HomeMy WebLinkAboutReg 2024-10-07 Item 4G - Contract Amendment #2 - Stormwater Quality Retrofit Program Design and Construction Management with KPG Psomas for $322,873COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's review
Council review
10/07/24
JR
ITEM INFORMATION
ITEM No.
4.G.
STAFF SPONSOR: JOSH HOPKINS
ORIGINAL AGENDA DATE: 10/07/24
AGENDA ITEM TITLE Surface Water Fund — Stormwater Outfalls Water Quality Retrofit Program
Contract 22-134, Amendment No. 2
CATEGORY ❑ Discussion
Mtg Date
11
Motion
Date 10/07/24
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
Mtg
SPONSOR ❑Council ❑Mayor ❑HR ❑DCD ❑Finance ❑Fire ❑TS ❑PAR ❑Police 11PJV ❑Court
SPONSOR'S The goal of the Stormwater Quality Retrofit program is to improve the water quality of
SUMMARY stormwater discharges to the Green-Duwamish River from city roads. Amendment No. 2
funds the design, construction and construction management. The City was awarded a
grant for $1,534,883 and the city has budgeted the 15% match. Council is being asked to
approve Amendment No. 2 with KPG Psomas Inc, in the amount of $322,873 for design and
construction management for the Stormwater Quality Retrofit Program.
REVIEWED BY
0 Trans&infrastructure
CommunitySvs/Safety
Arts Comm.
Finance
❑ Parks
Comm. ❑ Planning/Economic Dev.
Comm. ❑ Planning Comm.
CHAIR: ARMEN PAPYAN
❑ LTAC
DATE: 09/23/24
COMMITTEE
RECOMMENDATIONS:
SPONSOR/ADMIN.
COMMITTEE
Public Works Department
Unanimous Approval; Forward to Regular Consent Agenda Meeting
COST IMPACT / FUND SOURCE
EXPENDTTURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$322,873.00 $.00 $0.00
Fund Source: GRANT AND CITY MATCH
Comments: CIP 2023-28, Pg. 77
MTG. DATE
RECORD OF COUNCIL ACTION
10/07/24
MTG. DATE
ATTACHMENTS
10/07/24
Informational Memorandum dated 09/20/24
CIP 2023-28, Pg. 77
9TUK010300 Amend 2 signed
Info Memo Dept. of Ecology WQ Grant Acceptance
Minutes from Transportation and Infrastructure Committee meeting of 09/23/24
83
84
City of Tukwila
Thomas McLeod, Mayor
Public Works Department - Pete Mayer, Interim Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Pete Mayer, Public Works Director
BY: Joshua Hopkins, Surface Water Project Manager
CC: Mayor Thomas McLeod
DATE: September 20, 2024
SUBJECT: Surface Water Fund — Stormwater Outfalls Water Quality Retrofit Program
Project No. 91241202
Contract 22-134, Amendment No. 2
ISSUE
Approve Amendment No 2. to Contract 22-134 with KPG Psomas, Inc. to provide design and
construction management services for the Stormwater Outfalls Water Quality Retrofit Program in the
amount of $322,873.
BACKGROUND
The goal of the Stormwater Quality Retrofit program is to improve the water quality of stormwater
discharges to the Green-Duwamish River from city roads. This project will retrofit two city street
discharge points — they were prioritized from a list of eight identified by City staff. In a prior contract,
KPG Psomas analyzed and prioritized these eight discharge points based on seven criteria and
developed four priority sites to 90% Plans. The first two sites will be under construction Fall 2024.
DISCUSSION
This contract will develop bid documents for the next two priority sites — adjacent to the East Marginal Way
outfall near S 115t" St and the Fort Dent Way outfall - and include construction management services. A
grant from the WA State Department of Ecology will reimburse the city for design, construction, and
construction management costs. Amendment No. 1 was a time extension.
FINANCIAL IMPACT
The proposed fee for design (90% to bid docs) and construction management is $322,873, bringing the
contract total to $521,700. The City was awarded a Department of Ecology Stormwater Financial
Assistance Program Grant for $1,534,883. This will fund design, construction and construction
management. The City has budgeted $270,861 fora required 15% match.
RECOMMENDATION
Council is being asked to approve Amendment No. 2 to Contract 22-134 with KPG Psomas Inc, in the
amount of $322,873 for design and construction management for the Stormwater Quality Retrofit
Program and consider this item on the Consent Agenda at the October 7, 2024, Regular Meeting.
ATTACHMENTS
• CIP '23-'28, Pg. 77
• 9TUK010300 Amend 2 signed
• Info Memo Dept. of Ecology WQ Grant Acceptance
85
86
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: Storm Water Quality Retrofit Program Project No. 91241202
DESCRIPTION: Provide, design, and install water quality testing and improvements at selected drainage locations.
JUSTIFICATION: Most surface water is discharged directly to receiving water bodies untreated.
STATUS: Water quality retrofit has been added to CIP projects since 2015 (Interurban and 53rd Ave S).
MAINT. IMPACT: Expected to increase maintenance.
COMMENT: Combine with other CIP projects for design and construction, where feasible. For 2021, funding for added
improvements to the West Valley Highway project. A proposed State DOE grant is listed in 2022.
FINANCIAL Through Estimated
(in $000's)
2021 2022 2023
2024
2025
2026
2027
2028
BEYOND TOTAL
EXPENSES
Design
41
100
20
100
100
100
100
20
581
Land (R/W)
5
5
Const. Mgmt.
300
400
15
715
Construction
1,300
1,800
80
3,180
TOTAL EXPENSES
41
105
1,620
100
100
2,200
100
100
115
4,481
FUND SOURCES
Awarded Grant
22
1,365
1,387
Proposed Grant
100
1,530
100
1,730
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
19
105
255
100
0
670
100
0
115
1,364
TOTAL SOURCES
41
105
1,620
100
100
2,200
100
100
115
4,481
2023 - 2028 Capital Improvement Program
® ,M
77
87
88
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CONTRACT FOR SERVICES
Amendment # 2
Between the City of Tukwila and KPG Psomas, Inc
That portion of Contract No. 22-134 between the City of Tukwila and KPG Psomas Inc. is hereby
amended as follows:
Section 2 Scope of Services:
The following language shall be added to the end of the existing Section 2:
In addition, work under this contract shall include reimbursement for services, direct expenses, and
costs associated with the additional contract scope of services as described in Exhibit A-3 and A4,
attached.
Section 3 Duration of Agreement; Time for Performance:
Section 3 is hereby amended to read as follows:
This Agreement shall be in full force and effect for a period commencing upon execution and
ending December 31, 2026, 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, 2026 unless an extension
of such time is granted in writing by the City.
Section 4 Payment:
Section 4A is hereby amended to read as follows:
Payment for the work provided by the Consultant shall be made as provided on Exhibits "B-
1" and `B-2, " provided that the total amount of payment to the Consultant for that work shall
not exceed $198,827.00 without express written modification of the Agreement signed by the
City.
Payment for the work provided by the Consultant shall be made as provided on Exhibit B-3
and B-4 attached hereto, provided that the total amount of payment to the Consultant for that
work shall not exceed $322, 873 without express written modification of the Agreement signed
by the City.
The maximum amount payable under this contract as amended inclusive of all fees and other
costs shall not exceed $521,700 without express written modifications of the Agreement
signed by the City.
Section 19 Department of Ecology Provisions:
A new Section 19 is added to the Agreement to read as follows:
CA Reviewed May 2020
Page 1 of 2
89
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
The Washington State Department of Ecology Water Quality Combined Funding Insert attached
hereto as Exhibit C is hereby incorporated into the Agreement as if fully set forth.
All other provisions of the contract shall remain in full force and effect.
Dated this day of , 20
** City signatures to be obtained by ** Contractor signature to be obtained by
City Clerk's Staff ONLY. **
CITY OF TUKWILA
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
sponsor staff. **
CONTRACTOR:
By:
Printed Name: Terry Wright
Title: Vice President
90 CA Reviewed May 2020
Page 2 of 2
EXHIBIT A-3
Design Services Scope of Work
City of Tukwila - Stormwater Outfall Water Quality Retrofit Project
City Project Number: 22-134
KPG Psomas Project number 9TUK010300
September 9, 2024
Supplement #2
This project will prepare final design for two sites of stormwater treatment facility designs that were
submitted at 90% design through the grant funds from State of Washington Department of Ecology
("Ecology") Agreement No. WQC-2017-Tukwil-00158 ("Grant Agreement").
The City of Tukwila has been selected to receive funding DOE Agreement No. WQC-2025-Tukwil-
00039 ("Grant Agreement") in the State Fiscal Year 2025 (SFY25) Funding Cycle.
KPG Psomas will support this project by providing professional services as described in the following
Scope of Work.
TASK 1 — MANAGEMENT / COORDINATION / ADMINISTRATION
1.1 The Consultant will provide continuous project management for the project duration. (24 month
duration)
1.2 The Consultant will prepare for, attend and provide written meeting notes for six virtual design
coordination meetings with City staff and/or agency stakeholders.
1.3 The Consultant will provide internal quality assurance/quality control (QA/QC) reviews of all
major deliverables prior to submittal to the City.
Task 1 Deliverables:
■ Monthly progress reports
Task 1 Assumptions:
■ Estimated project duration is 24 months
■ City will prepare all progress reports and reimbursement requests for Ecology required by Grant
Agreement
TASK 2 — PERMITTING
The DOE Grant required permitting was completed during preliminary design and was submitted to
Ecology by the City of Tukwila. This includes Cultural Resource Survey, City SEPA, and City
Shoreline Permit.
City of Tukwila
Design Services
Stormwater Outfall Water Quality Retrofit Project
Page 1 of 5
KPG Psomas
Supplement #2
September 9, 2024
91
2.1 The Consultant shall prepare a supplemental coordination letter or letters if there has been a
lapse or renewal required for permitting. This level of effort includes review of existing
permitting information, preparing two updated graphics of project limits, and letter requesting
renewal of permits.
2.2 Ecology requires Cultural Resources Monitoring for E Marginal Way location. Consultant shall
support review of subconsultant prepared monitoring plan and determine duration required for
monitoring plan that is approved by Ecology.
Task 2 Deliverables:
■ Permit Renewal Letter with Vicinity Map, as needed (PDF).
Task 2 Assumptions:
■ EO 05-05 Project Review Form and IDP submitted and approved by Ecology by City during
preliminary design.
■ SEPA was completed with DNS effect and was submitted to Ecology by City during preliminary
design .
■ Shoreline Substantial Development Permit submitted and approved by City during preliminary
design.
■ No water resources permits (WDFW Hydraulic Project Approval, Corps of Engineers 404/10
Permit, Ecology 401 Water Quality Certification) will be required.
■ Existing permits and supporting documentation remain valid and do not require re -submittal or
substantial revision.
TASK 3 —FINAL DESIGN
The Consultant shall prepare final design and final plans, specifications and cost estimate for review
and approval by the City and Ecology. Plans shall be formatted to provide sufficient detail for
convenient field layout of all proposed facilities and City standard details and WSDOT standard plans
will be supplemented with project specific details as required. This task shall also include preparation
of items required per the grant and Final Design Package submittals to Ecology, contents of which
shall be prepared in accordance with the Ecology publication "Design Deliverables for Stormwater
Projects with Ecology Funding", dated August 2021.
3.1 The Consultant shall prepare any supplement survey to support the design that was not
collected or is outdate from the original 2020 surface data collection at these locations. These
location(s) will be identified and approved by City prior to work. Basis of control will be:
Horizontal NAVD 83/2011, Vertical NAVD 88. Control points will be established and will be
made available for use during design/construction. The consultant will locate, field survey, and
calculate positions for monuments and control points throughout the project limits, using the
Washington State Plane coordinate system. Conventional or GPS surveying methods will be
used on this project. Consultant shall subcontract with a utility locating company to paint all
underground utility locations within survey area prior to performing field surveys. Topographic
mapping of the existing ground will be taken at approximately at 25-foot intervals (to provide 2-
foot contour intervals). Irrigation systems will not be included. Perform observation and
measure -downs of existing storm drain catch basins and manholes and sewer manholes. The
approximate size, type (brick, concrete), and general condition of the structures to confirm
suitability for continued use, and approximate size and location of pipes will be documented.
These observations will be made from the surface. The Consultant will perform CADD
City of Tukwila
Design Services
Stormwater Outfall Water Quality Retrofit Project Page 2 of 5
KPG Psomas
Supplement #2
September 9, 2024
92
mapping work to prepare 1"=20' topographic base map and digital terrain model (DTM) in
AutoCAD 2022 format of the project within the project area.
3.2 Consultant shall prepare 90% Plans and Engineer's Cost Estimate for the project. The project
is comprised of the Fort Dent Way and E Marginal Way sites shown in the Stormwater Outfalls
Water Quality Retrofit Project, 90% Ecology Submittal, dated November 2021. Consultant
shall review utilizing the Duwamish Gardens as a revision to the November 2021 Design.
3.3 Consultant shall prepare 100% Plans, Specifications, and Engineer's Cost Estimate for the
project. The 100% submittal will include responses to comments received from the 90% review
by the City and Ecology.
3.4 The Consultant shall respond to Ecology comments on 100% Final Design Package submittal.
3.5 The Consultant shall calculate and submit a preliminary equivalent new/re-development area
for the final design project locations in accordance with the Ecology grant Design Deliverables
Document.
3.6 The Consultant shall prepare preliminary GIS compatible project area in shapefile,
geodatabase file, or ECOLOGY -approved equivalent. The project area shall include polygon
features for stormwater facilities and contributing areas.
3.7 The Consultant shall continue coordination with City and franchise utility companies impacted
by the project improvements. This effort will include sending letters to all utility providers
serving the project site areas to confirm utility locations, identify planned upgrades, and
identify potential conflicts. Any potholing will be completed by the Franchise Utility. This scope
does not include any coordination for relocation or permit reviews for Franchise Utility
relocation prior to project construction.
3.8 The Consultant shall prepare Contract Documents for Bid and upload to BXWA on behalf of
the City. The Contract Documents will include responses to all comments received from the
final 100% bid package review by the City and Ecology as part of the design grant agreement.
Task 3 Deliverables:
■ 90% Plans and Cost Estimate (PDF)
■ 100% Plans, Specifications and Cost Estimate (PDF)
■ Responses to City and Ecology 100% Review Comments (PDF)
■ Proposed project area equivalent new/development area determination (PDF)
■ Proposed project area shapefile (SHX file)
■ Contract Bid Package (PDF)
■ Supplemental Electronic Base Map showing utility locations, surface features, contours, and
existing right-of-way (as needed).
Task 3 Assumptions:
City of Tukwila
Design Services
Stormwater Outfall Water Quality Retrofit Project
Page 3of5
KPG Psomas
Supplement #2
September 9, 2024
93
■ The Ecology required Design Report is finalized with acceptance and no further updates required.
If Duwamish Gardens is utilized and the Storm Technical Information Report (TIR) and Ecology
Design Report may need to be updated. This is not included in the scope.
■ The City will upload all required documents to EAGL to satisfy the required "Design Deliverables
for Stormwater Projects with Ecology Funding", dated August 2021.
■ Traffic Control Plans will be created by the Contractor.
■ 10K has been provided for Utility Potholing for City owned utilities. Franchise Utility potholing shall
be direct billed to that utility, as needed.
■ Right-of-way plans, legal descriptions, or acquisition will not be required.
■ 90%,100%, and Bid Plans content assumption:
1 Cover Sheet
1 Legend, Abbreviations, and Survey Notes
10 Stormwater Plans & Profiles, Stormwater Detail Sheets
Total: 12 Sheets
TASK 4 — CONSTRUCTION BIDDING SUPPORT
4.1 The Consultant will assist the City PM in advertisement of the Contract Documents.
4.2 The Consultant will prepare addenda and respond to bidders questions relayed through the
City. It is assumed that the Consultant will prepare up to two (2) addenda.
4.3 The Consultant will prepare Conformed Documents (to include all Project Addenda) for the
City to be provided to the Contractor.
Task 4 Deliverables:
■ Prepare responses for up to four (4) bidder questions (incl. with Addenda)
■ Prepare up to two (2) Addendum Packages
■ Conformed Documents: (5) hard copies of half-size (11x17) and Specifications (8.5x11)
Management Reserve
Included in this Contract's Management Reserve includes, but is not limited to:
• Additional DOE Grant requirement requests not noted in scope.
• Any additional services requested from the City.
The above activities will require written authorization from City to access management reserve funds.
Additional Services
The City may require additional services of the Consultant in order to advance the project through final
design, bidding and/or construction. This work may include items identified in the current task
authorizations as well other items, which may include, but are not necessarily limited to the following:
• Public outreach support
• Water resources permits
• Right of way and easement research and/or acquisition
• Providing construction phase support
• Preparation of Record Drawings
City of Tukwila
Design Services
Stormwater Outfall Water Quality Retrofit Project
Page 4of5
KPG Psomas
Supplement #2
September 9, 2024
94
These services will be authorized under a future contract supplement if necessary. At the time
these services are required, the Consultant shall provide a detailed scope of work and an estimate
of costs. The Consultant shall not proceed with the work until the City has authorized the work
and issued a notice to proceed.
City of Tukwila
Design Services
Stormwater Outfall Water Quality Retrofit Project Page 5 of 5
KPG Psomas
Supplement #2
September 9, 2024
95
EXHIBIT A-4
Construction Management Services Scope of Work
City of Tukwila - Stormwater Outfall Water Quality Retrofit Project
City Project Number: 22-134
KPG Psomas Project Number: 9TUK010300
September 9, 2024
Supplement #2
KPG Psomas will provide construction management services for the construction contract to complete the
City of Tukwila Stormwater Outfall Water Quality Retrofit Project. The City of Tukwila has been selected
to receive a grant funding through DOE Agreement No. WQC-2025-Tukwil-00039 ("Grant Agreement")
in the State Fiscal Year 2025 (SFY25) Funding Cycle. Construction is anticipated in Spring/Summer 2026.
The proposed work includes construction of two sites:
Site 1: Fort Dent Way
Install single new modular wetland unit, storm conveyance pipe, and restoration of planter strip,
sidewalk, and street trench restoration area to treat stormwater runoff before it outfalls to Duwamish
River.
Site 2: E Marginal Way
Install single new modular wetland unit, storm conveyance pipe, planter strip, sidewalk and street
trench restoration to treat stormwater runoff before it outfalls to the Duwamish River.
A detailed scope for the Contract follows:
I. INTRODUCTION
The following scope of services and associated costs are based upon the assumptions outlined below.
General Assumptions:
• The level of service and fee is based on project duration of 45 working days.
• The proposed project team will include a part time Project Manager (1 hr a week) part time
Resident Engineer (16 hours a week), one full time Construction Inspector (45 hours a week), a
part time Documentation Specialist (20 hours a week), and one part time Project Engineer from
KPG Psomas's design team to review submittals and interpret Contractor inquiries, as needed. The
team also includes a sub -consultant to provide services for materials testing and construction site
observation to satisfy Tukwila Municipal Codes for work within certain soil classifications.
• City will review and execute the insurance, bonds, and the Construction Contract.
• Consultant will coordinate during audits or traffic control operations related to project impacts and
help the City to complete any other required correspondence with outside agencies.
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project
Construction Management Services Page 1 of 9
KPG Psomas
Supplement #2
September 9, 2024
96
EXHIBIT A-2
• The City will work with the Contractor to conduct all community outreach in relation to phasing
and direct impacts due to construction. The City's Contractor shall be responsible for the
communication to the community on schedule and work activities.
• KPG Psomas design engineers will be available during construction to answer questions and review
RAM's, shop drawings, and answer RFI's.
• Consultant services will be performed in accordance with the WSDOT Construction Manual,
Contract plans & special provisions, and City of Tukwila engineering standards.
• The franchise Utilities will provide field inspection for all work surrounding the construction or
relocation of their utility systems if necessary.
• Coordination of construction with franchise utilities, if any, will be done by City Contractor.
Consultant will help facilitate coordination between utilities and Contractor as needed or requested
by City.
II. SCOPE OF WORK
The objective and purpose of this Construction Management Services Agreement is for the Consultant to
successfully deliver the construction of the Project to the City by ensuring that the improvements are
constructed in accordance with the approved Plans and Specifications, as may be amended or revised, that
all of the required Project documentation is accounted for, and ultimately that the City of Tukwila receives
a successful review by any outside agency including state audits at the end of the Project.
TASK 1— MANAGEMENT / COORDINATION /ADMINISTRATION
Provide overall project management, coordination with the City, monthly progress reports, and invoicing.
This effort will include the following elements.
1.1 Organize and layout work for project staff. Prepare project instructions on contract administration
procedures to be used during construction.
1.2 Review monthly expenditures and CM team scope activities. Prepare and submit monthly project
progress reports to the City along with invoices describing CM services provided each month.
Prepare and submit reporting required by funding source(s), if any.
Deliverables:
• Monthly invoices and progress reports
TASK 2 — PRECONSTRUCTION SERVICES
2.1 Assist with Award Process: KPG Psomas will attend Award opening, prepare bid tab analysis,
and verify Contractor by reviewing debarment and LNI website. KPG Psomas will prepare
recommendation of award letter.
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project
Construction Management Services Page 2 of 9
KPG Psomas
Supplement #2
September 9, 2024
97
EXHIBIT A-2
2.2 Administrative Services up to Contractor Notice to Proceed (NTP): KPG Psomas will provide
support startup of the project with any miscellaneous administrative needs not specifically outlined
in items 2.2 — 2.9.
2.3 Preconstruction (PreCon) Photos: KPG Psomas staff shall collect and log a comprehensive set
of precon photos, prior to City Contractor mobilizing to the site, for the purpose of documenting
pre-existing site conditions. These shall be delivered to the City in digital form as part of the final
project files.
2.4 Review Plans and Specs: KPG Psomas staff shall familiarize themselves with all plans, specs, and
City standards that will be incorporated into this project, in order to familiarize themselves with
project limits, elements of work to be performed, measurement and payment, and other project -
specific considerations, prior to the first working day.
2.5 Prepare Hard and Electronic Files: The Consultant will prepare all electronic and hard copy files
in preparation for the project. SharePoint will not be utilized on this contract.
2.6 Prepare Record of Materials (ROM): Consultant shall modify WSDOT-provided ROM, to align
with LAG manual exceptions and to improve ease of use by all project parties. In the absence of a
WSDOT-provided ROM, KPG Psomas can generate a ROM from scratch, however creation of a
complete project ROM is outside the scope of the current budget and may require a supplement.
2.7 Preconstruction Conference: KPG Psomas will prepare an agenda for, distribute notices of, and
conduct a preconstruction conference in the City's offices or via an on-line platform of the City's
choice. The Consultant's team will attend the preconstruction conference. Pertinent City staff and
private utilities will also be present at this meeting. KPG Psomas will prepare a written record of
the meeting and distribute copies of the minutes to all attendees and affected agencies, staff, etc.
At the Preconstruction conference, the Consultant shall help facilitate discussions with the
Contractor concerning the plans, specifications, schedules, pay estimate timelines and cutoff dates,
issues with utilities, any unusual conditions, State and local requirements and any other items that
will result in better project understanding among the parties involved.
2.8 Prepare Templates: KPG Psomas will pre -populate all electronic forms, either Consultant or City
provided, in preparation for contract administration. This includes pay estimate templates, weekly
working days statements, inspector daily reports, change management tracking templates, etc.
2.9 Utility Coordination: Consultant will assist with external and internal communications regarding
utility coordination required for successful completion of the project, including utility relocations,
required service interruptions, etc.
Deliverables:
• Bid Tab Analysis
• Recommendation of Award
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project
Construction Management Services
Page 3 of 9
KPG Psomas
Supplement #2
September 9, 2024
98
EXHIBIT A-2
• Preconstruction conference meeting minutes
• Hard and Electronic Copies of Plans and Specs
• Pre -construction Photos
• ROM
TASK 3 — CONSTRUCTION SERVICES - FIELD
3.1 Construction Observation: The Consultant will provide one (1) inspector during construction
activities and other tasks necessary to monitor the progress of the work. The Inspector will ensure
that the daily inspection reports and working days reporting are completed in a timely manner and
contain sufficient information to assess whether the work is being conducted in compliance with
the Contract Documents per City, WSDOT,. Consultant will make IDR's available to the City by
Friday of the same work week upon request.
The Inspector may perform the following duties as a matter of his daily activities:
i. Observe technical conduct of the construction, including providing day-to-day contact with
construction contractor, City, utilities, and other stakeholders, and monitor for adherence
to the Contract Documents. The Consultant's personnel will act in accordance with
Sections 1-05.1 and 1-05.2 of the WSDOT Standard Specifications.
ii. Observe material, workmanship, and construction areas for compliance with the Contract
Documents and applicable codes, and notify construction contractor of noncompliance.
Advise the City of any non -conforming work observed.
iii. Document all material delivered to the job site in accordance with the Contract Documents.
iv. Prepare daily inspection reports, recording the construction contractor's operations as
actually observed by the Consultant; includes quantities of work placed that day,
contractor's equipment and crews, and other pertinent information.
v. Interpret Contract Documents in coordination with the City, Contractor, and KPG Psomas.
vi. Resolve questions which may arise as to the quality and acceptability of material furnished,
work performed, and rate of progress of work performed by the construction contractor.
vii. Support the Contractor's communication and responsibilities to answer questions from
property owners and the general public as needed.
viii. Monitor compliance of approved permits per the project specifications, if applicable.
ix. Prepare field records and documents to ensure the Project is administered in accordance
with the plans and specifications.
x. Collect and calculate delivery tickets and scaleman's daily reports of aggregate. All tickets
will be initialed with correct bid item and stationing identified (Construction Manual 10-
2).
xi. Attend and actively participate in regular on -site weekly construction meetings.
xii. Take digital photographs during the course of construction, and record locations.
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project
Construction Management Services Page 4 of 9
KPG Psomas
Supplement #2
September 9, 2024
99
EXHIBIT A-2
Assumptions:
• Consultant will provide observation services for the days/hours that the contractor's personnel are
on -site.
• Assumption is Client's Contractor shall work normal 40-hour work weeks. For this project the
"normal" work week may occur at night. KPG Psomas does not differentiate day shift from night
shift. However, if the City's Contractor works a double shift (both day and night) within a single
24-hour period this will constitute two working days. Consultant's hours for inspection are based
on one shift for number of working days allowed per Contract.
• Assumption is if Contractor is working at multiple sites within the City of Tukwila, the Consultant
will split their time at the multiple locations and prioritize what location to be at for observation.
• The Consultant's monitoring of the construction contractor's activities is to ascertain whether they
are performing the work in accordance with the Contract Documents; in case of noncompliance,
Consultant will reject non -conforming work, and pursue the other remedies in the interests of the
client, as detailed in the Contract Documents.
• Night work is not anticipated for this project.
3.2 Weekly Construction Meetings: The inspector shall attend weekly construction meetings, onsite
or virtually.
Deliverables:
• Daily Construction Reports with project photos.
• Field Note Records for all field -measurable pay items.
• Review material test reports for compliance.
TASK 4 — CONSTRUCTION SERVICES — OFFICE
4.1 Construction Management Office Support: Original documentation will be housed at the
Consultant's office and filed in accordance with standard filing protocol. Document Control will
consist of the following:
a. Project Coordination: Liaison with City, construction Contractor, engineer, utilities and
property owners on a regular basis to discuss project issues and status.
b. Plan Interpretations: Provide technical interpretations of the drawings, specifications,
and Contract Documents, and evaluate requested deviations from the approved design or
specifications. Coordinate with City for resolution of issues involving scope, schedule,
and/or budget changes.
c. Submittals: Consultant shall take lead on submittal reviews/ approvals. Consultant shall
coordinate review process for shop drawings, samples, traffic control plans, test reports,
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project
Construction Management Services Page 5 of 9
KPG Psomas
Supplement #2
September 9, 2024
100
EXHIBIT A-2
and other submittals from the Contractor for compliance with the contract documents.
Submittals shall be logged and tracked by Consultant.
d. Requests for Information (RFI): Consultant shall review and respond to RFI' s. RFI' s
shall be logged and tracked by Consultant.
e. Weekly Meetings: Consultant will lead weekly meetings. Consultant will prepare agenda
for City review and distribute meeting minutes to attendees. Outstanding issues to be
tracked on a weekly basis. Weekly Statement of Working Days will be reviewed/accepted
by Contractor during the Weekly Meeting.
f. Change Orders: The Consultant will develop change orders and the Consultant will
provide technical assistance to negotiate change orders, and assist in resolution of disputes
which may occur during the course of the project. The City will approve all change orders
before being fully executed. Each change order will be executed in accordance with
WSDOT Standard Specifications.
g•
Field Work Directives: The Consultant will prepare field work directives as necessary to
keep the Contractor on schedule.
h. Force Account: The Consultant will track Contractor force account labor, equipment and
materials. All force account calculations will be verified by the City and double checked
by the Consultant. The City shall have final authority to approve any Force Account work
prior to agreement with the Contractor.
J.
Schedule Review: Consultant shall perform review of initial Contractor provided CPM
for conformance with the Contract Documents. Any discrepancies, conflicts or
unreasonable work durations will be brought to the attention of the Contactor and City.
Consultant will provide one (1) intermediate review of Contractor's updated schedule and
compare with field -observed progress and duration of the project.
Lump Sum Breakdown: Consultant shall evaluate construction Contractors' Schedule of
Values for lump sum items. Review the Contract Price allocations and verify that such
allocations are made in accordance with the requirements of the Contract Documents.
Lump Sum Breakdowns for payment each month will be calculated.
k. Monthly Pay Requests: Consultant shall prepare monthly requests for Contractor
payment based on field note records prepared by Consultant field inspector in accordance
with contract documents.
1. Weekly Statement of Working Days: Consultant shall prepare, and issue weekly
statement of working day report each week to the Contractor and City for review and
approval. Weekly statement of working days will be based on field inspection reports
provided by Consultant.
m. Subcontractor Documentation: Process / approve all required subcontractor
documentation. Request to Sublets will be verified and logged. This includes checking
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project
Construction Management Services
Page 6 of 9
KPG Psomas
Supplement #2
September 9, 2024
101
EXHIBIT A-2
System Award Management System (SAMS), verifying business licensing, reviewing
insurance documentation, verifying city business licensing, Intent to Pay Prevailing Wage
and Affidavit of Wages Paid. All subcontractor documentation will be logged into KPG
Psomas's subcontractor logs.
4.2 Construction Management Field Paperwork: Consultant shall review and assist with processing
of field paperwork from the Inspector and Contractor for tracking and documentation.
4.3 Utility Coordination: The Consultant will facilitate ongoing communications and coordination
between the Contractor and City and/or Franchise utilities who may have infrastructure within the
project limits. The primary point of contact per Contractor requirements will be the Contractor and
Franchise Utility, however Consultant shall support this. This includes JUT conversions,
relocations due to foreseen or unforeseen conflicts, scheduled outages for tie-ins, etc.
4.4 Department of Ecology (DOE) Grant Requirements: The Consultant shall prepare, and issue to
the City for submittal to the Depai liuent of Ecology (DOE) the Construction Management and
Construction Scope of Work within the Grant Agreement. The expected deliverables are noted
below. The City will be responsible to upload deliverables to EAGL and notify Ecology with
upload is complete.
4.5 Certified Payroll: The Consultant will process and check the Contractor and Subcontractor's
certified payroll per State Prevailing Wage Requirements. Tracking of payroll shall consist of
recording each payroll received from the Prime and Subcontractors and checking pay rates against
Contract requirements. Any discrepancies will be brought to the Contractor and City.
Deliverables:
• Approved Submittals and Submittal log
• Responded RFIs and RFI Log
• Weekly Meeting minutes
• Fully -executed Change Orders and Field Work Directives, with Change Management Log
• Force Account Documentation and Tracking Log
• Fully -executed Monthly Progress Payments
• Subcontractor Packets
• Weekly Statements of Working Days
• Certified Payroll Tracking Log (hard copy binder not included)
• Contractor -generated As-builts, if required by Contract
All other project documentation generated during the course of project construction duration.
Task 4.5 Specific Anticipated DOE Deliverables:
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project
Construction Management Services
Page 7 of 9
KPG Psomas
Supplement #2
September 9, 2024
102
EXHIBIT A-2
• Construction Quality Assurance Plan
• Pre -Construction Meeting Minutes
• Project Schedule
• Revised cash flow estimates when changes in construction schedule occur
• Change Orders
• Final Facility Operation and Maintenance Plan
• Stormwater Construction Completion Form
• Project Area Shapefile, Geodatabase file, or ECOLOGY approved Equivalent. The project area
will include features for treatment facilities and contributing areas.
• Construction progress reports and photos included in the progress reports.
• Completed equivalent new/redevelopment area determination.
TASK 5 — PROJECT CLOSEOUT
5.1 Closeout Office Support: Consultant shall assist with generation of closeout documentation and
pursuit of successful project final completion, as detailed below:
a. Substantial Completion Letter: Following full and unrestricted use of the project status
being obtained by the Contractor and agreed to by the City, Consultant shall draft
Substantial Completion Letter on City letterhead, for issuance to Contractor.
b. Physical Completion Letter: Following completion of all punch list work verified by the
Consultant and any stakeholders required the Consultant shall prepare physical completion
letter to the Contractor and the City shall issue the final contract voucher.
c. Final Pay Estimate: Consultant shall prepare final payment estimate, along with any final
quantity adjustments needed to existing bid items, for issuance to Contractor, in
conjunction with the final contract voucher, issued by the City.
5.2 Closeout Inspection and Punchlist: Consultant shall assist in a punchlist walkthrough with
Contractor, City staff, and any other necessary agencies for the purposes of developing a final
project punchlist. The Consultant shall assemble walkthrough comments and provide the
preliminary list to the City for concurrence, prior to issuing the list to the Contractor. On notification
of completion of the punchlist, Consultant shall perform a final walkthrough to confirm satisfactory
completion of all items on the list and shall note any remaining discrepancies. Subsequent project
walkthroughs are beyond the scope of this agreement, but will be accommodated should the request
be made by the City, and sufficient remaining budget allows.
5.3 Certified Payroll Closeout: Consultant shall attempt to ensure that all certified payrolls and
affidavits of wages paid are current and complete at the time of project physical completion. This
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project
Construction Management Services
Page 8 of 9
KPG Psomas
Supplement #2
September 9, 2024
103
EXHIBIT A-2
will include regular checks of the L&I portal and frequent reminders to the Contractor to provide
any missing information in a timely manner. As the task of gathering the final documentation from
Contractors and their Subcontractors can sometimes be an extended process, outside the control of
the City or Consultant, after 8 weeks post -physical completion, the Consultant shall perform a final
status update of the CP tracking log, along with memos to file of any missing documentation, and
shall hand off the remaining verification process to the Client.
5.4 Prepare Documentation to Deliver to City: Consultant shall perform QA/QC on all project
documentation deliverables as outlined in Task 4.1, as well as any documentation generated in the
course of completion of Task 5, and shall transfer all project documents to the City for permanent
storage.
• Substantial Completion Letter
• Physical Completion Letter
• Final Payment Invoice
• Project Punchlist
• Final Project Documents
TASK 6 — SUBCONSULTANTS
6.1 Material Testing: HWA Material Testing will be retained as KPG Psomas's subconsultant to provide
material testing and construction observation services. All testing will be done in accordance with LAG
Manual and WSDOT Construction Manual, or at a desired reduced frequency as -directed by City
project manager. The inspector shall coordinate with the Contractor and the material testing firm to
schedule testing of materials in the field to ensure they meet specifications per contract requirements.
6.2 Prepare Subconsultant Invoicing: KPG Psomas will complete administrative services for
Subcontractor contract and invoicing.
ADDITIONAL SERVICES
Management Reserve: Additional services requested by the City will be performed only when authorized
by the City. Authorization to perform additional services will be in writing, specifying the work to be
performed, and basis of payment. Items such as Community Outreach (except as completed on a day-to-
day basis by the inspector and resident engineer as described in task 4.1 — vii), Public Meetings, Ribbon
Cutting Ceremony, claims analysis, surveying, services during shutdown periods of non -working days, and
services for extended working days are examples of possible additional services. This fee is based 45
working day contract, with 10 additional reduced -effort days for startup and 15 additional reduced -effort
days for closeout, for a total of 70 days / 14 weeks, 8-hour days, additional extension of days will be
approximately $1,080.00 per day for one person. (8 hours x $135.00 = $1,080.00)
City of Tukwila
Stormwater Outfall Water Quality Retrofit Project
Construction Management Services Page 9 of 9
KPG Psomas
Supplement #2
September 9, 2024
104
KPQ
PSOMAS
EXHIBIT B-3
PRIME CONSULTANT DESIGN COST COMPUTATIONS
Client:
Project Name:
KPG Psomas Inc. Project Number:
Date:
City of Tukwila
Water Quality Retrofit
9TUK010300
9/8/2024
v2
Task
No.
Task Description
I
Labor Hour Estimate
Total Hours and Labor
Cost Computions by Task
Principal
Engineering
Manager I
Engineering
Manager II
Asst. Engineering
Manager
Senior Engineer I
Senior Engineer II
Project Engineer I
Project Engineer II
Design Engineer I
Design Engineer II
Design Engineer III
Senior Project
Manager Survey
Survey Crew I
(W/Equip)
Survey Crew II
(W/Equip)
Project Surveyor I
Project Surveyor II
Project Landscape
Architect I
Project Landscape
Architect II
Environmental
Manager
Managing Biologist
Construction
Manager
CAD Manager
Senior CAD
Technician
CAD Technician
Business Manager
Senior Admin
Office Admin
Office Assistant
$292.00
$228.00
$264.00
$217.00
$195.00
$207.00
$167.00
$189.00
$134.00
$140.00
$152.00
$252.00
$214.00
$272.00
$155.00
$173.00
$157.00
$167.00
$228.00
$183.00
$198.00
$181.00
$140.00
$125.00
$178.00
$140.00
$111.00
$99.00
Hours
Totals
Task 1 - Management/Coordination/Administration
1.1
Project Management & Administrative Services
2
6
6
12
4
30
$ 4,796.00
1.2
City Staff Coordination
12
12
$ 2,340.00
1.3
QA/QC reviews
4
6
10
$ 2,056.00
Task Total
0
0
0
6
18
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
6
0
0
0
6
12
4
0
52
$ 9,192.00
Task 2 - Permitting
2.1
SEPA and Shoreline Coordination
8
4
4
8
24
$ 4,604.00
2.2
Cultural Resources Monitoring Plan
4
4
4
12
$ 2,424.00
Task Total
0
0
0
0
12
0
4
0
0
0
0
0
0
0
0
0
0
0
8
12
0
0
0
0
0
0
0
0
36
$ 7,028.00
Task 3 - Final Design
3.1
Supplemental Field Survey & CADD Mapping
2
2
10
10
24
$ 5,078.00
3.2
Prepare 90% Plans and Estimate
8
8
16
24
80
34
8
8
186
$ 33,144.00
3.3
Prepare 100% PS&E
4
8
24
24
24
4
8
96
$ 16,408.00
3.4
Response to Ecology 100% PS&E Comments
2
2
4
6
6
20
$ 3,538.00
3.5
Prepare new/development area determinations
2
2
10
14
$ 2,714.00
3.6
Prepare Project Area Shape Files
8
4
12
$ 2,072.00
3.7
Utility Coordination
6
8
16
30
$ 4,938.00
3.8
Prepare PS&E Bid Documents
2
8
8
8
16
42
$ 7,274.00
Task Total
0
0
0 1
18
34
16 1
68
136
0
0
98
2
0
10
10
0
0
4
0
0
0
0
20
0
0
8
0
0
424
$ 75,166.00
Task 4 - Construction Bidding Support
4.1
Assist Project Advertisement
2
4
4
4
14
$ 2,410.00
4.2
Prepare Addenda (Assume 2)
2
6
8
$ 1,392.00
4.3
Prepare Conformed Documents
2
4
6
$ 1,058.00
Task Total
0
0
0
0
6
0
14
0
0
0
0
0
0
0
0
0
0
0
0
0
4
0
0
0
0
4
0
0
28
$ 4,860.00
Total Labor Hours and Fee
0
0
0
24
70
16
86
136
0
0
98
2
0
10
10
0
0
4
8
12
10
0
20
0
6
24
4
0
540
$ 96,246.00
Subconsultants
Task 2.2 - Cultural Resources CRC
$ 25,000.00
Subtotal
$ 25,000.00
Total Subconsultant Expense
$ 25,000.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 150.00
Survey Utility Locates
$ 2,000.00
Pothole Locates
$ 10,000.00
Reproduction Allowance
$ 100.00
Total Reimbursable Expense
$ 12,250.00
Management Reserve
$ 10,000.00
Total Estimated Budget
$ 143,496.00
O IC PiC4
Q)
P 5 O M A 5
EXHIBIT B-4
PRIME CONSULTANT CONSTRUCTION MANAGEMENT COST COMPUTATIONS
Client:
Project Name:
KPG Psomas Inc. Project Number:
45 working days + 2 week startup and 3 weeks closeout
Date:
City of Tukwila
Water Quality Retrofit
9TUK010300
9/8/2024
Task No.
Task Description
Labor Hour Estimate
Total Hours and Labor
Cost Computations by
Task
To
c
Senior Engineer I
Project Engineer II
Senior
Construction
Manager
Construction
Manager
Senior Resident
Engineer
Resident Engineer
Assistant Resident
Engineer
Senior
Construction
Observer
Construction
Observer II
Construction
Observer III
Document Control
Specialist II
Document Control
Specialist III
Document Control
Admin
Senior Admin
Office Admin
292
195
189
246
198
189
155
137
192
131
143
136
147
104
140
111
Hours
Totals
Task 1 - MANAGEMENT / COORDINATION / ADMINISTRATION
1.1
Project Management and Administrative Services
8
4
12
$ 2,412.00
1.2
Prepare, review and submit monthly expenditures
4
4
8
$ 1,428.00
Task Total
0
0
0
12
0
0
0
0
0
0
0
0
0
0
0
8
20
$ 3,840.00
Task 2 - Administrative Services up to Contractor Notice to Proceed (NTP) 2 Weeks
2.1
Assist City with Award Process
4
10
14
$ 2,152.00
2.2
Administrative Services up to Contractor Notice to Proceed
8
5
13
$ 2,192.00
2.3
PreCon Photos
4
4
$ 524.00
2.4
Review Plans and Specs
4
8
4
16
$ 2,348.00
2.5
Prepare Hard and Electronic Files
4
2
6
$ 1,028.00
2.6
Prepare ROM
8
10
18
$ 2,872.00
2.7
Prepare PreCon Agenda
4
4
8
$ 1,300.00
2.8
Prepare Templates
4
4
$ 544.00
2.9
Utility Coordination
2
2
4
$ 650.00
Task Total
0
0
0
0
0
30
0
0
0
12
0
31
0
0
0
0
87
$ 13,610.00
Task 3 - Provide Field Inspection for Each of the Project's Working Days (9 Weeks)
3.1
Construction Inspection
396
396
$ 51,876.00
3.2
Weekly Construction Meetings
10
10
$ 1,310.00
Task Total
0
0
0
0
0
0
0
0
0
406
0
0
0
0
0
0
406
$ 53,186.00
Task 4 - Construction Management (CM) and Administrative Services. NTP to Project Closeout. (9 Weeks)
4.1
Construction Management Office Support
20
88
140
36
284
$ 42,616.00
4.2
Construction Management Field Paperwork
32
60
92
$ 13,908.00
4.3
Utility Coordination
8
8
30
4
8
58
$ 10,354.00
4.4
DOE Grant Requirements
8
8
8
16
16
56
$ 9,776.00
4.5
Certified Payroll
36
36
$ 3,744.00
Task Total
0
36
16
0
8
166
0
0
0
220
0
8
0
72
0
0
526
$ 80,398.00
Task 5 - Project Closeout (3 Weeks)
5.1
Construction Management Office Support
24
24
48
$ 7,800.00
5.2
Construction Management Field Paperwork/Inspection
8
8
$ 1,048.00
5.3
Certified Payroll Closeout
16
16
$ 1,664.00
5.4
Prepare Documentation to Deliver to City
30
30
$ 4,080.00
Task Total
0
0
0
0
0
24
0
0
0
8
0
54
0
16
0
0
102
$ 14,592.00
Task 6 - Subconsultant Materials Testing
6.1
Subcontract with Material Tester
2
9
11
$ 1,575.00
6.2
Prepare Invoices and Billings for Subcontractor
2
2
4
$ 676.00
Task Total
0
0
0
0
4
0
0
0
0
9
0
0
0
0
2
0
15
$ 2,251.00
Total Labor Hours and Fee
0
7,020
3,024
2,952
2,376
41,580
0
0
0
85,805
0
12,648
0
9,152
280
888
1,156
$ 167,877.00
Subconsultants
Material Testing
$ 5,500.00
Subtotal
$ 5,500.00
Total Subconsultant Expense
$ 5,500.00
Reimbursable Direct Non -Salary Costs
Mileage at current IRS rate
$ 1,000.00
Reproduction Allowance
$ -
Total Reimbursable Expense
$ 1,000.00
Management Reserve
$ 5,000.00
Total Estimated Budget
$ 179,377.00
14i
DEPARTMENT OF
ECOLOGY
State of Washington
WASHINGTON STATE DEPARTMENT OF ECOLOGY
WATER QUALITY COMBINED FUNDING
INSERT FOR ALL SERVICES FOR
STATE -FUNDED PROJECTS
The following clauses are suggested to be incorporated into contracts for all services receiving
state financial assistance from the Washington State Depaitiiient of Ecology's Water Quality
Combined Funding Program.
Compliance with State and Local Laws
The services provider (CONTRACTOR) shall assure compliance with all applicable federal,
state, and local laws, requirements, and ordinances as they pertain to the project.
State Interest Exclusion
Partial funding of this project is being provided through the Washington State Department of
Ecology. Neither the State of Washington nor any of its departments or employees are, or shall
be, a party to this contract or any subcontract.
Third Party Beneficiary
Partial funding of this project is being provided through the Washington State Department of
Ecology. All parties agree that the State of Washington shall be, and is hereby, named as an
express third -party beneficiary of this contract, with full rights as such.
Cost Basis of Contract
No contract may be written for "cost -plus -a -percentage -of -cost" or "percentage of construction
cost." The cost basis for this contract must be cost -reimbursement, unit price, fixed -price, time
and materials, or any combination of these four methods.
Funding Recognition
Documents produced under this agreement shall inform the public that the project received
financial assistance from the Washington State Department of Ecology. The Washington State
Department of Ecology's logo must be on all signs and documents. Logos will be provided as
needed.
Accessibility
Public -facing documents produced under this agreement shall be accessible to the RECIPIENT's
best ability. This recommendation applies to all products supplied under the Agreement, providing
equal access to information technology by individuals with disabilities, including and not limited to
web sites/pages, web -based applications, software systems, video and audio content, and electronic
documents intended for publishing on Ecology's public web site.
Revised 09/2022 1
107
Access To the Work Site and To Records
The CONTRACTOR shall provide for access to their records by Washington State Department
of Ecology personnel.
The CONTRACTOR shall maintain accurate records and accounts to facilitate the Owner's audit
requirements and shall ensure that all subcontractors maintain auditable records. These records
shall be separate and distinct from the CONTRACTOR's other records and accounts.
All such records shall be available to the Owner and to Washington State Department of Ecology
for examination. All records pertinent to this project shall be retained by the CONTRACTOR for
a period of three years after the final audit.
Funding Provision
Partial funding of this project is being provided through the Washington State Department of
Ecology. In the event that Ecology's funding from state, federal, or other sources is withdrawn,
reduced, or limited in any way, the contract may be amended.
Copyright to Documents
The Department of Ecology retains a copyright to any documents produced and data collected
under this agreement. The Department retains a royalty -free, nonexclusive, and irrevocable
license to reproduce, publish, or otherwise use the data or documents. The Department can
authorize others to use the data or documents for federal, state, or local government purposes.
Revised 09/2022 2
108
City of Tukwila
City Council Transportation & Infrastructure Services Committee
Meeting Minutes
September 23, 2024, 5:30 p.m. - Hybrid Meeting; Duwamish Conference Room & MS Teams
Councilmembers Present: Armen Papyan, Chair; Dennis Martinez, Hannah Hedrick
Staff Present: Pete Mayer, Griffin Lerner, Joshua Hopkins, Catrien de Boer
I. BUSINESS AGENDA
A. Grant Award: Stormwater Outfall Water Quality Retrofit Project
Staff is seeking approval to accept grant funding from the Washington State Department of
Ecology in the amount of $1,805,745 to fund final design and construction for the third and
fourth outfalls at Starfire Way/Fort Dent Way and E Marginal Way.
Committee Recommendation
Unanimous approval. Forward to October 7, 2024 Regular Consent Agenda
B. Contract Amendment: Stormwater Quality Retrofit Program
Staff is seeking approval of an amendment to Contract 22-134 with KPG Psomas, Inc. in the
amount of $322,873 for design and construction management of the program.
*
Committee Recommendation
Unanimous approval. Forward to October 7, 2024 Regular Consent Agenda
C. Contract Amendment: 2023 Annual Small Drainage Program
Staff is seeking approval of an amendment to Contract 23-089 with KPG Psomas, Inc. in the
amount of $63,207.50 for additional permitting services.
Committee Recommendation
Unanimous approval. Forward to October 7, 2024 Regular Consent Agenda
D. Contract Amendment: Gilliam Creek Fish Barrier Removal and Habitat Enhancement
Staff is seeking approval of an amendment to Contract 24-093 with Otak, Inc. in the amount
of $138,270 for additional design and engineering services on the project.
Committee Recommendation
Unanimous approval. Forward to October 7, 2024 Regular Consent Agenda
The meeting adjourned at 5:51 p.m.
Con4mittee Chair Approval
Minutes by LH
109