Loading...
HomeMy WebLinkAboutContractAGREEMENT FOR THE CITY OF RENTON STORMWATER FACILITY RETROFIT STUDY PROJECT THIS AGREEMENT, dated 9-30-2020, is by a York Corporation. The City and the Consultant are referred to collectively in this Agreement as the date signed by both parties. 1. Scope of Work: Consultant agrees to provide the services as specified in Exhibit A-B, which is attached and incorporated herein and may hereinafter be referred to as the 2. Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Work consisting of additions, deletions or modifications. Any such changes to the Work shall be ordered by the City in writing and the Compensation shall be equitably adjusted consistent with the rates set forth in Exhibit B or as otherwise mutually agreed by the Parties. 3.Time of Performance: Consultant shall commence performance of the Agreement pursuant to the schedule(s) set forth in Exhibit A. All Work shall be performed by no later than June 30, 2022. 4. Compensation: A. Amount. Total compensation to Consultant for Work provided pursuant to this Agreement shall not exceed $$229,917, plus any applicable state and local sales taxes. Compensation shall be paid as a flat rate fixed sum based upon Work actually performed according to the rate(s) or amounts specified in Exhibit B. The Consultant agrees that any hourly or flat rate charged by it for its Work shall remain locked at the negotiated rate(s) unless otherwise agreed to in writing or provided in Exhibit B. Except as specifically provided herein, the Consultant shall be solely responsible for payment of any taxes imposed as a result of the performance and payment of this Agreement. B. Method of Payment. On a monthly or no less than quarterly basis during any quarter in which Work is performed, the Consultant shall submit a voucher or invoice in a form specified by the City, including a description of what Work has been performed, the CAG-20-378 PAGE 2 OF 10 name of the personnel performing such Work, and any hourly labor charge rate for such personnel. The Consultant shall also submit a final bill upon completion of all Work. Payment shall be made by the City for Work performed within thirty (30) calendar days after receipt and approval by the appropriate City representative of the of this Agreement, the Consultant will correct or modify its performance to comply with the Agreement. The City may withhold payment for work that does not meet the requirements of this Agreement. C. Effect of Payment. Payment for any part of the Work shall not constitute a waiver by the City of any remedies it may have against the Consultant for failure of the Consultant to perform the Work or for any breach of this Agreement by the Consultant. D. Non-Appropriation of Funds. If sufficient funds are not appropriated or allocated for payment under this Agreement for any future fiscal period, the City shall not be obligated to make payments for Work or amounts incurred after the end of the current fiscal period, and this Agreement will terminate upon the completion of all remaining Work for which funds are allocated. No penalty or expense shall accrue to the City in the event this provision applies. 5. Termination: A. The City reserves the right to terminate this Agreement at any time, with or without of such termination or suspension, all finished or unfinished documents, data, studies, worksheets, models and reports, or other material prepared by the Consultant pursuant to this Agreement shall be submitted to the City, if any are required as part of the Work. B. In the event this Agreement is terminated by the City, the Consultant shall be entitled to payment for all hours worked to the effective date of termination, less all payments previously made. If the Agreement is terminated by the City after partial performance of Work for which the agreed compensation is a fixed fee, the City shall pay the Consultant an equitable share of the fixed fee. This provision shall not prevent the City from seeking any legal remedies it may have for the violation or nonperformance of any of the provisions of this Agreement and such charges due to the City shall be deducted from the final payment due the Consultant. No payment shall be made by the City for any expenses incurred or work done following the effective date of termination unless authorized in advance in writing by the City. 6. Warranties And Right To Use Work Product : Consultant represents that Consultant will perform all Work identified in this Agreement in a professional and workmanlike manner PAGE 3 OF 10 and in accordance with all reasonable and professional standards and laws. Compliance with professional standards includes, as applicable, performing the Work in compliance with applicable City standards or guidelines (e.g. design criteria and Standard Plans for Road, Bridge and Municipal Construction). Professional engineers shall certify engineering plans, specifications, plats, and reports, as applicable, pursuant to RCW 18.43.070. Consultant further represents and warrants that all final work product created for and delivered to the City pursuant to this Agreement shall be the original work of the Consultant and free from any intellectual property encumbrance which would restrict the City from using the work product. Consultant grants to the City a non-exclusive, perpetual right and license to use, reproduce, distribute, adapt, modify, and display all final work modification or use of the final work products other than for the purposes of this Agreement shall be without liability to the Consultant. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Record Maintenance: The Consultant shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement and retain such records for as long as may be required by applicable Washington State records retention laws, but in any event no less than six years after the termination of this Agreement. The Consultant agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). The provisions of this section shall survive the expiration or termination of this Agreement. 8. Public Records Compliance: To the full extent the City determines necessary to comply with the Washington State Public Records Act, Consultant shall make a due diligent search of all records in its possession or control relating to this Agreement and the Work, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Consultant believes said records need to be protected from disclosure, it may, at or litigation related to a Public Records Act request for which Consultant has responsive records and for which Consultant has withheld records or information contained therein, or not provided them to the City in a timely manner. Consultant shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Independent Contractor Relationship: PAGE 4 OF 10 A. The Consultant is retained by the City only for the purposes and to the extent set forth in this Agreement. The nature of the relationship between the Consultant and the City during the period of the Work shall be that of an independent contractor, not employee. The Consultant, not the City, shall have the power to control and direct the details, manner or means of Work. Specifically, but not by means of limitation, the Consultant shall have no obligation to work any particular hours or particular schedule, unless otherwise indicated in the Scope of Work or where scheduling of attendance or performance is mutually arranged due to the nature of the Work. Consultant shall retain the right to designate the means of performing the Work covered by this agreement, and the Consultant shall be entitled to employ other workers at such compensation and such other conditions as it may deem proper, provided, however, that any contract so made by the Consultant is to be paid by it alone, and that employing such workers, it is acting individually and not as an agent for the City. B. The City shall not be responsible for withholding or otherwise deducting federal income tax or Social Security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to Consultant or any employee of the Consultant. C. If the Consultant is a sole proprietorship or if this Agreement is with an individual, the Consultant agrees to notify the City and complete any required form if the Consultant retired under a State of Washington retirement system and agrees to indemnify any 10. Hold Harmless: The Consultant agrees to release, indemnify, defend, and hold harmless the City, elected officials, employees, officers, representatives, and volunteers from any and all claims, demands, actions, suits, causes of action, arbitrations, mediations, proceedings, judgments, awards, injuries, damages, liabilities, taxes, losses, fines, fees, by any and all persons or entities, arising from, resulting from, or related to the negligent acts, errors or omissions of the Consultant in its performance of this Agreement or a breach of this Agreement by Consultant, except for that portion of the claims caused by Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real or damages to property caused by or resulting from the concurrent negligence of the PAGE 5 OF 10 It is further specifically and expressly understood that the indemnification provided in Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 11. Gifts and Conflicts employees from soliciting, accepting, or receiving any gift, gratuity or favor from any person, firm or corporation involved in a contract or transaction. To ensure compliance to City employees or officials. Consultant also confirms that Consultant does not have a business interest or a close family relationship with any City officer or employee who was, is, or will be involved in selecting the Consultant, negotiating or administering this 12. City of Renton Business License: The Consultant shall obtain a City of Renton Business License prior to performing any Work and maintain the business license in good standing throughout the term of this agreement with the City. Information regarding acquiring a city business license can be found at: http://www.rentonwa.gov/cms/One.aspx?portalId=7922741&pageId=9824882 Information regarding State business licensing requirements can be found at: http://dor.wa.gov/doing-business/register-my-business 13. Insurance: Consultant shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. In the event that Work delivered pursuant to this Agreement either directly or indirectly involve or require Professional Services, Professional Liability, Errors and Omissions coverage shall be provided with minimum limits of $1,000,000 per occurrence. "Professional Services", for the purpose of this section, shall mean any Work provided by a licensed professional or Work that requires a professional standard of care. C. State of Washington, shall also be secured. D. Commercial Automobile Liability for owned, leased, hired or non-owned, leased, hired or non-owned, with minimum limits of $1,000,000 per occurrence combined single PAGE 6 OF 10 behalf of the City, beyond normal commutes. E. Consultant shall name the City as an Additional Insured on its commercial general not be a source for payment of any Consultant liability, nor shall the maintenance of any insurance required by this Agreement be construed to limit the liability of recourse to any remedy available at law or in equity. F. proper endorsements, shall be delivered to the City before performing the Work. G. Consultant shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 14. Delays: Consultant is not responsible for delays caused by factors beyond the control occur, the City agrees the Consultant is not responsible for damages, nor shall the Consultant be deemed to be in default of the Agreement. 15. Successors and Assigns: Neither the City nor the Consultant shall assign, transfer or encumber any rights, duties or interests accruing from this Agreement without the written consent of the other. 16. Notices: Any notice required under this Agreement will be in writing, addressed to the appropriate party at the address which appears below (as modified in writing from time to time by such party), and given personally, by registered or certified mail, return receipt requested, by facsimile or by nationally recognized overnight courier service. Time period for notices shall be deemed to have commenced upon the date of receipt, EXCEPT facsimile delivery will be deemed to have commenced on the first business day following transmission. Email and telephone may be used for purposes of administering the Agreement, but should not be used to give any formal notice required by the Agreement. CITY OF RENTON Joseph Farah Surface Water Engineering Manager 1055 South Grady Way Renton, WA 98057 Phone: (425) 430-7248 jfarah@rentonwa.gov CONSULTANT Michael S. Giseburt 1301 Fifth Ave Suite 1200 Seattle, WA. 98101 Phone: (206) 453-1549 Michael.Giseburt@wsp.com Fax: (206) 453-5601 PAGE 7 OF 10 Fax: (425) 430-7241 17. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Consultant agrees as follows: A. with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Consultant will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C. provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D. The Consultant is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws, worker's compensation, and Title VI of the Federal Civil Rights Act of 1964, and will comply with City of Renton Council Resolution Number 4085. 18. Miscellaneous: The parties hereby acknowledge: A. The City is not responsible to train or provide training for Consultant. B. Consultant will not be reimbursed for job related expenses except to the extent specifically agreed within the attached exhibits. C. Consultant shall furnish all tools and/or materials necessary to perform the Work except to the extent specifically agreed within the attached exhibits. PAGE 8 OF 10 D. In the event special training, licensing, or certification is required for Consultant to provide Work he/she will acquire or maintain such at his/her own expense and, if Consultant employs, sub-contracts, or otherwise assigns the responsibility to perform the Work, said employee/sub-contractor/assignee will acquire and or maintain such training, licensing, or certification. E. This is a non-exclusive agreement and Consultant is free to provide his/her Work to other entities, so long as there is no interruption or interference with the provision of Work called for in this Agreement. F. Consultant is responsible for his/her own insurance, including, but not limited to health insurance. G. that for any persons employed by the Consultant. 19. Other Provisions: A. Approval Authority. Each individual executing this Agreement on behalf of the City and Consultant represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Consultant. B. manager or his/her designee. C. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. D. Conflicts. In the event of any inconsistencies between Consultant proposals and this Agreement, the terms of this Agreement shall prevail. Any exhibits/attachments to this Agreement are incorporated by reference only to the extent of the purpose for which they are referenced within this Agreement. To the extent a Consultant prepared exhibit conflicts with the terms in the body of this Agreement or contains terms that are extraneous to the purpose for which it is referenced, the terms in the body of this Agreement shall prevail and the extraneous terms shall not be incorporated herein. E. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington and the City of accordance with all applicable federal, state, county and city laws, codes and ordinances. PAGE 9 OF 10 F. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. G. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Consultant hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Consultant is a foreign corporation not registered with the State of Washington. H. part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. I. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. J. Time is of the Essence. Time is of the essence of this Agreement and each and all of its provisions in which performance is a factor. Adherence to completion dates set this Agreement. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. Except that in accordance with CAG- 20-148 Agreement No. WQC- 2020- Renton- 00016 WATER QUALITY COMBINED FINANCIAL ASSISTANCE AGREEMENT BETWEEN THE STATE OF WASHINGTON DEPARTMENT OF ECOLOGY AND THE CITY OF RENTON, Paragraph 29, the State of Washington is a named express third party beneficiary with full rights as such under this agreement. L. Binding Effect. The Parties each bind themselves, their partners, successors, assigns, and legal representatives to the other party to this Agreement, and to the partners, successors, assigns, and legal representatives of such other party with respect to all covenants of the Agreement. PAGE 10 OF 10 M. failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either the City or Consultant from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. N. Counterparts. The Parties may execute this Agreement in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of the date last signed by the Parties below. CITY OF RENTON By:_____________________________ CONSULTANT By:____________________________ Armondo Pavone Mayor Ginette Lalonde Water & Environment Area Manager _____________________________ Date _____________________________ Date Attest _____________________________ Jason A. Seth City Clerk Approved as to Legal Form By: __________________________ Shane Moloney Renton City Attorney Contract Template Updated 03/12/2019 Digitally signed by Lalonde, Ginette (Lalonde) DN: cn=Lalonde, Ginette (Lalonde), ou=Active, email=Ginette.Lalonde@wsp.com Date: 2020.08.06 16:38:58 -07'00' Lalonde, Ginette (Lalonde) 9-30-2020 Approved by Cheryl Beyer via 8-3-2020 email EXHIBIT A City of Renton Stormwater Facility Retrofit Study SCOPE OF WORK Project Background The City of Renton (City) manages several existing older flow control stormwater facilities that were designed and constructed according to old and outdated stormwater design criteria in terms of both flow control and water quality treatment and do not provide stormwater treatment features. Therefore, quality treatment to receiving waters. The facilities of interest are shown on Exhibit A-1 and include 12 stormwater ponds and 37 underground vaults. These flow control facilities are within several City drainage/stream basins including the Black River, Cedar River, Johns Creek, Maplewood Creek, Panther Creek, Spring Creek, Big Soos Creek, Rolling Hills Creek, and Greenes Creek. All these streams discharge into Lake Washington and to the Green River. The City successfully obtained grant funds through the Department of Ecology to perform a study to evaluate and identify existing facility retrofit opportunities to improve stormwater quality to receiving waters. The project description in the grant is to identify, evaluate, and prioritize stormwater treatment retrofit opportunities at theseflow control facilities. The project intent is toprovide the City with the retrofit locations and options that will be most effective for improving water quality treatment. The City selected WSP (the Consultant) to perform the study which is broken down into the following major elements: Review and summarize existing information; Gap analysis,assessinglevel of treatment provided compared to what would be required under current design standards; Identify potential stormwater retrofit locations and retrofit options; Prioritize sites for stormwater retrofit using project-specific criteria and document the prioritization process; Select and develop conceptual design and costs for three of the highest priority retrofit opportunities. The scope of work for this effort is described in the following paragraphs, and it is important to note that WQC-2020-Renton-00016. The objectives of this project are: 1) To improve water quality ofmany streams within the City which discharge into Lake Washington and to the Green River. 2) Evaluate the existing stormwater treatment provided at flow control facility sites relative to stormwater treatment requirements under current City of Renton standards. 3) Provide treatment options to improve stormwater treatment and the water quality discharging to receiving waters, considering general stormwater quality (suspended solids and dissolved metals) as well as dissolved oxygen, pH, nutrients and temperature, recognizing that other than infiltration, common stormwater BMPs have limitations in controlling these latter parameters. 4) Completion of project by October 1 st, 2021. The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: 1. 2017 City of Renton Surface Water Design Manual Scope of Services The Scope of Services required is divided into the work tasks listed below and are described in detail in the subsequent sections. Task 1 Project Administration/Management Task 2 Review and Summarize Available Information Task 3 Treatment Gap Analysis Task 4 Stormwater Retrofit Locations Identification Task 5 Prioritize and Score Sites for Stormwater Retrofit Task 6 Project Selection, Conceptual Design and Costs General Project Assumptions: 1. The City will consolidate review comments on submitted work products and provide to the Consultant. The City will reconcile any conflicting review comments before providing to the Consultant. 2. All work will be on City right of way (or easement) and no temporary or permanent easements or access agreements are needed. 3. The City will lead coordination on accessing sites in terms of keys, locks/gates, notifying adjacent property owners, and coordinating with City field personnel as needed (such as when a drainage structure access requires unlocking/unbolting or cleaning). 4. The project will be partially funded through an Ecology grant, and the project effort shall meet grant requirements. 5. The focus of the study will be on water quality treatment and will not evaluate existing facility detention volumes or release rates as compared with current flow control standards (i.e., quantity control). 6. Detention pipe or vault condition assessments or investigations, if needed, will be done by the City with results provided to the Consultant. 7. City will conduct all Ecology coordination including uploads and reporting via EAGL. 8. Only existing GIS databases and spatial layers will be required. No new GIS data will be developed under this scope of work unless explicitly specified as an exhibit or figure. 9. The Consultant will not be required to enter confined spacesor provide traffic control to observe facilities. Analysis of underground detention pipes or vaults will be based on available drawings. 10. Review of existing data will rely upon existing City-provided or publicly available information including facility information, precipitation data, infiltration potential, soil conditions, groundwater table, and water quality data records. 11. It is assumed that evaluating the sensitivity of receiving water bodies in terms of water quality pollutants is beyond the scope of this study. The Consultant, WSP, shall perform Consultant team project management, administration, and coordination of the work effort. This effort shallbe continuous throughout the contract. Work completed under this task will include the following: Task 1.1 Project Administration/Management The Consultant shall conduct activities related to the ongoing management of the Consultant team and administration of the contract. This task includes scheduling, budget monitoring, invoicing, work plan preparation, contract and subconsultant administration, and client coordination. When modifications to project goals orobjectives are significant enough to affect the project schedule and/or budget, the Consultant shall inform the City of any schedule and budget revisions necessary to complete the work. Task 1.2 Quality Assurance/Quality Control The Consultant shall complete QA/QC reviews on all significant work products including conceptual plan and cost estimate submittals. A checklist will be prepared documenting the reviews of the various submittals. Task 1 Assumptions The project duration will be 13 months. Task 1 Deliverables Monthly progress reports and invoices QA/QC checklist template (if requested) The purpose of this task is to (1) review City-provided data to be a foundation for the analyses to be conducted by this project, (2) assess current data to determine locations and severity of existing water quality problems deficiencies in relation to the existing flow control facilities, (3) conduct limited field reviews at select sites for data confirmation and to document typical site conditions, and (4) synthesize data into a format from which analyses can be performed to evaluate current levels of treatment as well as alternative opportunities for retrofits. Examples of data to be collected include: Facility type Facility age Approximate size (live storage volume) Existing water quality treatment features, if applicable Tributary area and land use (represented by a limited number of land use types) Existing water quality data (if any) Underlying soils, groundwater elevations, and opportunities for infiltration (where data is available) Applicable groundwater protection area. Receiving water body (and general known water quality problems within the receiving water body, such as 303(d) pollutants) The information is intended to allow for the evaluation of the existing level of stormwater treatment compared with current design standards at a site and evaluate feasible options for retrofitting (to be completed under subsequent tasks). It is expected that this task will entail the following components: Use existing GIS databases, other City inventories/information, and Drainage Technical Information Reports (TIRs), to evaluate the conditions, needs, and opportunities at each of the candidate sites. This step will provide preliminary information on existing conditions in terms of water quality treatment (on a qualitative basis) and other stormwater management needs. Conduct limited field investigations of up to fifteen (15) sites to assess reliability of existing data, as well as investigate conditions where existing data is limited or of relatively poor quality. Prepare a draft and final Existing Conditions memo to summarize this information. The memorandum will rely on GIS maps and summary tables for much of the documentation. Task 2 Assumptions The City currently has the detention facilities plus the majority of its stormwater system inventoried and recorded in a GIS database. The expectation is that this work does not include investigations related to uncertainties about drainage patterns, sub-catchment boundaries, discharge points (including open channels), drainage structure modifications, pipe sizes/elevations, or pipe condition. Existing City GIS data including elevation model and pipe network will be used to define BMP drainage basins. Checking some of the results will be conducted using comparisons with TIR data where readily available. Field investigations and review of other existing documents beyond TIRs (such as record drawings and engineering reports) will not be conducted to define drainage basins. It is expected that at least ten (10) of the 49 facilities can be screened out during this phase of work based solely on limited basin size, small facility size, lack of pollutant sources, existing or planned water quality improvements, discharge location, and/or in-house City knowledge about the facilities. Facilities that are screened out will not need to be evaluated further in subsequent tasks, and a brief statement as to the rationale will be provided in the Task 2 memorandum. All data can be mailed/emailed to Consultant offices and if copying is required prior to hand-off that will be done by City staff. To be efficient, should some of the data include Number of geotechnical reports to be reviewed is limited to 15 to 20. The grant agreement refers to a SEPA determination document. It is assumed that this is a future phase and not in the contract or will be prepared by the City. There are no re-submittals or responses to Ecology comments under this task. Any responses to comments for this work to Ecology is included under Task 5. Task 2 Deliverables Participation and preparation of meeting agenda and notes for one meeting under this task to include up to three (3) Consultant staff. This meeting to serve both for project kickoff and existing data collection coordination. Draft and final technical memorandum summarizing existing data for each of the 49 existing flow-control facilities and associated catchment areas. A summary table is anticipated to include the following information. o Unique Facility Number o Associated Drainage Basin (i.e., receiving water body) o Facility Type o Facility Volume (Approximate) o Year Constructed o Approximate Tributary Basin Size o Tributary Basin Land Use (summarized into a few land use categories) o Groundwater and Soils Information (if available) The technical memorandum will also discuss preliminary ideas for water quality retrofitting. The primary intent of this work is to identify deficiencies (needs) in the treatment of stormwater in the catchments draining to the flow control facilities that are included in this project. A GIS based map will be developed using City data to show locations of existing flow control facilities, surrounding land uses, impervious/pervious surfaces and contributing drainage areas. A second map will show the level of existing and/or needed amount of treatment in each basin. Consultant will compare the existing amount of facility treatment to that needed to meet current water quality treatment standards. This analysis will include simplifying assumptions to estimate the amount of treatment needed for current standards (e.g., scalable analysis estimating treatment required for pollution generating impervious surfaces). A memorandum will be prepared to summarize the analysis and assumptions used. The memorandum will also summarize missing information or gaps that would be helpful for future analysis. For facilities where no information is available, assumptions will be made based on age of the facility and the standards or design manual that was presumed to be used at the time of facility construction. Task 3 Assumptions This task will primarily consist of GIS-based analyses relying on City-available GIS data. Level of existing treatment will be based on WWHM simulation of a few existing facilities (based on year and type) with predicted removals and extrapolated to other facilities of similar type. Level of treatment under current standards will be based upon published data (basic or enhanced). Receiving water body water quality impairment will be based upon published data. There are no re-submittals or responses to Ecology comments under this task. Any responses to comments for this work to Ecology is included under Task 5. All impervious surfaces will be considered and shown on maps as pollution generated (unless City already has a GIS layer that distinguishes between pollution generating and non- pollution generating impervious surfaces. Task 3 Deliverables Map of existing flow control facilities, surrounding land use, impervious/pervious surfaces and contributing drainage areas. Map of existing flow control facilities to determine where additional treatment is needed. Map of existing flow control facilities and drainage areas without existing runoff treatment, including pollution generating impervious and pervious surfaces Draft and Final Technical Gap Memorandum with rationale and results of this task. This task consists of using the information collected in Task 2 and Task 3 to develop a series of scalable models utilizing WWHM2012 that can be used to predict full treatment volumes/flow rates if the sites were newly developed (under current standards) which can be compared to current sizes/flow rates (when data is readily available). Under this task work will also be done to map project locations and opportunity types to allow for sorting of potential sites for subsequent prioritization/ranking under Task 5. This will include characterization of infiltration potential and opportunities for green stormwater retrofits since these opportunities are expected to be key to prioritizing treatment retrofits. Maps of infiltration 4.1 Modeling and Retrofit Opportunity Development Work under this sub-task consists of three (3) main components: 1. Hydrologic modeling (WWHM2012) of a representative number of existing flow control facilities (or a range of tributary areas representing different sizes of typical basin areas) to evaluate volume of treatment required to meet current WSDOE standards. This can be used to develop scalable estimates for all facilities. 2. Utilize the site data analyzed in Task 2 and publicly available resources (for instance, aerial maps) to identify water quality retrofit opportunities at or near the existing City flow control facilities, and 3. Estimate type and approximate size of retrofit opportunity at or near each existing flow control sites. 4.2 Technical Memorandum and Mapping Work under this sub-task will be development of draft and final technical memorandum and maps using the summarized data from Task 2 and Task 3 to identify potential locations for stormwater retrofits, including new facilities and/or re-purposing or re-configuring existing flow control facilities. Map(s) will be developed to present potential water quality facility locations and retrofit types at or near existing flow control facilities. These maps shall also indicate the relative feasibility of infiltration for treatment at each site. Task 4 Assumptions Retrofit opportunity in terms of location, size, and type will be summarized graphically and in tables. The retrofit types will be represented graphically using symbols (not site-specific information). manual. The intent of the retrofits is to maximize treatment and infiltration. As retrofits, BMPs will not be required to fully meet current requirements. There are no re-submittals or responses to Ecology comments under this task. Any responses to comments for this work to Ecology is included under Task 5. Task 4 Deliverables Model results showing the amount of water quality treatment required to meet current design standards Table summarizing hydrologic modeling results Draft and final technical memorandums summarizing data from Task 2 and Task 3, analysis rationale, a location map, and map(s) showing potential runoff treatment locations at or adjacent to existing flow control facilities and their potential retrofit types. This task will include the development of a scoring methodology to rank existing BMPs in terms of need and opportunity (i.e. degree of benefit). The prioritization criteria to score retrofits will be developed with the City and may include feasibility, condition of receiving waters, operation and maintenance cost considerations, site characteristics, type of BMP and hydrologic function, level of retrofit achieved, and environmental factors. A technical memorandum will be prepared documenting the prioritization methodology including an explanation of the selected criteria and the rationale of the scoring approach. This memorandum will include the ranked list of the prioritized stormwater retrofit opportunities. Task 5 Assumptions One meeting will be with City to assist in opportunity ranking. The Surface Water Utility may involve other City departments for input. An initial scoring system will be used to present preliminary results to be presented to the City to solicit input and feedback. Options for improvements will be localized at the existing facility or immediately upstream or downstream (and not in the upper basins). City will provide input on basin prioritization efforts currently underway as part of the NPDES permit. Two submittals will be prepared of the Task 5 Technical Memorandum. Task 5 Deliverables Draft Technical Memorandum (to City) including the use of criteria to determine prioritization, and list of prioritized stormwater retrofit locations. Technical Memorandum (to Ecology addressing City comments) including the use of criteria to determine prioritization, and list of prioritized stormwater retrofit locations. Responses to Ecology on the Technical Memorandum Document. Under this task, the high-priority projects will be selected by the project team (City and Consultant staff). Following final selection, conceptual design drawings for three (3) high-ranked stormwater retrofit opportunities will be developed. Conceptual-level cost estimates will be developed for the three identified retrofit opportunities. This work will be summarized in a final technical memorandum. Task 6 Assumptions Three (3) retrofit opportunities at three different sites will be developed into conceptual design. Field surveys, project base mapping, AND geo-technical explorations are not scoped as part of this work and would therefore be considered extra work if requested by the City. Conceptual plan view drawings will be superimposed on existing aerial photos, pdfs, or GIS maps. Topography used for developing conceptual drainage profiles and/or cross-sections will rely upon existing record drawings and topographic datasets. All conceptual drawings to be in pdf format. A standard cost estimate form will be completed for each project. Costs for items that are typically unknown at conceptual design-level will rely upon comparable recent City bid Two submittals will be prepared of the Task 6 Technical Memorandum. Task 6 Deliverables Attendance at a City meeting to confirm and select high-priority opportunities. Draft Technical Memorandum to City documenting conceptual designs including conceptual level design drawings of three (3) different stormwater retrofit opportunities from the prioritized list. Conceptual drawings are expected to consist of no more than two 11x17 sheets for each opportunity. Conceptual-level cost estimate for each of the three (3) stormwater retrofit opportunities. Revised Draft Technical Memorandum to Ecology incorporating City comments. Responses to Ecology on the Draft Technical Memorandum Document. Project Fee: The estimated project fee is attached below. Preliminary Project Schedule: Task or Major Sub-Task Major Deliverable Date of Deliverable to City Start Project (NTP) Sept 1, 2020 Task 2. Existing Data Review & Compilation Final TM Nov. 20, 2020 Task 3. Treatment Gap Analysis Final TM Feb 1, 2021 Task 4. Retrofit Opportunities Final TM w/ maps March 31, 2021 Task 5. Scoring Development and Implementation Draft TM to City May 1, 2021 Updated TM to Ecology Comments July 15, 2021 Response to Ecology comments August 31, 2021 Task 6. Conceptual Design Work Conceptual plans & costs August 31, 2021 Response to ecology Comment Oct 1, 2021 Project Completion Oct 1, 2021 - RENTONRENTON LELE MERCERMERCER ISLANDISLAND KING COUNTYKING COUNTY Black RiverBlack River Coal CreekCoal Creek (Cedar)(Cedar) East LakeEast Lake Washington -Washington - Bellevue SouthBellevue South East LakeEast Lake WashingtonWashington - Renton- Renton Lower CedarLower Cedar RiverRiver May CreekMay Creek Soos CreekSoos Creek TheThe LandingLanding West Lake Washington -West Lake Washington - Seattle SouthSeattle South 32nd St N 3rd St SE Petrovi Rd N 4th St Rainier SE 128th St S 2S212thSt SW 43rd St SE NE 4th St Dr SE S G SE 208th St SE 192nd St 180t St Airport Wa S W G r a d y a y r y Rd NE Ne S 133rd St 900 515 900 169 515 181 167 167 405 405 405 C g y Pa a l a c k R i ve g s Surface Water Utility | GIS | Print Date: 10/10/2018 Stormwater Facility RetrofitStormwater Facility Retrofit Study MapStudy Map 0.5 0 0.5 Miles Lake WashingtonLake Washington Pond (12) Tank (37) Basin City Limits Exhibit A-1 City of RentonEXHIBIT BStorm Facility Water Quality RetrofitsBudget Summary7-29-20Enter names and rates from left to rightTask TotalsSelect Name, Class, ORNelson, Ralph DGiseburt, Michael SCammermeyer, Jon W Nguyen, Phat Porter, MattPhase TaskClassification°Principal Sr PM PE Jr. Eng GIS Sr. GIS Technical Editor Graphics Project AssistantNo. No. Phase/TaskLabor Rate $278.07 $225.51 $147.95 $94.04 $119.09 $140.00 $120.00 $100.00 $129.38 Hours Revenues1 0 Project Management0.00 $01 1 Project Administration0 40 20 0 0 0 0 0 1575.00 $13,9201 2 QA/QC18 14 16 0 0 0 0 0 048.00 $10,5302 0 Existing Data Review2 18 68 254 64 6 2 0 0414.00 $47,2633 0 Treatment Gap Analysis4 2 54 84 60 0 2 0 0206.00 $24,8374 0 Retrofit Locations and Opportunities0.00 $04 1 Modeling and Opportunity Development0 12 86 372 52 4 2 0 0528.00 $57,4044 2 Technical Memo and Maps0 8 44 0 40 4 4 0 6106.00 $14,8945 0 Prioritize and Score Sites for Stormwater Retrofit0 18 58 44 34 0 4 0 8166.00 $22,3426 0 Project Selection, Conceptual Designa and Cost0 24 82 180 24 0 4 0 4318.00 $38,327$00.00 $0Total Hours 24 136 428 934 274 14 18 0 33 1861.00Total Revenues $6,674 $30,669 $63,323 $87,830 $32,632 $1,960 $2,160 $0 $4,270 $229,5179 13Subtotal $229,517Expenses $400Total $229,917