chris Fiori Principal & Project Director Heartland LLC Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised : 1 -2013 Page 5 59 Exhibit A Scope of Services Heartland LLC, with assistance from subconsultants ECONorthwest and Forterra, will provide services associated with Tasks 2 -7 below. Task Deliverable Timeline /Deadline 1. Project Administration/ Management No consultant services required for this task — City staff task On -going 2. Project Launch Memorandum summarizing: 2.1 — Project definition/ needs assessment based on Contractor and King County meeting with consulting team to clarify methods, presentations, and deliverable schedules. 2.2 - Review of existing development regulations in the redevelopment areas: • Tukwila Urban Center, and • Tukwila International Boulevard. 2.3 - Review of planned development policies. 2.4 — Review of current and projected redevelopment market conditions. 2.5 — Assessment of potential range of Contractor role in redevelopment market. August 31, 2014 3. Redevelopment Capacity Analysis 3.1 - Memorandum summarizing findings from growth projection analysis, land supply analysis, and bonus increment evaluation. 3.2 — Supplemental buildable lands analysis. September 30, 2014 4. Incentive Program Review 4 - Memorandum summarizing findings of program utilization, pricing review, residual land value analysis, and incentive structure recommendations. October 31, 2014 5. Landscape Conservation and Local Infrastructure Program (LCLIP) Revenue and Policy Analysis, with input from King County staff. 5 - Technical memorandum summarizing revenue scenarios and policy analysis findings. November 30, 2014 CA revised : 1 -2013 60 Page 6 6. LCLIP Structure and Parameter Testing, in coordination with King County. 6 - Technical memorandum summarizing findings of ,LCLIP optimization and areas of risk exposure. December 31, 2014 7. Implementation Package 7 — Memorandum recommending specific steps for the Contractor to implement LCLIP. January 31, 2015 8. Public Legislative Process Staff reports and materials for presentations to City Council. No consultant services required June 30, 2015 CA revised : 1 -2013 Page 7 61 Exhibit B Budget TASKS GRANT AMOUNT Task 1. Project Administration/Management $0 Task 2, Project Launch $3,460 Task 3. Redevelopment Capacity Analysis $7,860 Task 4. Incentive Program Review $9,290 Task 5. LCLIP Revenue and Policy Analysis $7,240 Task 6. LCLIP Structure and Parameter Testing $11,390 Task 7, Implementation Package S2,820 Task 8. Public Legislative Process $0 TOTAL $42,060 CA revised : 1-2013 62 Page 8 14-064 Council Approval 5/5/14 Department of Commerce Interagency Agreement with City of Tukwila through For Department of Commerce Growth Management Services National Estuary Program (NEP) Puget Sound Watershed Protection and Restoration Grant Start date: Date of Execution Washington State Department of Commerce www.COMMERCE.wa.gov 63 THIS PAGE INTENTIONALLY LEFT BLANK Department of Commerce Contract #14- 63401 -007 64 Special Terms and Conditions 1 Face Sheet 1 1. Acknowledgement of Federal Funding 2 2. Contract Management 2 3. Compensation 2 4. Quarterly Reports 3 5. Final Report 3 6. Billing Procedures and Payment 3 7. Insurance 3 8. Quality Assurance Project Plan 5 9. Peer Review 5 10. Disadvantaged Business Enterprise Requirements 6 11. DUNS and CCR Requirements 6 12. FY2011 ACORN Funding Restriction 7 13. Order of Precedence 7 General Terms and Conditions 8 1. Definitions 8 2. Advance Payments Prohibited 8 3. All Writings Contained Herein 8 4. Amendments 8 5. Americans With Disabilities Act (ADA) 8 6. Assignment 8 7. Attorney's Fees 8 8. Audit 8 9. Certification Regarding Debarment, Suspension or Ineligibility and Voluntary Exclusion 10 10. Confidentiality /Safeguarding of Information 10 11. Conflict of Interest 11 12. Copyright Provision 11 13. Disputes 12 14. Duplicate Payment 12 15. Governing Law and Venue 12 16. Indemnification 12 17. Independent Capacity of the Contractor 13 18. Industrial Insurance Coverage 13 19. Laws 13 20. Licensing, Accreditation and Registration 17 21. Limitation of Authority 17 22. Noncompliance With Nondiscrimination Laws 17 23. Political Activities 17 24. Procurement Standards for Federally Funded Programs 17 25. Publicity 18 26. Recapture 18 27. Records Maintenance 19 28. Right of Inspection 19 29. Savings 19 30. Severability 19 Department of Commerce ii Contract #14- 63401 -007 65 31. Site Security 19 32. Subcontracting 19 33. Survival 20 34. Taxes 20 35. Termination for Cause 20 36. Termination for Convenience 20 37. Termination Procedures 20 38. Treatment of Assets 21 39. Waiver 22 Attachment A, Scope of Work Attachment B, Budget Department of Commerce Contract #14 -63401 -007 66 FACE SHEET Contract Number: 14 -63401 -007 Washington State Department of Commerce Local Government and Infrastructure Division Growth Management Services National Estuary Program (NEP) — Puget Sound Watershed Protection and Restoration Grant 1. Contractor City of Tukwila 6300 Southcenter Blvd. Tukwila WA 98188 2. Contractor Fiscal Representative Vicky Carlsen Deputy Finance Director 206- 433 -1839 yid. \.::ail,%n rt tulo, ill a a.eot 3. Contractor Representative Lynn Miranda Senior Planner 206- 433 -7162 I Hum 4. COMMERCE Representative Heather Ballash P.O. Box 42525 Senior Planner 101 1 Plum Street SE Phone: 360 - 725 -3044 Olympia, WA 98504 -2525 hiat lief .halfn,hhaCoininerCe.'',Leo1 S. Contract Amount $42,060 6. Funding Source Federal: X State: ❑ Other: ❑ N /A: ❑ 7. Start Date Date of Execution 8. End Date December 31, 2016 9. Federal Funds (as applicable) Federal Agency: CFDA Number $42,060 U.S. Environmental Protection Agency 66.123 10. Tax ID # 91- 6001519 11. SWV # SWV0018023 -00 12. UBI # 91- 6001519 13. DUNS # 01 -020 -7504 14. Contract Purpose The City of Tukwila will evaluate how the Landscape Conservation and Local Infrastructure Program (LCLIP), promoting urban redevelopment and resource land conservation, can be implemented in the Tukwila Urban Center and Tukwila International Boulevard. COMMERCE, defined as the Department of Commerce, and the Contractor, as defined above, acknowledge and accept the terms of this Contract and attachments and have executed this Contract on the date below to start as of the date and year referenced above. The rights and obligations of both parties to this Contract are governed by this Contract and the following other documents incorporated by reference: Contractor Terms and Conditions including Attachment "A" — Scope of Work, and Attachment "B" — Budget. FOR CONTRACTOR • e FOR COMMERCE Kendee Yamagu Assist't Director Local Government and Infrastructure Division 6//3/01 Cl/ 41 1i 'aggerton, , of Tukwil. Date APPROVED AS TO FORM ONLY BY ASSISTANT ATTORNEY GENERAL APPROVAL ON FILE Date Department of Commerce Contract #14 -63401 -007 67 SPECIAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS 1. ACKNOWLEDGEMENT OF FEDERAL FUNDING Reports, documents, signage, videos, or other media, developed as part of projects funded by this Agreement shall contain the following statement: THIS PROJECT HAS BEEN FUNDED WHOLLY OR IN PART BY THE UNITED STATES ENVIRONMENTAL PROTECTION AGENCY UNDER PUGET SOUND ECOSYSTEM RESTORATION AND PROTECTION COOPERATIVE AGREEMENT GRANT PC- 00J20101 WITH WASHINGTON DEPARTMENT OF ECOLOGY. THE CONTENTS OF THIS DOCUMENT DO NOT NECESSARILY REFLECT THE VIEWS AND POLICIES OF THE ENVIRONMENTAL PROTECTION AGENCY, NOR DOES MENTION OF TRADE NAMES OR COMMERCIAL PRODUCTS CONSTITUTE ENDORSEMENT OR RECOMMENDATION FOR USE." 2. CONTRACT MANAGEMENT The Representative for each of the parties shall be responsible for and shall be the contact person for all communications and billings regarding the performance of this Contract. The Representative for COMMERCE and their contact information are identified on the Face Sheet of this Contract. The Representative for the Contractor and their contact information are identified on the Face Sheet of this Contract. 3. COMPENSATION COMMERCE shall pay an amount not to exceed forty two thousand sixty dollars ($42,060) for the performance of all things necessary for or incidental to the performance of work as set forth in the Scope of Work (Attachment A) and the Budget (Attachment B). If Contractor expends more than the amount of federal funding in its approved budget in anticipation of receiving additional funds, it does so at its own risk. The Federal Government, and therefore COMMERCE, is not legally obligated to reimburse Contractor for costs incurred in excess of the approved budget. Contractor's compensation for services rendered shall be based on the following rates or in accordance with the following terms: EXPENSES Contractor shall receive reimbursement for travel and other expenses as identified below or as authorized in advance by COMMERCE as reimbursable. Such expenses may include airfare (economy or coach class only), other transportation expenses, and lodging and subsistence necessary during periods of required travel. Contractor shall receive compensation for travel expenses at current state travel reimbursement rates. MANAGEMENT FEES Management fees or similar charges in excess of the direct costs and approved indirect rates are not allowable. The term "management fees or similar charges" refers to expenses added to the direct costs in order to accumulate and reserve funds for ongoing business expenses, unforeseen liabilities, or for other similar costs which are not allowable under this assistance agreement. Management fees or similar charges may not be used to improve or expand the project funded under this Agreement, except to the extent authorized as a direct cost of carrying out the scope of work. LINE ITEM TRANSFERS The total amount of transfers of funds between line item budget categories shall not exceed ten (10) percent of the total budget. If the cumulative amount of these transfers exceeds or is expected to exceed ten percent, the total budget shall be subject to justification and negotiation of a contract amendment by the Contractor and COMMERCE. Department of Commerce 2 Contract # 14- 63401 -007 68 SPECIAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS 4. QUARTERLY REPORTS Contractor shall submit a status report, using the U.S. Environmental Protection Agency's (EPA) Puget Sound Financial and Ecosystem Accounting Tracking System (FEATS) form provided by COMMERCE, every three (3) months describing the progress made on the scope of work outlined in "Attachment A" and performance measures to be determined with EPA during the term of the contract. Reports will be due on a schedule to be determined by COMMERCE. Quarterly Reports shall be submitted to COMMERCE and should be provided electronically. 5. FINAL REPORT In addition to the quarterly status reports, Contractor shall submit a final report, which is due by the end date of the contract. The report shall be submitted to COMMERCE and should be provided electronically. The report shall generally contain the same information as the status reports, but should cover the entire contract period. 6. BILLING PROCEDURES AND PAYMENT COMMERCE will pay Contractor upon acceptance of services provided and receipt of properly completed invoices, which shall be submitted to the Representative for COMMERCE quarterly. Payment will be based on satisfactory acceptance of progress made on each task and satisfactory acceptance of each deliverable. The invoices shall describe and document, to COMMERCE's satisfaction, a description of the work performed, the progress of the project, and fees. The invoice shall include the Contract Number 14- 63401 -007. If expenses are invoiced, provide a detailed breakdown of each type. A receipt must accompany any single expenses in the amount of $50.00 or more in order to receive reimbursement. Payment shall be considered timely if made by COMMERCE within thirty (30) calendar days after receipt of properly completed invoices. Payment shall be sent to the address designated by the Contractor. COMMERCE may, in its sole discretion, terminate the Contract or withhold payments claimed by the Contractor for services rendered if the Contractor fails to satisfactorily comply with any term or condition of this Contract. No payments in advance or in anticipation of services or supplies to be provided under this Agreement shall be made by COMMERCE. Duplication of Billed Costs The Contractor shall not bill COMMERCE for services performed under this Agreement, and COMMERCE shall not pay the Contractor, if the Contractor is entitled to payment or has been or will be paid by any other source, including grants, for that service. Disallowed Costs The Contractor is responsible for any audit exceptions or disallowed costs incurred by its own organization or that of its subcontractors. 7. INSURANCE The Contractor shall provide insurance coverage as set out in this section. The intent of the required insurance is to protect COMMERCE should there be any claims, suits, actions, costs, damages or expenses arising from any loss, or negligent or intentional act or omission of the Contractor or Subcontractor, or agents of either, while performing under the terms of this Agreement. The insurance required shall be issued by an insurance company authorized to do business within the state of Washington. Except for Professional Liability or Errors and Omissions Insurance, the Department of Commerce 3 Contract # 14- 63401 -007 69 SPECIAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS insurance shall name the state of Washington, its agents, officers, and employees as additional insureds under the insurance policy. All policies shall be primary to any other valid and collectable insurance. The Contractor shall instruct the insurers to give COMMERCE thirty (30) calendar days advance notice of any insurance cancellation, non - renewal or modification. The Contractor shall submit to COMMERCE within fifteen (15) calendar days of the Agreement start date, a certificate of insurance which outlines the coverage and limits defined in this insurance section. During the term of the Agreement, the Contractor shall submit renewal certificates not less than thirty (30) calendar days prior to expiration of each policy required under this section. The Contractor shall provide insurance coverage that shall be maintained in full force and effect during the term of this Agreement, as follows: Commercial General Liability Insurance Policy. Provide a Commercial General Liability Insurance Policy, including contractual liability, written on an occurrence basis, in adequate quantity to protect against legal liability arising out of Agreement activity but no less than $1,000,000 per occurrence. Additionally, the Contractor is responsible for ensuring that any Subcontractors provide adequate insurance coverage for the activities arising out of subcontracts. Automobile Liability. In the event that performance pursuant to this Agreement involves the use of vehicles, owned or operated by the Contractor or its Subcontractor, automobile liability insurance shall be required. The minimum limit for automobile liability is $1,000,000 per occurrence, using a Combined Single Limit for bodily injury and property damage. Professional Liability, Errors and Omissions Insurance. The Contractor shall maintain Professional Liability or Errors and Omissions Insurance. The Contractor shall maintain minimum limits of no less than $1,000,000 per occurrence to cover all activities by the Contractor and licensed staff employed or under contract to the Contractor. The state of Washington, its agents, officers, and employees need not be named as additional insureds under this policy. Fidelity Insurance. Every officer, director, employee, or agent who is authorized to act on behalf of the Contractor for the purpose of receiving or depositing funds into program accounts or issuing financial documents, checks, or other instruments of payment for program costs shall be insured to provide protection against loss: A. The amount of fidelity coverage secured pursuant to this Agreement shall be $100,000 or the highest of planned reimbursement for the Agreement period, whichever is lowest. Fidelity insurance secured pursuant to this paragraph shall name COMMERCE as beneficiary. B. Subcontractors that receive $10,000 or more per year in funding through this Agreement shall secure fidelity insurance as noted above. Fidelity insurance secured by Subcontractors pursuant to this paragraph shall name the Contractor as beneficiary. C. The Contractor shall provide, at COMMERCE's request, copies of insurance instruments or certifications from the insurance issuing agency. The copies or certifications shall show the insurance coverage, the designated beneficiary, who is covered, the amounts, the period of coverage, and that COMMERCE will be provided thirty (30) days advance written notice of cancellation. Additional Provisions: Above insurance policy shall include the following provisions: 1, Additional Insured. The state of Washington, COMMERCE, its elected and appointed officials, agents and employees shall be named as an additional insured on all general liability, excess, umbrella and property insurance policies. All insurance provided in compliance with this Agreement shall be primary as to any other insurance or self- insurance programs afforded to or maintained by the State. 2. Identification. The policy must reference COMMERCE's Agreement number and the State agency name. Department of Commerce 4 Contract # 14- 63401 -007 70 SPECIAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS 3. Insurance Carrier Rating. All insurance and bonds should be issued by companies admitted to do business within the state of Washington and have a rating of A -, Class VII or better in the most recently published edition of Best's Reports. Any exception shall be reviewed and approved by COMMERCE's Risk Manager, or the Risk Manager for the state of Washington, before the Agreement is accepted or work may begin. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and 284- 15 WAC. 4. Excess Coverage. By requiring insurance herein, COMMERCE does not represent that coverage and limits will be adequate to protect Contractor and such coverage and limits shall not limit Contractor's liability under the indemnities and reimbursements granted to COMMERCE in this Agreement. Local Government Contractors that Participate in a Self- Insurance Program Self - Insured /Liability Pool or Self- Insured Risk Management Program — With prior approval from COMMERCE, the Contractor may provide the coverage above under a self - insured /liability pool or self- insured risk management program. In order to obtain permission from COMMERCE, the Contractor shall provide: (1) a description of its self - insurance program, and (2) a certificate and /or letter of coverage that outlines coverage limits and deductibles. All self- insured risk management programs or self - insured /liability pool financial reports must comply with Generally Accepted Accounting Principles (GAAP) and adhere to accounting standards promulgated by: 1) Governmental Accounting Standards Board (GASB), 2) Financial Accounting Standards Board (FASB), and 3) the Washington State Auditor's annual instructions for financial reporting. Contractor's participating in joint risk pools shall maintain sufficient documentation to support the aggregate claim liability information reported on the balance sheet. The state of Washington, its agents, and employees need not be named as additional insured under a self- insured property /liability pool, if the pool is prohibited from naming third parties as additional insured. Contractor shall provide annually to COMMERCE a summary of coverages and a letter of self insurance, evidencing continued coverage under Contractor's self - insured /liability pool or self- insured risk management program. Such annual summary of coverage and letter of self insurance will be provided on the anniversary of the start date of this Agreement. 8. QUALITY ASSURANCE PROJECT PLAN The Contractor must first complete a Quality Assurance Project Plan (QAPP) waiver form (see http: / /www.ecy.wa.00v /programs leap /qa /dots /NEPQAPP /index.html). Completing the waiver form may indicate that a detailed QAPP is required. Guidelines for Preparing Quality Assurance Project Plans for Environmental Studies can be found at http / /www ecy.wa qov /biblio /0403030.html. The Contractor must submit a waiver or QAPP to Ecology's Quality Assurance Officer for review, comment, and final approval prior to conducting any work on the project (e.g., field measurements, sample collections, laboratory analyses, analysis of existing data, modeling). All relevant environmental data must be submitted to Ecology in Environmental Information Management (EIM) format (see http_ / /www.ecy.wa qov /Elm) unless specified otherwise by the QA Officer. 9. PEER REVIEW The results of this project may affect management decisions relating to Puget Sound. Prior to finalizing any significant technical products the Principal Investigator (PI) of this project must solicit advice, review and feedback from a technical review or advisory group consisting of relevant subject matter specialists. A record of comments and a brief description of how respective comments are addressed by the PI will be provided to the Ecology Project Manager prior to releasing any final reports or products resulting from the funded study. Department of Commerce 5 Contract # 14 -63401 -007 71 SPECIAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS 10. DISADVANTAGED BUSINESS ENTERPRISE REQUIREMENTS GENERAL COMPLIANCE 40 CFR, Part 33. The Contractor agrees to comply with the requirements of EPA's Program for Utilization of Small, Minority and Women's Business Enterprises in procurement under assistance agreements, contained in 40 CFR, Part 33. SIX GOOD FAITH EFFORTS, 40 CFR, Part 33, Subpart C Pursuant to 40 CFR, Section 33.301, the Contractor agrees to make the following good faith efforts whenever procuring construction, equipment, services and supplies under an EPA financial assistance agreement, and to ensure that Contractors, loan recipients, and prime contractors also comply. Records documenting compliance with the six good faith efforts shall be retained: (a) Ensure DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and Local and Government recipients, this will include placing DBEs on solicitation lists and soliciting them whenever they are potential sources. (b) Make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. (c) Consider in the contracting process whether firms competing for large contracts could subcontract with DBEs. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. (d) Encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually. (e) Use the services and assistance of the SBA and the Minority Business Development Agency of the Department of Commerce. (f) If the prime contractor awards subcontracts, require the prime contractor to take the steps in paragraphs (a) through (e) of this section. MBE/WBE REPORTING, 40 CFR, Part 33, Sections 33.502 and 33.503 The Contractor agrees to complete and submit EPA Form 5700 -52A, " MBE/WBE Utilization Under Federal Grants, Cooperative Agreements and Interagency Agreements" beginning with the Federal fiscal year reporting period the recipient receives the award, and continuing until the end of the contract period. Only procurements with certified MBE/WBEs are counted toward a COMMERCE's MBE/WBE accomplishments under the contract with EPA. The reports must be submitted semiannually for the periods ending March 15th and September 15th. Reports should be sent to the COMMERCE representative. EPA Form 5700 -52A may be obtained from the EPA Office of Small Business Program's Home Page on the Internet at www.epa.gov /osbp. 11. DUNS and CCR REQUIREMENTS Unless otherwise exempted from this requirement under 2 CFR 25.110, Contractor must maintain the currency of its information in the CCR until submission of its final financial report required under this Award or receive the final payment, whichever is later. Department of Commerce 6 Contract # 14- 63401 -007 72 SPECIAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS Contractor may not subcontract to any entity unless the entity has provided its DUNS number to Contractor. 12. FY2011 ACORN FUNDING RESTRICTION No funds provided under this Agreement may be used for sub - awards /sub - grants or contracts to the Association of Community Organizations for Reform NOW (ACORN) or any of its subsidiaries. 13. ORDER OF PRECEDENCE In the event of an inconsistency in this Contract, the inconsistency shall be resolved by giving precedence in the following order: • Applicable federal and state of Washington statutes and regulations • Special Terms and Conditions • General Terms and Conditions • Attachment A — Scope of Work • Attachment B — Budget Department of Commerce 7 Contract # 14- 63401 -007 73 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS 1. DEFINITIONS As used throughout this Contract, the following terms shall have the meaning set forth below: A. "Authorized Representative" shall mean the Director and /or the designee authorized in writing to act on the Director's behalf. B. "COMMERCE" shall mean the Department of Commerce. C. 'Contractor" shall mean the entity identified on the face sheet performing service(s) under this Contract, and shall include all employees and agents of the Contractor. D. "Personal Information" shall mean information identifiable to any person, including, but not limited to, information that relates to a person's name, health, finances, education, business, use or receipt of governmental services or other activities, addresses, telephone numbers, social security numbers, driver license numbers, other identifying numbers, and any financial identifiers. E. "State" shall mean the state of Washington. F. "Subcontractor" shall mean one not in the employment of the Contractor, who is performing all or part of those services under this Contract under a separate contract with the Contractor. The terms "subcontractor" and "subcontractors" mean subcontractor(s) in any tier. 2. ADVANCE PAYMENTS PROHIBITED No payments in advance of or in anticipation of goods or services to be provided under this Contract shall be made by COMMERCE. 3. ALL WRITINGS CONTAINED HEREIN This Contract contains all the terms and conditions agreed upon by the parties. No other understandings, oral or otherwise, regarding the subject matter of this Contract shall be deemed to exist or to bind any of the parties hereto. 4. AMENDMENTS This Contract may be amended by mutual agreement of the parties. Such amendments shall not be binding unless they are in writing and signed by personnel authorized to bind each of the parties. 5. AMERICANS WITH DISABILITIES ACT (ADA) OF 1990, PUBLIC LAW 101 -336, also referred to as the "ADA" 28 CFR Part 35 The Contractor must comply with the ADA, which provides comprehensive civil rights protection to individuals with disabilities in the areas of employment, public accommodations, state and local government services, and telecommunications. 6. ASSIGNMENT Neither this Contract, nor any claim arising under this Contract, shall be transferred or assigned by the Contractor without prior written consent of COMMERCE. 7. ATTORNEYS' FEES Unless expressly permitted under another provision of the Contract, in the event of litigation or other action brought to enforce Contract terms, each party agrees to bear its own attorneys fees and costs. 8. AUDIT A. General Requirements Contractors are to procure audit services based on the following guidelines. The Contractor shall maintain its records and accounts so as to facilitate audits and shall ensure that Subcontractors also maintain auditable records. The Contractor is responsible for any audit exceptions incurred by its own organization or that of its Subcontractors. Department of Commerce 8 Contract #14- 63401 -007 74 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS COMMERCE reserves the right to recover from the Contractor all disallowed costs resulting from the audit. Responses to any unresolved management findings and disallowed or questioned costs shall be included with the audit report. The Contractor must respond to COMMERCE requests for information or corrective action concerning audit issues within thirty (30) days of the date of request. B. Federal Funds Requirements - OMB Circular A -133 Audits of States, Local Governments and Non - Profit Organizations Contractors expending $500,000 or more in a fiscal year in federal funds from all sources, direct and indirect, are required to have an audit conducted in accordance with Office of Management and Budget (OMB) Revised Circular A -133 "Audits of States, Local Governments, and Non- Profit Organizations," Revised OMB A -133 requires the Contractor to provide the auditor with a schedule of Federal Expenditure for the fiscal year(s) being audited. When state funds are also to be paid under this Agreement a Schedule of State Financial Assistance must also be included. Both schedules include: Grantor agency name Federal agency Federal program name Other identifying contract numbers Catalog of Federal Domestic Assistance (CFDA) number (if applicable) Grantor contract number Total award amount including amendments (total grant award) Current year expenditures If the Contractor is a state or local government entity, the Office of the State Auditor shall conduct the audit. Audits of non - profit organizations are to be conducted by a certified public accountant selected by the Contractor in accordance with OMB Circular A -110 "Uniform Administrative Requirements for Grants and Agreements with Institutions of Higher Education, Hospitals, and Other Non - Profit Organizations." The Contractor shall include the above audit requirements in any subcontracts. In any case, the Contractor's financial records must be available for review by COMMERCE. C. Documentation Requirements The Contractor must send a copy of any required audit Reporting Package as described in OMB Circular A -133, Part C, Section 320(c) no later than nine (9) months after the end of the Contractor's fiscal year(s) by sending a scanned copy to auditreview(EDcommerce wa aov or a hard copy to: Department of Commerce ATTN: Audit Review and Resolution Office 1011 Plum Street SE PO Box 42525 Olympia WA 98504 -2525 In addition to sending a copy of the audit, when applicable, the Contractor must include: • Corrective action plan for audit findings within three (3) months of the audit being received by COMMERCE. Copy of the Management Letter. Department of Commerce 9 Contract #14- 63401 -007 75 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS 9. CERTIFICATION REGARDING DEBARMENT. SUSPENSION OR INELIGIBILITY AND VOLUNTARY EXCLUSION — PRIMARY AND LOWER TIER COVERED TRANSACTIONS A. Contractor, defined as the primary participant and it principals, certifies by signing these General Terms and Conditions that to the best of its knowledge and belief that they: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency. 2. Have not within a three -year period preceding this Contract, been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public or private agreement or transaction, violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, receiving stolen property, making false claims, or obstruction of justice; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of federal Executive Order 12549; and 4. Have not within a three -year period preceding the signing of this Contract had one or more public transactions (Federal, State, or local) terminated for cause of default. B. Where the Contractor is unable to certify to any of the statements in this Contract, the Contractor shall attach an explanation to this Contract. C. The Contractor agrees by signing this Contract that it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by COMMERCE. D. The Contractor further agrees by signing this Contract that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," as follows, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions: LOWER TIER COVERED TRANSACTIONS a) The lower tier contractor certifies, by signing this Contract that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. b) Where the lower tier contractor is unable to certify to any of the statements in this Contract, such contractor shall attach an explanation to this Contract. E. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, person, primary covered transaction, principal, and voluntarily excluded, as used in this section, have the meanings set out in the Definitions and Coverage sections of the rules implementing Executive Order 12549. You may contact COMMERCE for assistance in obtaining a copy of these regulations. 10. CONFIDENTIALITY /SAFEGUARDING OF INFORMATION A. "Confidential Information" as used in this section includes: 1. All material provided to the Contractor by COMMERCE that is designated as "confidential" by COMMERCE; 2. All material produced by the Contractor that is designated as "confidential" by COMMERCE; and 3. All personal information in the possession of the Contractor that may not be disclosed under state or federal law. "Personal information" includes but is not limited to information related to a person's name, health, finances, education, business, use of government services, Department of Commerce 10 Contract #14- 63401 -007 76 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS addresses, telephone numbers, social security number, driver's license number and other identifying numbers, and "Protected Health Information" under the federal Health Insurance Portability and Accountability Act of 1996 (HIPAA). B. The Contractor shall comply with all state and federal laws related to the use, sharing, transfer, sale, or disclosure of Confidential Information. The Contractor shall use Confidential Information solely for the purposes of this Contract and shall not use, share, transfer, sell or disclose any Confidential Information to any third party except with the prior written consent of COMMERCE or as may be required by law. The Contractor shall take all necessary steps to assure that Confidential Information is safeguarded to prevent unauthorized use, sharing, transfer, sale or disclosure of Confidential Information or violation of any state or federal laws related thereto. Upon request, the Contractor shall provide COMMERCE with its policies and procedures on confidentiality. COMMERCE may require changes to such policies and procedures as they apply to this Contract whenever COMMERCE reasonably determines that changes are necessary to prevent unauthorized disclosures. The Contractor shall make the changes within the time period specified by COMMERCE. Upon request, the Contractor shall immediately return to COMMERCE any Confidential Information that COMMERCE reasonably determines has not been adequately protected by the Contractor against unauthorized disclosure. C. Unauthorized Use or Disclosure. The Contractor shall notify COMMERCE within five (5) working days of any unauthorized use or disclosure of any confidential information, and shall take necessary steps to mitigate the harmful effects of such use or disclosure. 11. CONFLICT OF INTEREST Notwithstanding any determination by the Executive Ethics Board or other tribunal, COMMERCE may, in its sole discretion, by written notice to the Contractor terminate this contract if it is found after due notice and examination by COMMERCE that there is a violation of the Ethics in Public Service Act, Chapter 42.52 RCW; or any similar statute involving the Contractor in the procurement of, or performance under this contract. In the event this contract is terminated as provided above, COMMERCE shall be entitled to pursue the same remedies against the Contractor as it could pursue in the event of a breach of the contract by the Contractor. The rights and remedies of COMMERCE provided for in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law. The existence of facts upon which COMMERCE makes any determination under this clause shall be an issue and may be reviewed as provided in the "Disputes" clause of this contract. 12. COPYRIGHT PROVISIONS Unless otherwise provided, all Materials produced under this Contract shall be considered "works for hire" as defined by the U.S. Copyright Act and shall be owned by COMMERCE. COMMERCE shall be considered the author of such Materials. In the event the Materials are not considered "works for hire" under the U.S. Copyright laws, the Contractor hereby irrevocably assigns all right, title, and interest in all Materials, including all intellectual property rights, moral rights, and rights of publicity to COMMERCE effective from the moment of creation of such Materials. "Materials" means all items in any format and includes, but is not limited to, data, reports, documents, pamphlets, advertisements, books, magazines, surveys, studies, computer programs, films, tapes, and /or sound reproductions. "Ownership" includes the right to copyright, patent, register and the ability to transfer these rights. For Materials that are delivered under the Contract, but that incorporate pre- existing materials not produced under the Contract, the Contractor hereby grants to COMMERCE a nonexclusive, royalty - free, irrevocable license (with rights to sublicense to others) in such Materials to translate, reproduce, distribute, prepare derivative works, publicly perform, and publicly display. The Contractor warrants and represents that the Contractor has all rights and permissions, including intellectual property rights, moral rights and rights of publicity, necessary to grant such a license to COMMERCE. The Contractor shall exert all reasonable effort to advise COMMERCE, at the time of delivery of Materials furnished under this Contract, of all known or potential invasions of privacy contained Department of Commerce 11 Contract #14 -63401 -007 77 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS therein and of any portion of such document which was not produced in the performance of this Contract. The Contractor shall provide COMMERCE with prompt written notice of each notice or claim of infringement received by the Contractor with respect to any Materials delivered under this Contract. COMMERCE shall have the right to modify or remove any restrictive markings placed upon the Materials by the Contractor. EPA has the right to reproduce, publish, use, and authorize others to use copyrighted works or other data developed under this assistance agreement for Federal purposes. Commerce acknowledges that EPA may authorize another grantee to use copyrighted works or other data developed under this Agreement as a result of: a) the selection of another grantee by EPA to perform a project that will involve the use of the copyrighted works or other data or; b) termination or expiration of this agreement. 13. DISPUTES Except as otherwise provided in this Contract, when a dispute arises between the parties and it cannot be resolved by direct negotiation, either party may request a dispute hearing with the Director of COMMERCE, who may designate a neutral person to decide the dispute. The request for a dispute hearing must: • be in writing; • state the disputed issues; • state the relative positions of the parties; • state the Contractor's name, address, and Contract number; and • be mailed to the Director and the other party's (respondent's) Contract Representative within three (3) working days after the parties agree that they cannot resolve the dispute. The respondent shall send a written answer to the requestor's statement to both the Director or the Director's designee and the requestor within five (5) working days. The Director or designee shall review the written statements and reply in writing to both parties within ten (10) working days. The Director or designee may extend this period if necessary by notifying the parties. The decision shall not be admissible in any succeeding judicial or quasi - judicial proceeding. The parties agree that this dispute process shall precede any action in a judicial or quasi - judicial tribunal. Nothing in this Contract shall be construed to limit the parties' choice of a mutually acceptable alternate dispute resolution (ADR) method in addition to the dispute hearing procedure outlined above. 14. DUPLICATE PAYMENT COMMERCE shall not pay the Contractor, if the Contractor has charged or will charge the State of Washington or any other party under any other contract or agreement, for the same services or expenses. 15. GOVERNING LAW AND VENUE This Contract shall be construed and interpreted in accordance with the laws of the state of Washington, and the venue of any action brought hereunder shall be in the Superior Court for Thurston County. 16. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall indemnify, defend, and hold harmless the state of Washington, COMMERCE, agencies of the state and all officials, agents and employees of the state, for and against all claims for injuries or death arising out of or resulting from the Department of Commerce 12 Contract #14 -63401 -007 78 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS performance of the contract. "Claim" as used in this contract, means any financial loss, claim, suit, action, damage, or expense, including but not limited to attorneys fees, attributable for bodily injury, sickness, disease, or death, or injury to or the destruction of tangible property including loss of use resulting therefrom. The Contractor's obligation to indemnify, defend, and hold harmless includes any claim by Contractor's agents, employees, representatives, or any subcontractor or its employees. The Contractor expressly agrees to indemnify, defend, and hold harmless the State for any claim arising out of or incident to the Contractor's or any subcontractor's performance or failure to perform the contract. The Contractor's obligation to indemnify, defend, and hold harmless the State shall not be eliminated or reduced by any actual or alleged concurrent negligence of State or its agents, agencies, employees and officials. The Contractor waives its immunity under Title 51 ROW to the extent it is required to indemnify, defend and hold harmless the state and its agencies, officers, agents or employees. 17. INDEPENDENT CAPACITY OF THE CONTRACTOR The parties intend that an independent contractor relationship will be created by this Contract. The Contractor and its employees or agents performing under this Contract are not employees or agents of the state of Washington or COMMERCE. The Contractor will not hold itself out as or claim to be an officer or employee of COMMERCE or of the state of Washington by reason hereof, nor will the Contractor make any claim of right, privilege or benefit which would accrue to such officer or employee under law. Conduct and control of the work will be solely with the Contractor. 18. INDUSTRIAL INSURANCE COVERAGE The Contractor shall comply with all applicable provisions of Title 51 RCW, Industrial Insurance. If the Contractor fails to provide industrial insurance coverage or fails to pay premiums or penalties on behalf of its employees as may be required by law, COMMERCE may collect from the Contractor the full amount payable to the Industrial Insurance Accident Fund. COMMERCE may deduct the amount owed by the Contractor to the accident fund from the amount payable to the Contractor by COMMERCE under this Contract, and transmit the deducted amount to the Department of Labor and Industries, (L &1) Division of Insurance Services. This provision does not waive any of L &I's rights to collect from the Contractor. 19. LAWS The Contractor shall comply with all applicable laws, ordinances, codes, regulations, and policies of local, state, and federal governments, as now or hereafter amended, including, but not limited to: United States Laws, Regulations and Circulars (Federal) A. Audits Office of Management and Budget (OMB) Revised CircularA -133 "Audits of States, Local Governments, and Non - Profit Organizations." B. Labor and Safety Standards Convict Labor, 18 U.S.C. 751, 752, 4081, 4082. Drug -Free Workplace Act of 1988, 41 USC 701 et seq. Federal Fair Labor Standards Act, 29 U.S.C. 201 et seq. Work Hours and Safety Act of 1962, 40 U.S.C. 327 -330 and Department of Labor Regulations, 29 CFR Part 5. C. Laws against Discrimination Age Discrimination Act of 1975, Public Law 94 -135, 42 U.S.C. 6101 -07, 45 CFR Part 90 Nondiscrimination in Federally Assisted Programs. Department of Commerce 13 Contract #14 -63401 -007 79 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS Americans with Disabilities Act of 1990, Public Law 101 -336. Equal Employment Opportunity, Executive Order 11246, as amended by Executive Order 11375 and supplemented in U.S. Department of Labor Regulations, 41 CFR Chapter 60. Executive Order 11246, as amended by EO 11375, 11478, 12086 and 12102. Handicapped Employees of Government Contractors, Rehabilitation Act of 1973, Section 503, 29 U.S.C. 793. Handicapped Recipients of Federal Financial Assistance, Rehabilitation Act of 1973, Section 504, 29 U.S.C. 794. Minority Business Enterprises, Executive Order 11625, 15 U.S.C. 631. Minority Business Enterprise Development, Executive Order 12432, 48 FR 32551. Nondiscrimination and Equal Opportunity, 24 CFR 5.105(a). Nondiscrimination in benefits, Title VI of the Civil Rights Act of 1964, Public Law 88 -352, 42 U.S.C. 2002d et seq, 24 CFR Part 1. Nondiscrimination in employment, Title VII of the Civil Rights Act of 1964, Public Law 88 -352. Nondiscrimination in Federally Assisted Construction Contracts, Executive Order 11246, 42 U.S.C. 2000e, as amended by Executive Order 11375, 41 CFR Chapter 60. Section 3, Housing and Urban Development Act of 1968, 12 USC 1701 u (See 24 CFR 570.607(b)). 0. Office of Management and Budget Circulars Cost Principles for State, Local and Indian Tribal Governments, OMB Circular A -87, 2 CFR, Part 225, Cost Principles for Nonprofit Organizations, OMB Circular A -122 (if the Contractor is a nonprofit organization). Grants and Cooperative Agreements with State and Local Governments, OMB Circular A -102 (if the Contractor is a local government or federally recognized Indian tribal government). Uniform Administrative Requirements for Grants and Other Agreements with Institutions of Higher Education, Hospitals and Other Nonprofit Organizations, OMB Circular A -110. FAR 31.2 for Commercial Operations. An electronic copy of all the Circulars and applicable CFR's may be obtained via the OMB Home Web page at http. / /viww Whitehouse gov /omb /circulars default. Unless otherwise indicated, the Cost Principles apply to the use of funds provided under this Agreement and In -kind matching donations. The applicability of the Cost Principles depends on the type of organization incurring the costs. E. Other Anti - Kickback Act, 18 U.S.C. 874; 40 U.S.C. 276b, 276c; 41 U.S.C. 51 -54. Governmental Guidance for New Restrictions on Lobbying; Interim Final Guidance, Federal Register 1, Vol. 54, No. 243 \Wednesday, December 20, 1989. Hatch Political Activity Act, 5 U.S.C. 1501 -8. Lobbying and Disclosure, 42 USC 3537a and 3545 and 31 USC 1352. (Byrd Anti - Lobbying Amendment). 31 U.S.C. 1352 provides that Contractors who apply or bid for an award of $100,000 or more must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or Department of Commerce 14 Contract #14 -63401 -007 80 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or other award covered by 31 U.S.C. 1352. Each tier must disclose any lobbying with non - Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. Contractor agrees to comply with Title 40 CFR Part 34, New Restrictions on Lobbying. Contractor shall include the language of this provision in award documents for all sub - awards exceeding $100,000, and require that subcontractors submit certification and disclosure forms accordingly. In accordance with the Byrd Anti- Lobbying Amendment, any recipient who makes a prohibited expenditure under Title 40 CFR Part 34 or fails to file the required certification or lobbying forms shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each expenditure. Part 30 Recipients - All contracts awarded by Contractor shall contain, when applicable, the anti - lobbying provisions as stipulated in the Appendix at Title 40 CFR Part 30. Pursuant to Section 18 of the Lobbying Disclosure Act, Contractor affirms that it is not a non - profit organization described in Section 501(c)(4) of the Internal Revenue Code of 1986; or that it is a non - profit organization described in Section 501(c)(4) of the Code but does not and will not engage in lobbying activities as defined in Section 3 of the Lobbying Disclosure Act. Lobbying and Litigation - Contractor's chief executive officer shall ensure that no grant funds awarded under this Agreement are used to engage in lobbying of the Federal Government or in litigation against the United States unless authorized under existing law. Contractor shall abide by its respective OMB Circular (A -21, A -87, or A-122), which prohibits the use of Federal grant funds for litigation against the United States or for lobbying or other political activities. Non - Supplanting Federal Funds. Section 8 Housing Assistance Payments Program. Hotel -Motel Fire Safety Act - Pursuant to 40 CFR 30.18, if applicable, and 15 USC 2225a, Contractor agrees to ensure that all space for conferences, meetings, conventions, or training seminars funded in whole or in part with federal funds complies with the protection and control guidelines of the Hotel and Motel Fire Safety Act (PL 101 -391, as amended. Contractor may search the Hotel -Motel National Master List at: http: / /www.usfa.dhs.gov /applications /hotel to see if a property is in compliance (FEMA ID is currently not required), or to find other information about the Act. Recycled Paper Institutions of Higher Education Hospitals and Non - Profit Organizations - In accordance with 40 CFR 30.16, Contractor agrees to use recycled paper and double -sided printing for all reports which are prepared as a part of this Agreement and delivered to EPA. This requirement does not apply to reports prepared on forms supplied by EPA, or to Standard Forms, which are printed on recycled paper and are available through the General Services Administration. State Agencies and Political Subdivisions - In accordance with Section 6002 of the Resource Conservation and Recovery Act (RCRA) (42 U.S.C. 6962) any State agency or agency of a political subdivision of a State which is using appropriated Federal funds shall comply with the requirements set forth. Regulations issued under RCRA Section 6002 apply to any acquisition of an item where the purchase price exceeds $10,000 or where the quantity of such items acquired in the course of the preceding fiscal year was $10,000 or more. RCRA Section 6002 requires that preference be given in procurement programs to the purchases of specific products containing recycled materials identified in guidelines developed by EPA. These guidelines are listed in 40 CFR 247. State and Local Institutions of Higher Education and Non - Profit Organizations - In accordance with 40 CRF 30.16, State and local institutions of higher education, hospitals, and non - profit organizations that receive direct Federal funds shall give preference in their procurement Department of Commerce 15 Contract #14- 63401 -007 81 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS programs funded with Federal funds to the purchase of recycled products pursuant to EPA's guidelines. State Tribal and Local Government Recipients - In accordance with the policies set forth in EPA Order 1000.25 and Executive Order 13423, Strengthening Federal Environmental, Energy and Transportation Management (January 24, 2007), Contractor agrees to use recycled paper and double sided printing for all reports which are prepared a part of this Agreement and delivered to EPA. This requirement does not apply to reports prepared on forms supplied by EPA, or to Standard Forms, which are printed on recycled paper and are available through the General Services Administration. Drug -Free Workplace Certification - Contractor must make an ongoing, good faith effort to maintain a drug -free workplace pursuant to the specific requirements set forth in Title 40 CFR 36.200 - 36.230. Additionally, in accordance with these regulations, Contractor organization must identify all known workplaces under its federal award; and keep this information on file during the performance of the award. Contractors who are individuals must comply with the drug -free provisions set forth in Title 40 CFR 36.300. The consequences for violating this condition are detailed under Title 40 CFR 36.510. Contractors can access the Code of Federal Regulations (CFR) Title 40 Part 36 at: http. / /viww. access .gpo.gov /n_ara /cfr/waisidx 06/40cfr36 06 html. Trafficking Victims Protection Act of 2000, as amended (22 U.S.C. 7104(g)): To implement requirements of Section 106 of the Trafficking Victims Protection Act of 2000, as amended, the following provisions apply to this contract: a. EPA, as the Federal awarding agency for the funds being administered under this contract may unilaterally terminate this award, without penalty, if a subrecipient that is a private entity: (1) is determined to have violated an applicable prohibition in the Prohibition Statement below; or (2) has an employee who is determined by the agency official authorized to terminate the award to have violated an applicable prohibition in the Prohibition Statement below through conduct that is either: (a) associated with performance under this award; or (b) imputed to the subrecipient using the standards and due process for imputing the conduct of an individual to an organization that are provided in 2 CFR part 180, "OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement)," as implemented by EPA at 2 CFR part 1532. You must inform EPA immediately of any information you receive from any source alleging a violation of a prohibition in the Prohibition Statement below. b. EPA's right to terminate unilaterally that is described in paragraph a of this award term: (1) implements section 106(g) of the Trafficking Victims Protection Act of 2000 (TVPA), as amended (22 U.S.C. 7104(g)), and (2) is in addition to all other remedies for noncompliance that are available to EPA under this award. c. You must include the requirements of the Prohibition Statement below in any subaward you make to a private entity. Prohibition Statement - You as the recipient, your employees, subrecipients under this award, and subrecipients' employees may not engage in severe forms of trafficking in persons during the period of time that the award is in effect; procure a commercial sex act during the period of time that the award is in effect; or use forced labor in the performance of the award or subawards under the award. F. Privacy Privacy Act of 1974, 5 U.S.C. 552a. Department of Commerce 16 Contract #14- 63401 -007 82 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS Washington State Laws and Regulations A. Affirmative action, RCW 41.06.020 (1). B. Boards of directors or officers of non - profit corporations — Liability - Limitations, RCW 4.24.264. C. Disclosure- campaign finances- lobbying, Chapter 42.17A RCW, D. Discrimination -human rights commission, Chapter 49.60 RCW. E. Ethics in public service, Chapter 42.52 RCW. F. Office of minority and women's business enterprises, Chapter 39.19 RCW and Chapter 326 -02 WAC. G. Open public meetings act, Chapter 42.30 RCW. H. Public records act, Chapter 42.56 RCW. I. State budgeting, accounting, and reporting system, Chapter 43.88 RCW. 20. LICENSING, ACCREDITATION AND REGISTRATION The Contractor shall comply with all applicable local, state, and federal licensing, accreditation and registration requirements or standards necessary for the performance of this Contract. 21. LIMITATION OF AUTHORITY Only the Authorized Representative or the Authorized Representative's delegate by writing (delegation to be made prior to action) shall have the express, implied, or apparent authority to alter, amend, modify, or waive any clause or condition of this Contract. Furthermore, any alteration, amendment, modification, or waiver or any clause or condition of this contract is not effective or binding unless made in writing and signed by the Agent 22. NONCOMPLIANCE WITH NONDISCRIMINATION LAWS During the performance of this Contract, the Contractor shall comply with all federal, state, and local nondiscrimination laws, regulations and policies. In the event of the Contractor's non - compliance or refusal to comply with any nondiscrimination law, regulation or policy, this Contract may be rescinded, canceled or terminated in whole or in part, and the Contractor may be declared ineligible for further contracts with COMMERCE. The Contractor shall, however, be given a reasonable time in which to cure this noncompliance. Any dispute may be resolved in accordance with the "Disputes" procedure set forth herein. 23. POLITICAL ACTIVITIES Political activity of Contractor employees and officers are limited by the State Campaign Finances and Lobbying provisions of Chapter 42.17A RCW and the Federal Hatch Act, 5 USC 1501 - 1508. No funds may be used for working for or against ballot measures or for or against the candidacy of any person for public office. 24. PROCUREMENT STANDARDS FOR FEDERALLY FUNDED PROGRAMS A Contractor which is a local government or Indian Tribal government must establish procurement policies and procedures in accordance with OMB Circulars A -102, Uniform Administrative Requirements for Grants in Aid for State and Local Governments, for all purchases funded by this Contract. A Contractor which is a nonprofit organization shall establish procurement policies in accordance with OMB Circular A -110, Uniform Administrative Requirements for Grants and Agreements with Nonprofit Agencies, for all purchases funded by this Contract. The Contractor's procurement system should include at least the following: Department of Commerce 17 Contract #14 -63401 -007 83 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS 1. A code or standard of conduct that shall govern the performance of its officers, employees, or agents engaged in the awarding of contracts using federal funds. 2. Procedures that ensure all procurement transactions shall be conducted in a manner to provide, to the maximum extent practical, open and free competition. 3. Minimum procedural requirements, as follows: a. Follow a procedure to assure the avoidance of purchasing unnecessary or duplicative items. b. Solicitations shall be based upon a clear and accurate description of the technical requirements of the procured items. c. Positive efforts shall be made to use small and minority -owned businesses. d. The type of procuring instrument (fixed price, cost reimbursement) shall be determined by the Contractor, but must be appropriate for the particular procurement and for promoting the best interest of the program involved. e. Contracts shall be made only with reasonable subcontractors who possess the potential ability to perform successfully under the terms and conditions of the proposed procurement. f. Some form of price or cost analysis should be performed in connection with every procurement action. g. Procurement records and files for purchases shall include all of the following: 1) Contractor selection or rejection. 2) The basis for the cost or price. 3) Justification for lack of competitive bids if offers are not obtained. h. A system for contract administration to ensure Contractor conformance with terms, conditions and specifications of this Contract, and to ensure adequate and timely follow - up of all purchases. 4. Contractor and Subcontractor must receive prior approval from COMMERCE for using funds from this Contract to enter into a sole source contract or a contract where only one bid or proposal is received when value of this Contract is expected to exceed $5,000. Prior approval requests shall include a copy of proposed contracts and any related procurement documents and justification for non - competitive procurement, if applicable. 25. PUBLICITY The Contractor agrees not to publish or use any advertising or publicity materials in which the state of Washington or COMMERCE's name is mentioned, or language used from which the connection with the state of Washington's or COMMERCE's name may reasonably be inferred or implied, without the prior written consent of COMMERCE. 26. RECAPTURE In the event that the Contractor fails to perform this Contract in accordance with state laws, federal laws, and /or the provisions of this Contract, COMMERCE reserves the right to recapture funds in an amount to compensate COMMERCE for the noncompliance in addition to any other remedies available at law or in equity. Repayment by the Contractor of funds under this recapture provision shall occur within the time period specified by COMMERCE. In the alternative, COMMERCE may recapture such funds from payments due under this Contract. Department of Commerce 18 Contract #14- 63401 -007 84 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS 27. RECORDS MAINTENANCE The Contractor shall maintain books, records, documents, data and other evidence relating to this contract and performance of the services described herein, including but not limited to accounting procedures and practices that sufficiently and properly reflect all direct and indirect costs of any nature expended in the performance of this contract. The Contractor shall retain such records for a period of six years following the date of final payment. At no additional cost, these records, including materials generated under the contract, shall be subject at all reasonable times to inspection, review or audit by COMMERCE, personnel duly authorized by COMMERCE, the Office of the State Auditor, and federal and state officials so authorized by law, regulation or agreement. If any litigation, claim or audit is started before the expiration of the six (6) year period, the records shall be retained until all litigation, claims, or audit findings involving the records have been resolved. 28, RIGHT OF INSPECTION The Contractor shall provide right of access to its facilities to COMMERCE, or any of its officers, or to any other authorized agent or official of the state of Washington or the federal government, at all reasonable times, in order to monitor and evaluate performance, compliance, and /or quality assurance under this contract. 29. SAVINGS in the event funding from state, federal, or other sources is withdrawn, reduced, or limited in any way after the effective date of this Contract and prior to normal completion, COMMERCE may terminate the Contract under the "Termination for Convenience" clause, without the ten calendar day notice requirement. In lieu of termination, the Contract may be amended to reflect the new funding limitations and conditions. 30. SEVERABILITY The provisions of this contract are intended to be severable. If any term or provision is illegal or invalid for any reason whatsoever, such illegality or invalidity shall not affect the validity of the remainder of the contract. 31. SITE SECURITY While on COMMERCE premises, the Contractor, its agents, employees, or subcontractors shall conform in all respects with physical, fire or other security policies or regulations. 32. SUBCONTRACTING The Contractor may only subcontract work contemplated under this Contract if it obtains the prior written approval of COMMERCE. If COMMERCE approves subcontracting, the Contractor shall maintain written procedures related to subcontracting, as well as copies of all subcontracts and records related to subcontracts. For cause, COMMERCE in writing may: (a) require the Contractor to amend its subcontracting procedures as they relate to this Contract; (b) prohibit the Contractor from subcontracting with a particular person or entity; or (c) require the Contractor to rescind or amend a subcontract. Every subcontract shall bind the Subcontractor to follow all applicable terms of this Contract. The Contractor is responsible to COMMERCE if the Subcontractor fails to comply with any applicable term or condition of this Contract. The Contractor shall appropriately monitor the activities of the Subcontractor to assure fiscal conditions of this Contract. In no event shall the existence of a subcontract operate to release or reduce the liability of the Contractor to COMMERCE for any breach in the performance of the Contractor's duties. Every subcontract shall include a term that COMMERCE and the State of Washington are not liable for claims or damages arising from a Subcontractor's performance of the subcontract. Department of Commerce 19 Contract #14 -63401 -007 85 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS If Contractor subcontracts under this Contract, Contractor is responsible for selecting its subcontractors and, if applicable, for conducting sub - contract competitions. Contractor agrees to: 1. Establish all subcontract agreements in writing; 2. Maintain primary responsibility for ensuring successful completion of the approved project (CONTRACTOR CANNOT DELEGATE OR TRANSFER THIS RESPONSIBILITY TO A SUBCONTRACTOR). 3. Ensure that any subcontracts comply with the standards in Section 210(a) -(d) of OMB Circular A- 133, and are not used to acquire commercial goods or services for the subcontractor. 4. Ensure that any subcontracts to 501(c)(4) organizations do not involve lobbying activities; 5. Monitor the performance of subcontractors, and ensure subcontractors comply with all applicable regulations, statutes, and terms and conditions which flow down in the subcontract; 6. Obtain COMMERCE consent before making a sub -award to a foreign or international organization, or a subcontract to be performed in a foreign country; and 7. Obtain approval from COMMERCE for any new subcontract work that is not outlined in the approved work plan in accordance with 40 CFR Parts 30.25 and 31.30, as applicable. 33. SURVIVAL The terms, conditions, and warranties contained in this Contract that by their sense and context are intended to survive the completion of the performance, cancellation or termination of this Contract shall so survive. 34. TAXES All payments accrued on account of payroll taxes, unemployment contributions, the Contractor's income or gross receipts, any other taxes, insurance or expenses for the Contractor or its staff shall be the sole responsibility of the Contractor. 35. TERMINATION FOR CAUSE In the event COMMERCE determines the Contractor has failed to comply with the conditions of this contract in a timely manner, COMMERCE has the right to suspend or terminate this contract. Before suspending or terminating the contract, COMMERCE shall notify the Contractor in writing of the need to take corrective action. If corrective action is not taken within 30 calendar days, the contract may be terminated or suspended. In the event of termination or suspension, the Contractor shall be liable for damages as authorized by law including, but not limited to, any cost difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, e.g., cost of the competitive bidding, mailing, advertising and staff time. COMMERCE reserves the right to suspend all or part of the contract, withhold further payments, or prohibit the Contractor from incurring additional obligations of funds during investigation of the alleged compliance breach and pending corrective action by the Contractor or a decision by COMMERCE to terminate the contract. A termination shall be deemed a "Termination for Convenience" if it is determined that the Contractor: (1) was not in default; or (2) failure to perform was outside of his or her control, fault or negligence. The rights and remedies of COMMERCE provided in this contract are not exclusive and are, in addition to any other rights and remedies, provided by law. 36. TERMINATION FOR CONVENIENCE Except as otherwise provided in this Contract, COMMERCE may, by ten (10) business days written notice, beginning on the second day after the mailing, terminate this Contract, in whole or in part. If this Contract is so terminated, COMMERCE shall be liable only for payment required under the terms of this Contract for services rendered or goods delivered prior to the effective date of termination. 37. TERMINATION PROCEDURES Upon termination of this contract, COMMERCE, in addition to any other rights provided in this contract, may require the Contractor to deliver to COMMERCE any property specifically produced or Department of Commerce 20 Contract #14- 63401 -007 86 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS acquired for the performance of such part of this contract as has been terminated. The provisions of the "Treatment of Assets" clause shall apply in such property transfer. COMMERCE shall pay to the Contractor the agreed upon price, if separately stated, for completed work and services accepted by COMMERCE, and the amount agreed upon by the Contractor and COMMERCE for (i) completed work and services for which no separate price is stated, (ii) partially completed work and services, (iii) other property or services that are accepted by COMMERCE, and (iv) the protection and preservation of property, unless the termination is for default, in which case the Authorized Representative shall determine the extent of the liability of COMMERCE. Failure to agree with such determination shall be a dispute within the meaning of the "Disputes" clause of this contract. COMMERCE may withhold from any amounts due the Contractor such sum as the Authorized Representative determines to be necessary to protect COMMERCE against potential loss or liability. The rights and remedies of COMMERCE provided in this section shall not be exclusive and are in addition to any other rights and remedies provided by law or under this contract. After receipt of a notice of termination, and except as otherwise directed by the Authorized Representative, the Contractor shall: 1. Stop work under the contract on the date, and to the extent specified, in the notice; 2. Place no further orders or subcontracts for materials, services, or facilities except as may be necessary for completion of such portion of the work under the contract that is not terminated; 3. Assign to COMMERCE, in the manner, at the times, and to the extent directed by the Authorized Representative, all of the rights, title, and interest of the Contractor under the orders and subcontracts so terminated, in which case COMMERCE has the right, at its discretion, to settle or pay any or all claims arising out of the termination of such orders and subcontracts; 4. Settle all outstanding liabilities and all claims arising out of such termination of orders and subcontracts, with the approval or ratification of the Authorized Representative to the extent the Authorized Representative may require, which approval or ratification shall be final for all the purposes of this clause; 5. Transfer title to COMMERCE and deliver in the manner, at the times, and to the extent directed by the Authorized Representative any property which, if the contract had been completed, would have been required to be furnished to COMMERCE; 6. Complete performance of such part of the work as shall not have been terminated by the Authorized Representative; and 7. Take such action as may be necessary, or as the Authorized Representative may direct, for the protection and preservation of the property related to this contract, which is in the possession of the Contractor and in which COMMERCE has or may acquire an interest. 38. TREATMENT OF ASSETS Title to all property furnished by COMMERCE shall remain in COMMERCE. Title to all property furnished by the Contractor, for the cost of which the Contractor is entitled to be reimbursed as a direct item of cost under this contract, shall pass to and vest in COMMERCE upon delivery of such property by the Contractor. Title to other property, the cost of which is reimbursable to the Contractor under this contract, shall pass to and vest in COMMERCE upon (i) issuance for use of such property in the performance of this contract, or (ii) commencement of use of such property in the performance of this contract, or (iii) reimbursement of the cost thereof by the AGENCY in whole or in part, whichever first occurs. A. Any property of COMMERCE furnished to the Contractor shall, unless otherwise provided herein or approved by COMMERCE, be used only for the performance of this contract. B. The Contractor shall be responsible for any loss or damage to property of COMMERCE that results from the negligence of the Contractor or which results from the failure on the part of the Department of Commerce 21 Contract #14 -63401 -007 87 GENERAL TERMS AND CONDITIONS INTERAGENCY AGREEMENT FEDERAL FUNDS Contractor to maintain and administer that property in accordance with sound management practices. C. If any COMMERCE property is lost, destroyed or damaged, the Contractor shall immediately notify COMMERCE and shall take all reasonable steps to protect the property from further damage. D. The Contractor shall surrender to COMMERCE all property of COMMERCE prior to settlement upon completion, termination or cancellation of this contract All reference to the Contractor under this clause shall also include Contractor's employees, agents or Subcontractors. 39. WAIVER Waiver of any default or breach shall not be deemed to be a waiver of any subsequent default or breach. Any waiver shall not be construed to be a modification of the terms of this Contract unless stated to be such in writing and signed by Authorized Representative of COMMERCE. Department of Commerce 22 Contract #14 -63401 -007 88 Attachment A Scope of Work Task Deliverable Timeline /Deadline 1. Project Administration/ Management 1.1 - Quality Assurance Project Plan (QAPP) Waiver Form and, if necessary, QAPP. July 31, 2014 1.2 - Quarterly progress reports and financial vouchers. Quarterly: July 10, 2014 October 10, 2014 January 10, 2015 April 10, 2015 July 10, 2015 And if needed: October 10, 2015 January 10, 2016 1.3 - Final project summary report. July 10, 2015 2. Project Launch Memorandum summarizing: 2.1 — Project definition/ needs assessment based on Contractor and King County meeting with consulting team to clarify methods, presentations, and deliverable schedules. 2.2 - Review of existing development regulations in the redevelopment areas: • Tukwila Urban Center, and • Tukwila International Boulevard. 2.3 - Review of planned development policies. 2.4 — Review of current and projected redevelopment market conditions. 2.5 — Assessment of potential range of Contractor role in redevelopment market. August 31, 2014 3. Redevelopment Capacity Analysis 3.1 - Memorandum summarizing findings from growth projection analysis, land supply analysis, and bonus increment evaluation. 3.2 — Supplemental buildable lands analysis. September 30, 2014 4. Incentive Program Review 4 - Memorandum summarizing findings of program utilization, pricing review, residual land value analysis, and incentive structure recommendations. October 31, 2014 23 Department of Commerce Contract #14 -63401 -007 89 Attachment A Task Deliverable Timeline /Deadline 5. Landscape Conservation and Local Infrastructure Program (LCLIP) Revenue and Policy Analysis, with input from King County staff. 5 - Technical memorandum summarizing revenue scenarios and policy analysis findings. November 30, 2014 6. LCLIP Structure and Parameter Testing, in coordination with King County. 6 - Technical memorandum summarizing findings of LCLIP optimization and areas of risk exposure. December 31, 2014 7. Implementation Package 7 — Memorandum recommending specific steps for the Contractor to implement LCLIP. January 31, 2015 8. Public Legislative Process 8 - Staff reports and materials for presentations to City Council. June 30, 2015 Department of Commerce Contract #14- 63401 -007 90 24 Attachment A Budget TASKS CIT1' MATCH KING COUNTI' MATCH GRANT AMOUNT TOTAL PROJECT COST Task I. Project Administration/Management $1,275 $0 $1 ,275 Task 2. Project Launch 322 $833 3,460 5,448 Task 3. Redevelopment Capacity Analysis 318 7,860 8,178 j Task 4. Incentive Program Review 319 $833 9,290 9,609 Task 5. LCLIP Revenue and Policy Analysis 319 $833 7,240 7,559 Task 6. LCLIP Structure and Parameter Testing 322 $833 11,390 13,379 Task 7. Implementation Package 312 $833 2,820 4,799 Task 8. Public Legislative Process 4,243 $835 0 4,243 TOTAL ' 7,430 5,000 $42,060 $54,490 25 Department of Commerce Contract #14 -63401 -007 91 92 City of Tukwila Community Affairs and Parks Committee COMMUNITY AFFAIRS AND PARKS COMMITTEE - Meeting Minutes July 15, 2014 — 5:30 p.m. — Hazelnut Conference Room PRESENT Councilmembers: Joe Duffie, Chair; Dennis Robertson, Verna Seal Staff: Jack Pace, Ryan Larson, Lynn Miranda, Rachel Turpin, Laurel Humphrey CALL TO ORDER: Committee Chair Duffie called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESS AGENDA Committee Chair Duffie requested a moment of silence in memory of Shelley Kerslake. A. Grant Acceptance: Duwamish Gardens Project Staff is seeking Council approval to approve a grant agreement with the Salmon Recovery Funding Board for $949,434.00 for the Duwamish Gardens Project, which is now in the final design and permitting phase with construction expected this fall. This award requires a City match of $301,523 which can come from other non -State funding sources, and an additional $1,565,000.00 in construction grant funding has already been secured from the King County Flood Control District and King Conservation District. The total construction cost estimate is $1,800,000.00. UNANIMOUS APPROVAL. FORWARD TO JULY 21, 2014 REGULAR CONSENT AGENDA. B. Contract: Heartland LLC Staff is seeking Council approval of a service contract with Heartland LLC to evaluate how the Landscape Conservation and Local Infrastructure Program (LCLIP) promoting urban redevelopment and resource land conservation could be implemented in the City. The cost for these services is $42,060 and is fully funded by a Washington State Department of Commerce grant which was accepted in May 2014. LCLIP is a program that allows cities to access a portion of county property tax in exchange for adopting policies that incentivize protection of resource lands while directing development toward urban growth areas. UNANIMOUS APPROVAL. FORWARD TO JULY 21, 2014 REGULAR CONSENT AGENDA. C. Interlocal Agreement: Tukwila Pool Metropolitan Park District Staff is seeking Council approval of amendments to the Interlocal Agreement for Pool Operations and Support Systems proposed by the Tukwila Pool Metropolitan Park District (TPMPD) Board of Commissioners. The Committee previously reviewed proposed amendments to the ILA at its June 10 meeting and forwarded those amendments to the June 23, 2014 Committee of the Whole. At its June 25, 2014 TPMPD meeting the Board approved additional changes that must subsequently be approved by the Council. The Committee discussed the most recent version of the ILA as well as the direction of the pool operations and likely transition to a different provider. Following discussion, Councilmember Robertson approved the latest version of the ILA and Councilmembers Duffie and Seal were in favor of forwarding the item to the Committee of the Whole with no recommendation. DIVIDED RECOMMENDATION. FORWARD TO JUNE 28, 2014 COMMITTEE OF THE WHOLE FOR DISCUSSION. 93