HomeMy WebLinkAboutReg 2021-10-04 Item 6F - Contract - Future Sewer Lift Station #13 Feasibility Study with Gray & Osborne for $41,700COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
10/04/21
JR
ITEM INFORMATION
ITEM No.
6.F.
61
STAFF SPONSOR: ADIB ALTALLAL
ORIGINAL AGENDA DATE: 10/04/21
AGENDA ITEM TITLE Future
Consultant
Sewer Lift Station No. 13 — Feasibility Study
Selection and Agreement
CATEGORY ❑ Discussion
Altg Date
Motion
Date 10/04/21
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
11
Altg
SPONSOR ❑Council Mayor HR ❑DCD Finance Fire TV P&R Police PW' ❑Court
SPONSOR'S A vital sewer main on Tukwila Hill, that became inaccessible to City staff due to the I-405
SUMMARY Interstate expansion, is a top priority and must be replaced to avoid costly repairs in the
future. Proposals from five consultants were reviewed and Gray & Osborne, Inc. was
selected to pursue the feasibility study. Council is being asked to approve a feasibility study
agreement for professional services with Gray & Osborne, Inc in the amount of $41,700.00
for the Future Sewer Lift Station #13 — Feasibility Study Project.
REVIEWED BY
Trans&Infrastructure
❑ CommunitySvs/Safety ❑ Finance Comm. ❑ Planning/Economic Dev.
❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
COMMITTEE CHAIR: VERNA SEAL
❑ LTAC
DATE: 09/27/21
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda
COST IMPACT / FUND SOURCE
EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$41,700.00 $75,000.00 $0.00
Fund Source:
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
10/04/21
MTG. DATE
ATTACHMENTS
10/04/21
Informational Memorandum dated 09/24/21
Project Location Map
2021 CIP, pages 68, 71 & 72
Contract Agreement
Minutes from Transportation and Infrastructure Committee meeting of 09/27/21
61
62
City of Tukwila
Allan Ekberg, Mayor
Public Works Department .. Hari Ponnekanti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: Adib Altallal, Utilities Engineer
CC: Mayor Allan Ekberg
DATE: September 24, 2021
SUBJECT: Future Sewer Lift Station No. 13 — Feasibility Study
Project No. 99740205
Consultant Selection and Agreement
ISSUE
Approve a contract agreement with Gray & Osborne, Inc. (G&O) to provide feasibility study services for the Future Sewer Lift
Station No. 13.
BACKGROUND
Most of the Tukwila Hill neighborhood discharges its sewage via the 12" sewer line under Interstate 405 (1-405) south of
Tukwila City Hall. The City's sewer line was constructed before the interstate existed and since construction and subsequent
expansions of the highway took place, the vital main has become inaccessible to the maintenance and engineering staff. The
existing pipe is also long past its useful life and is need of replacement. This is of concern because if the pipe were to fail, it
would affect most of the Tukwila Hill neighborhood and require costly emergency repair in many locations.
DISCUSSION
The Future Sewer Lift Station No. 13 Project is currently scheduled to start in 2024. However, since the pipe is inaccessible to
staff and is a single point of failure for most of Tukwila Hill, we have decided to start the feasibility study sooner than planned.
The feasibility study will help us determine which design options, such as replacing the pipe or building a new lift sewer
station, will be the most efficient and cost effective. Since building a lift station is a costly endeavor, other alternatives will be
exhaustively studied first. Proposals from five consultants were reviewed and Gray & Osborne, Inc. were selected to pursue
the feasibility study.
FINANCIAL IMPACT
Gray & Osborne, Inc has provided a cost estimate of $41,700.00 for the feasibility study services for the Future Sewer Lift
Station No. 13. The project will be funded by the 2021 Annual Sewer Repair Program design budget. The project costs are
within budget and are 100% funded by the sewer enterprise fund.
Gray & Osborne, Inc.
Contract 2021 Budget
$41,700.00 $75,000.00
RECOMMENDATION
Council is being asked to approve a feasibility study agreement for professional services with Gray & Osborne, Inc in the
amount of $41,700.00 for the Future Sewer Lift Station #13 — Feasibility Study Project and consider this item on the Consent
Agenda at the October 4, 2021 Regular Meeting.
Attachments: 2021 CIP, Page 68
Scope of Work and Cost Estimate
Contract Agreement
63
64
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Annual Sewer Repair Program Project No. 9xx40201
Reduce sewer line infiltration and inflow (I & I) through groundwater intrusion or storm events as a
DESCRIPTION: result of damaged deteriorating systems or illicit connections. Includes small repairs and capital
maintenance.
JUSTIFICATION: Decreases treatment, discharge, and pumping costs.
STATUS: Annual program is determined after pipeline TV inspection reports are completed.
MAINT. IMPACT: Less maintenance costs through rehabilitation of aging system.
COMMENT: Ongoing project, only one year actuals shown in first column.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
0
15
75
75
70
70
70
70
500
945
Land (R/W)
0
Const. Mgmt.
10
112
120
105
105
115
115
200
882
Construction
0
75
750
800
700
700
700
700
1,000
5,425
TOTAL EXPENSES
0
100
937
995
875
875
885
885
1,700
7,252
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
100
937
995
875
875
885
885
1,700
7,252
TOTAL SOURCES
0
100
937
995
875
875
885
885
1,700
7,252
Project Location:
Entire System
2021 - 2026 Capital Improvement Program
68
65
66
EXHIBIT A
SCOPE OF WORK
CITY OF TUKWILA
I-405 SEWER MAIN DEMOLITION AND REROUTE
PROJECT UNDERSTANDING
The City of Tukwila wants to contract with Gray & Osborne to examine rerouting and
decommissioning the existing sewer main that crosses I-405 at Andover Park West. Gray
& Osborne is to develop preliminary concepts and the associated costs to reroute sewer
flow from the Southcenter Boulevard location. The preliminary concepts and the
associated cost are to be summarized in a feasibility report along with discussion of the
advantages and disadvantages of each concept.
More specifically, the work will include the following.
DESIGN
Task 1 — Project Management and Oversight
Objective: Provide overall project management and oversight of the project work by
the Principal -in -Charge and senior staff members.
A. Provide overall project management and oversight services, to include:
• Procure sufficient staff resources to dedicate to the project.
• Manage and control project budget and schedule.
• Manage and provide monthly progress reports and invoices.
Task 2 — Kickoff Meeting
Objective: Conduct a kickoff meeting with City of Tukwila staff to confirm scope,
identify critical path schedule and task items, format and schedule for
deliverables, major project assignments, stakeholder contacts, and any
special regulatory and funding agency requirements.
A. Conduct an initial meeting to initiate the engineering design process for
the project, discussing the following items at a minimum. The discussion
will include, but not be limited to, the following topics:
G&O #PR216.11
• Review City of Tukwila -provided record drawings of existing
system.
Page 1 of 4
67
• Review and confirm project understanding and design criteria to be
employed.
• Review and confirm task assignments and budget hours for
assigned tasks.
• Review and confirm project schedule and milestones/deliverables.
• Identify project stakeholders and discuss their needs and impacts
on the project.
• Document the discussion of the meeting and distribute to all
attendees.
Task 3 — Evaluation of Alternatives
Objective: Identify alternatives for abandonment of the existing I-405 sewer crossing,
compare feasible alternatives and select a preferred alternative.
A. Possible alternatives currently under consideration include the following:
• Construct a lift station along Southcenter Boulevard to divert flows
north into the City's system.
• Construct a lift station along Southcenter Boulevard and slip line
the existing gravity main, to facilitate a force main across I-405. In
addition, the main would be extended through the existing manhole
located in I-405 and connected to the City's sewer system on
Tukwila Parkway.
• Examine trenchless technologies to install either a gravity or force
main under I-405 and connected to the City's sewer system on
Tukwila Parkway.
B. Selection of the preferred alternative will include review of the following
elements:
• Capital Cost
• Life -Cycle Cost
• Constructability
• Risk
• Permitting
• Environmental Issues
• Public impacts
C. We will provide a comparative matrix to select the preferred alternative
based on ranking system of the evaluation elements.
G&O #PR216.11
68
Page 2 of 4
Task 4 — Surveying
Objective: If required obtain critical vertical and horizontal control and pertinent
topographical information to include identifying existing and obvious
utilities, and pertinent topographical features to facilitate development of
proposed alternatives.
A. Establish vertical and horizontal control on the City of Tukwila adopted
datum for survey and mapping at a scale of not more than 1 inch = 20 feet
(horizontal) and 1 inch = 5 feet (vertical).
B. Acquire supplemental topographical survey of the site (within and
adjacent to the project corridor) to identify key elevations to ensure the
preferred alternative is feasible.
Task 5 — Prepare Technical Memorandum
Objective: Prepare a technical memorandum summarizing the project understanding,
design criteria, regulatory requirements, and general design guidelines and
standards which govern the project design.
A. Prepare a technical memorandum (letter report) summarizing the project
understanding, project site, access issues, utility needs, pertinent design
criteria, regulatory requirements, and general design guidelines and
standards which govern the project design. The Technical Memorandum
will include discussion of conceptual alternatives to reroute sewer across
I-405 from Southcenter Boulevard to the intersection of Tukwila Parkway
and Andover Park West, summarizing the alternatives evaluation and
providing the preferred alternative.
B. Submit the technical memorandum to City of Tukwila staff and solicit
comments and/or clarifications. Incorporate all relevant review comments
into memorandum. Issue final memorandum to City of Tukwila.
Task 6 — Quality Assurance/Quality Control
A. Oversee two, in-house, quality assurance/quality control (QA/QC)
meetings at G&O's office during the course of the design project. The
meetings will include the design team members, and selected senior
project staff,
B. Ensure incorporation of relevant recommendations and suggestions into
bid/construction documents resulting from QA/QC reviews.
G&O #PR216.11
Page 3 of 4
69
SCHEDULE
We anticipate the following schedule for deliverables:
• Draft Technical Memorandum: January 2022.
• Final Technical Memorandum: February 2022.
G&O #PR216.11
70
Page 4 of 4
EXHIBIT B
ENGINEERING SERVICES
SCOPE AND ESTIMATED COST
City of Tukwila - 1-405 Sewer Main Decommission and Reroute
Tasks
Principal
Hours
Project
Manager
Hours
Civil Eng.
Hours
AutoCAD/
GIS Tech./
Eng. Intern
Professional
Land Surveyor
Hours
Field Survey
Hours
1 Project Management and Oversight
16
2 Kickoff Meeting
3
3
3 Evaluation of Alternatives
12
24
40
16
4 Surveying
4
8
5 Prepare Technical Memorandum
8
24
40
12
6 Quality Assurance/Quality Control
16
4
8
Hour Estimate:
36
71
91
28
4
8
Estimated Fully Burdened Billing Rate:*
$210
$200
$140
$135
$160
$320
Fully Burdened Labor Cost:
$7,560
$14,200
$12,740
$3,780
$640
$2,560
Total Fully Burdened Labor Cost:
Direct Non -Salary Cost:
Mileage & Expenses (Mileage @ current IRS rate)
Printing
TOTAL ESTIMATED COST:
$ 41,480
$ 120
$ 100
$ 41,700
* Actual labor cost will be based on each employee's actual rate. Estimated rates are for determining total estimated cost only. Fully burdened
billing rates include direct salary cost, overhead, and profit.
G&O #PR216.11
Page 1 of 1
72
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and Gray & Osborne, Inc., hereinafter referred to as "the Consultant", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform design feasibility
services in connection with the project titled Future Sewer Lift Station #13 — Feasibility Study.
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.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2022, 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 December 31, 2022 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 $41,700 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 thereof, 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.
E. 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.
73
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. 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.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
74
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. 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.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. 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 Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors' coverage.
F. 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.
G. 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.
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.
CA revised May 2020
Page 3
75
11. Discrimination Prohibited. Contractor, 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,
the presence of any disability, or any other protected class status under state or federal law,
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.
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:
Gray & Osborne, Inc.
1130 Rainier Ave S #300
Seattle, WA 98144
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.
CA revised May 2020
76
Page 4
DATED this day of , 20
CITY OF TUKWILA GRAY & OSBORNE, INC.
By:
Allan Ekberg, Mayor
Printed Name: Michael B. Johnson, P.E.
Title:
President
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
77
78
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
September27, 2021 5:30 p.m. - Electronic Meeting due to COVID-19 Emergency
CouncilmembersPresent:Verna Seal, Chair, De'Sean Quinn, Thomas McLeod
Staff Present: David Cline, Hari Ponnekanti, Brittany Robinson, Mike Perfetti, Seong
Kim, Mike Ronda, Adib Altillal
Chair Seal called the meeting to order at 5:30 p.m.
I. BUSINESS AGENDA
A. Grant Agreement: Flood Damage & Repairs
Staff is seeking Council approval of a FEMA Public Assistance Grant in the amount of $112,500 to
help pay for Tukwila Urban Center Pedestrian Bridge repairs and damage caused by flooding.
Committee Recommendation
Unanimous approval. Forward to October 4, 2021 Regular Consent Agenda.
B. Consultant Agreement: Future Sewer Lift Station 13 Feasibility Study
Staff is seeking Council approval of a contract with Gray & Osborne, Inc. in the amount of
*$41,700 for a feasibility study for the Future Sewer Lift Station No. 13. Project costs are within
budget and funded by the sewer enterprise fund.
Committee Recommendation
Unanimous approval. Forward to October 4, 2021 Regular Consent Agenda.
C. Grant Agreement: Gilliam Creek Fish Barrier Removal
Staff is seeking Council approval of a Cooperative Watershed Management grant agreement
with King County in the amount of $200,000 for the Gilliam Creek Fish Barrier Removal Project.
Councilmember Quinn noted that this is a King County Flood Control District program.
Committee Recommendation
Unanimous approval. Forward to October 4, 2021 Regular Consent Agenda.
D. Consultant Agreement: Chinook Wind Public Access
Staff is seeking Council approval of a contract with J.A. Brennan Associates, LLC in the amount
not to exceed $63,373 for design of the Chinook Wind Public Access project, which will create
off -channel habitat and a public trail.
Committee Recommendation
Unanimous approval. Forward to October 4, 2021 Regular Consent Agenda.
79