HomeMy WebLinkAboutCAP 2009-02-09 Item 2C - Agreement - Riverton Creek Flap Gate with Berger/Abam
City of Tukwila
Jim Haggerton, Mayor
'1
1t..11:' nD 1\11 ^ TI n td ^ I 1\11 t::' 1\11 /"'\ D ^ ~I n I 11\11
lI~r\JnIVIM IIVI~I"\L IVI~IVlvrV"U~LlUIVI
TO:
Mayor Haggerton
Community Affairs and Parks Committee
Public Works Directo~
February 2, 2009
FROM:
DATE:
SUBJECT:
Riverton Creek Flap Gate Removal
Project No. 98-DR03
Consultant Recommendation & Agreement
ISSUE
Approve Berger/Abam Engineers, Inc. for preliminary design of the Riverton Creek Flap Gate
Removal project.
BACKGROUND
Riverton Creek discharges into the Duwamish River through two pipes originally installed as part of
construction of SR-599. Each of these pipes was fitted with a flap gate to prevent river water from
flooding adjacent property. To improve fish access to Riverton Creek, the City has proposed a fish
habitat project that will remove the pipes and flap gates in order to create an open water connection
to the river.
The City received grants from the Salmon Recovery Funding Board for $42,500 and from the People
for Puget Sound for $30,000 to perform a limited feasibility analysis concerning the potential for
flooding and perform design work.
ANAL YSIS
The current Consultant Roster was reviewed and CH2M Hill, Berger/Abam, and Rosewater
Engineering were short-listed to conduct this feasibility analysis and design work. Berger/Abam and
Rosewater Engineering submitted proposals and both firms were interviewed. Berger/Abam scored
highest in meeting the goals of the project. Berger/Abam designed the S. 180th St. Grade
Separation project and staff was satisfied with this design work. It is recommended that
Berger/Abam perform preliminary design work on the Riverton Creek Flap Gate Removal project for
a fee of $121,842.00.
BUDGET SUMMARY
Engineering
Contract
$121,842.00
Budqet
$200,000.00
RECOMMENDATION
The Council is being asked to approve this design agreement with Berger/Abam and consider this
item at the February 23, 2009 Committee of the Whole Meeting and the subsequent March 2, 2009
Regular Meeting.
attachments: Location/Concept Map
Pictures
Consultant Agreement
P:\PROJECTS\A- DR Projects\98dr03 (Riverton Flap gate Removal)\lnfoMemo Consultant Selection.doc
Riverton Creek
N
W~E
S
Not to Scale
FOR CONCEPTUAL PURPOSES ONLY
Photo Date: April 2005
This project involves the removal of 2 flap gates,
creek channel restoration, and riparian plantings.
~
P:\Roman\~rcG!S_RL\Prciects\RyanL\.qiver.on=-reekR r..ertoilc:"r<_ ftapgate ~remo'o'a: _ mxd
CONSULTANT AGREEMENT FOR
DESIGN SERVICES
THIS AGREEMENT is entered into between the City of Tukwila,. Washington, herein-after referred
to as "the City", and Berger/ Abam, hereinafter referred to as "the Consultant", in consideration of the
mutual benefits, terms, and conditions hereinafter specified. .
1. Project Designation. The Consultant is retained by the City to perform design services in
connection with the project titled Riverton Creek Flap Gate Removal. .
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Time for Performance. Work under this contract shallcominence upon the giving of 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 within 180 calendar days from
the date written notice is given to proceed, unless an extension of such time is granted in
writing by the City.
4. Payment.. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement as follows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall not
exceed $121,842.00 without express written modification of the Agreement signed by the
City~
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved. .
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its. ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment is provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and state for a period of three (3)
years after final payments. Copies shall be made available upon request.
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulations, applicable to the services to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemn.ifY, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorneys fees, aTIsing from injury or death to persons or damage to property
occasioned by any negligent act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perform-
ance of this Agreement and as to claims against the City, its officers, agents and employees,
the Consultant expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemn.ifY, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually
negotiated by the parties. This paragraph shall not apply to any damage resulting from the
sole negligence of the City, its agents and employees. To the extent any of the damages
referenced by this paragraph were caused by or resulted from the concurrent negligence of the
City, its agents or employees, this obligation to indemn.ifY, defend and hold harmless is valid
and enforceable only to the extent of the negligence of the Consultant, its officers, agents and
employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
. occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000 per occurrence and annual aggregrate.
Said general liability policy shall name the City of Tukwi1a as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde-
pendent .contractor with respect to the services provided pursuant to this Agreement. Nothing
in this Agreement shall be considered to create the relationship of employer and employee
between the parties hereto. Neither the Consultant nor any employee of the Consultant shall
2
be entitled to any benefits accorded City employees by virtue of the services provided under
this Agreement. The City shall not be responsible for withholding or otherwise deducting
federal income tax or social security or for: contributing to the state industrial insurance
program, otherwise assuming the duties of an employer \vith respect to the Consultant, or any
employee of the Consultant.
1 O.Covenant Against Contingent Fees. The Consultant warrants that they have not employed
or retairied any company or person, other than a bonafide employee working solely for the
. Consultant, to solicit or secure this contract, and that they have not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to
deduct from the contract price or consideration, or otherwise recover, the full amount of such
fee, commi~sion, p~rcentage, l:J!ok~rage fee, gift, or contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap in the selection and
retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non-Waiver. . Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right .to termina~e this Agreement at any time by giving ten (10)
days written notice to the Consultant. .
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not"be a bar to renegotiations of this Agreement.
between surviving members. of the Consultant and the City, if the City so chooses:
15. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
recover its costs, including reasonable attorney's fees, incurred in such suit from the losing
party.
3
16. Notices. Notices to the City ofTukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Chris Walcott
BERGER! ABAM Engineers, Inc.
no Olive Way, Suite 1100
Seattle, W A 98101
17. Integrated Agreement. This Agreement, together with attac.pments or addenda, represents
the entire and integrated Agreement between the City and the Consultant and supersedes all
prior negotiations, representations, or agreements vvritten or oral. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this
day of
,20_.
CITY OF TUKWILA
CONSULTANT
By: hol/ Itftlfntk-
Jim Haggerton, Mayor
Printed Name: Bob Fernandes
Title: Vice President
Attest! Authenticated:
Approved as to Form:
Christy O'Flaherty, CMC, City Clerk
Office of the City Attorney
4
. EXHIBIT A
SCOPE OF WORK FOR ENGINEERING SERVICES FOR THE
. RIVERTON CREEK FLAP GATE REMOVAL PROJECT
SECTION
TABLE OF CONTENTS
PAGE
ABBREVIATIONS.............. ............. ............... ...... ......................................................................................1
PROJECT BACKGROUND ............... .............................. .................... ......................................................2
SCHEDULE.... ............................ ..... ...................... ......................................... ..............................................2
PROJECT PARAMETERS ...... ...... ......... .................................................... ................................................3
PHASE 1-75% CON1'RACT DOCUMENTS ........................................................................................3
Task 100 - Project Management and Adrrrinistration.......................................................................3
Task 110 - Quality Assurance and Quality Control (QA/QC) ........................................................4 .
Task 200 - Topographic and Boundary Survey.................................................................................4
Task 210 - Preliminary Sensitive Areas Report............... .............. ............... ................................. ....4
Task 300 - Flood Prevention Feasibility Stud)<.................................................................................5.
Task 310 - Wall Strengthei:ung Feasibility Study ..............................................................................5
Task 400 - Business Park Owner/Tenant Coordination...................................................................6
Task 410 - WSDOT Coordination ....~.............. .............................................. ...... .......... ....... ....... .........6
Task 420 - Funding Partner Coordination ................. ............................... ....... .... .... ............. .............6
Task 500 - Stream Restoration Design ~:......... ............:............................................................. .... .......6
Task 5io - Green River Trail Detour Design and Coordination.....................................................7
Task 600 - 75% Construction Contract Plans ........................................... ........... .................. ............. 7
Task 610 - Construction Contract Cost Estimate...............................................................................8
ABBREVIATIONS
The following abbreviations are used throughout this scope of work.
~..Qi~E~~~ United States Army Corps of Engineers
Department of Archaeology and Historic
Preservation
Determination of Non-significance
Washington State Department of
Ecology
Digital Terrain Model
Endangered Species Act or
Environmental Site Assessment
Federal Emergency Management
Administrative Offer Settlement
American Public Wqrks Association
Biological Assessment
Best Management Practices
Clean Water Act
Model Toxics Control Act
North American Datum
North American Vertical Datum
National Historic Preservation Act
National Oceanic and Atmospheric
Administration
Plans, Specifications, and Estimates
Quality Assurance/Quality Control
Right-of-Way
State Environmental Policy Act
Exhibit A Scope of Work for Engineering Services fur Phase 1 of
the Riverton Creek Flap Gate Removal Project
BERGERlABAM, FPPWT-09-202
February 2009
A-I
Agency
Federal Highway Administration
Global Positioning System
Washington Administrative Code
Washington State Department of Fish and
Wild Life
Washington State Department of
Transportation
United States Fish and Wildlife Service
Uniform Standards of Professional Appraisal
Practices
Hydrologic Engineering Centers River
Analysis System
Hydraulic Project Approval
Joint Aquatic Resources Permit
Application
PROJECT BACKGROUND
Riverton Creek discharges into the Duwamish Waterway through two 48" diameter culverts.
These culverts both have flap gates, although one of the flap gates has been missing for about
ten years. TIris project will remove these culverts and flap gates along with the surrounding
fill. The desired outcomes of removing these culverts are:
· Create a more natural open dischcu:ge of the Cr~ek into the Duwamish
· Remove the fish barriers caused by the perched culverts and flap gates
· Improve riparian plantings along the -last 650 feet of Riverton Creek
· Improve salmon rearing and resting habItat within the last 650 feet of the Creek
[)ue to current funding limitations, the preliminary engineering for this project will be broken
into two phases. 1bis :initial contract (phase 1) will focus on doing as much as possible to help
the City sell the project to the salmon habitat grant agencies. The concentration is on
developing a good habitat restoration plan, a 75% set of plans, a 75% cost estimate, and laying
the groundwork with the business park, WSDOT, the funding partners, and King County
Parks. Following this course does involve some risk that the design will proceed ahead of
obtaining environmental approvals that have a small chance of terminating the project if they
can't be obtained or the required mitigation is too expensive. However, this risk appears to be
small and if the limited funds are spent on environinental studies at this time, the project itself
wouldn't be defined well enough to generate support for future funding.
Phase 2 will complete the geotechnical studies, environmental site assessment, environmental
studies, permits, final design, ROWand easement acquisition, and construction contract
documents.
SCHEDULE
The schedule will be determined in coordination ,Vith the City with consideration for
milestones stipulated by the funding grants. At this time, it does not appear that the
milestones for the SRFB grant or the People for Puget Sound grant can be met without
amendments to the grants. For purposes of the fee estimate, this Phase 1 scope is assumed to
be completed within five months of notice to proceed.
Exhibit A Scope of Work for Engineering Services for Phase 1 of
the Riverton Creek Flap Gate Removal Project
A-2
BERGERlABAM, FPPWT-09-202
February 2009
PROJECT PARAMETERS
The follovving list is included to confirm the understanding between the City and the
Consultant and will be used to guide the work. These items are general in nature; assumptions
specific to particular tasks are listed under those tasks.
1. Throughout this scope of work, it is understood that the City will provide the
Consultant with one set of consolidated review comments for each draft review round.
The Consultant will then respond to the comments and incorporate the agreed-upon
resolution into the final document(s).
2. Based on the plans available prior to completion of the survey inthis scope, it is not
anticipated that any utilities will be affected. If utilities are affected, it is assumed the
utility mvners will prepare utility relocation and reconstruction plans for gas,
- telephone, electricity, and cable as needed. If needed, the Consultant will prepare
water and sewer relocation and reconstruction plans as a supplemental service.
3. The Consultant will provide the City with all drawings, technical special provisions~
amendments to the standard specifications, and the bid item list (bid proposal). The
City will use these items to prepare the bid and contract documents using the City's
typical contract manual boilerplate.
PHASE:1. - 75% CONTRACT DOCUMENTS
Task -1.00 - Project Management and Administration
Invoices, Progress Reports, Subconsultant Coordination, and Record Keeping
The Consultant will perform project administration and management tasks as follows.
1. Prepare and submit monfuly invoices and progress reports, including a tabulation of
hours expended broken down by each major taSk.
2. Perform on-going sub consultant liaison.
3. Maintain all contract-required documentation.
DeJlverables
1. Monthly invoices and progress reports
City Coordination Meetings
The Consultant will attend periodic coordination meetings at the City. These meetings will be
scheduled as neededj and it is assumed there will be two during Phase 1. It is assumed two
members of the design team will attend each meeting.
Deliverables
1. Meeting minutes for each meeting
Exhibit A Scope of Work for Engineering Services for Phase 1 of
the Riverton Creek Flap Gate Removal Project
A-3
BERGERJABAM, FPPW~-09-202
February 2009
Task :1.10 - Quality Assurance and Quality Control (QAjQC)
The Consultant will provide QNQC for all design work in accordance '\vith the Consultant's
QA/QC standards. Specifically, the project manager and/or project engineer will review all
submittals (both in-house work and sub consultant work) before they are submitted to the City.
Any required changes will be made prior to submittal to the City.
Deliverables
1. QA/QC documentation for all design work will be made available to the City upon
request.
Task 200 - Topographic and Boundary Survey
The Consultant will provide topographic mapping and boundary survey within limits as
indicated on the attached aerial photo. Mapping will be performed to provide a 1"=20'
topographic base map and digital terrain model (DIM) in AutoCAD format of the project
within the limits described above. T1;le base map ~ include signs, trees, c:urbs, sidewalks,.
utility poles, signal poles and other surface features within the mapping area as described
above. One-foot contours will be generated from the DTM. Adjacent ROW' and Property lines
will be shown based on WSDOT ROW plans and available survey data for adjacent parcel. The
consultant will acquire a right-of-entry agreement for this work from the business park owner.
Assumptions
,
· Current Title Reports will be provided by the City of Tubvila for all parcels adjacent to the
project. It is anticipated that there is only one private parcel that would have a title report.
. The City of Tubvila will provide documents (as-builts) for City owned utilities.
. Elevations will be referenced to NA VD 1988 datum.
· Horizontal control will be determined by NAD 83/91 (State Plane Coordinates North Zone)
Deliverables
1. Right-of-Entry agreement
2. AutoCad Basemap with DTM
Task 210 - Preliminary Sensitive Areas Report
The consultant V\riJl evaluate the wetlands and aquatic resources within the project area and
:complete a preliminary sensitive areas report as required by the City. The assessment will
include the determination of the approximate boundaries of the wetlands within the project
area and the existing conditions of the wetlands, streams, and associated buffers. Wetland and
stream locations will be recorded with a Trimble Geo-XT GPS unit for future project Use. The
information gathered during the preliminary sensitive areas assessment will be necessary to
accurately determine the appropriate fish and wildlife enhancements. The report will provide
the following information:
. Documentation of the site's baseline conditions with photographs
· Determination of wetland boundaries within plus/minus 3 feet
. Recording of different vegetation classes
. . Recording of different hydrologic regimes
Exhibit A Scope of Work for Engineering Services for Phase 1 of
the Riverton Creek Flap Gate Removal Project
BERGERjABAi\1, FPPWT-09-Z02
February 2009
A-4
· Assessment of appropriate wetland and stream classifications and buffers under local,
state, and federal jurisdictions
As direct wetland impacts are not likely to occur as part of the project, it is anticipated that a
complete wetland delineation report and supporting materials will not be required to obtain
the necessary-permits.
Deliverables -
1. Preliminary sensitive areas report
2. Graphics detailing locations of wetlands /streams
3. Digital files of wetland and stream boundaries
Task 300 - Flood Prevention Feasibility Study
A feasibility study will be performed by the Consultant to verify that the removal of the flap
gates will not increase upstream flooding. Since one flap gate is already missing; it is assumed
that the CUJ;'l'ent condition does not differ from the after construction condition in terms of
backwater flooding of Riverton Creek from the Duwamish 100 year flood. Therefore, this
study will actually determine if 100 year flood levels on the Duwamish cause backwater
flooding of private properties adjacent to Riverton Creek without the flap gate(s). If these
Duw~h floods do not cause this flooding, then the project can proceed. If they do, then the
private properties are already at risk due to the one removed flap gate, and that flap gate may
need to be reinstalled and the project abandoned. It is assumed that the Consultant will use
existing data and site observations to determine flooding conditions and that no hydraulic
modeling/analysis will be done.
Deliverables
1. Flood prevention feasibility study technical memorandum
Task 3:10 - Wall Strengthening Feasibility Study _
The goal of this project is to restore the lower reaches of Rlverton Creek to a more natural,
pre development condition. This includes removal of twin 48" culverts, flap gates, and fill as
well as the enhancement of salmon habitat. The Creek is confined between TukwiIa
International Blvd. (TIB) on one side and a commercial development parking lot on the other
which means this project will likely require acquisition of some of the parking lot or removal of
fill outside the sheet pile wall supporting TIB. It is assumed for this scope that acquiring part
of the parking lot will not be feasibile, therefore removal of fill outside the wall will be
required. Based on as builts for TIB, it appears likely that this wall will need to be
strengthened with tiebacks in order to remove the fill outside the wall and restore an open
stream channel.
It is assumed that all the preliminary engiI:leering for this task will be based on the information
available from the as-builts for.the sheet pile wall and adjacent bridge and on the geotechnical
report for the design of that wall and bridge. The consultantwill prepare a preliminary design
memorandum discussing the project impacts on the bridge approach embankment and sheet
Exhibit A Scope of Work for Engineering Services for Phase 1 of
the Riverlon Creek Flap Gate Removal Project
A-S
BERGERlABAM, FPPWT -09-202
February 2009
pile wall to include design earth pressures and the design recommendations for additional
ground anchors. The assumptions used in this task will be confirmed by the borings proposed
for phase 2.
Deliverables
1. Technical memorandum of the preliminary design of any required strengthening of
the existing sheet pile wall. .
Task 400 - Business Park OwnerjTenant Coordination
Following completion of the boundary survey, the design team and City will meet with the
owner, and possibly some tenants, of the business park adjacent to the lower reaches of the
Creek. This step will be important to determine what the willingness of the owner/tenants is
for conveying ROWand/or easements that may be needed for removal of fill, clearing and new
planting of the Creek banks, and construction access. It is assumed there will be one meeting.
One member of the design team will attend the meeting.
Deliverables
1. Meeting minutes
Task 4j,0 - WSDOT Coordination
A portion of the project area is adjacent to WSDOT ROW for an off ramp of State Route 599.
Following coordination with the business park, the design team and City will meet with
WSDOT to outline the project and discuss any issues WSDOT may be concerned about
(primarily expected to be unde11i1ining of the ramp and clear zone obstacles). It is assumed
there will be one meeting early on attended by one member of the design team.
Deliverables
1. Meeting minutes
Task 420 - Funding Partner Coordination
The design team and City will meet with the SRFB and People for Puget Sound. The meeting
will be to summarize the results up to that point and seek any input the two agencies might
have on the direction of the project. It is assumed that one member of the design team will
attend the meeting and that both agencies will attend the meeting together.
Deliverables
1. Meeting minutes
Task 500 - Stream Restoration Design
The consultant will prepare a stream and riparian habitat restoration plan. The plan will consist
of a narrative detailing the existing conditions of the site, potential wildlife habitat utilization,
and the proposed enhancements, expected results, and monitoring and maintenance details.
This project narrative will accompany. the necessary permit applications.
Exhibit A Scope of Work for Engineering Services for Phase 1 of
the Riverton Creek Flap Gate Removal Projec.t
A-6
BERGER/ABA.1\1r FPPWT-09-202
February 2009
The consultant will also design a series of comprehensive enhancement measures designed to
maximize the enhancement of fish and wildlife habitat by the most cost"effective means.
Deliverables
1. Riparian habitat restoration plan
Task 51.0 - Green River Trail Detour Design and Coordination
It is assumed that the Green River Trail will have to be closed at the project site for at least a
month. Since this is a nearly 20 mile long trail and closing the entire trail is not an option, it
will be necessary to provide a trail detour for the safety of users trying to bypass the closed
section. The consultant will work with the City and King County Parks to decide on the
shortest and safest detour.
Deliverables
1. Trail detour design memorandum
Task 600 - 75% Construction Contract Plans
The consultant will prepare the following 22" x 34" full size plans for the project:
· Title sheet with vicinity map and sheet index
· Construction staging sheet
· Green River Trail detour plan sheet (scale to be determined)
· Green River Trail detour signing sheet
-. Site preparation and TESC plan-sheets (2 sheets@ 1"=20')
· Site preparation and TESC details and notes sheet
· Grading plan sheet (1"=10') *
· Grading, trail restoration, and bank armoring details and sections sheets (2 sheets)
· Planting and stream restoration plan sheets (2 sheets @ 1"=20')
· Planting and stream restoration detail sheet **
· Sheet pile wall strengthening plan, sections, and details
· Trail bridge foundation plan and pile details and sections sheet
.. Trail bridge abutment plan, details, and sections sheet
· Trails bridge superstructure and bearing details sheets (2 sheets, see task 600)
* If a short spur trail, rest stop, interpretive site, etc. is included, the grading plans will
cover the grading and surfacing within this scope. Any improvements like benches,
tables, signs, etc. are not included in this scope, but could be added by supplement at a
later date.
** This scope assumes that any treatment of the parking lot water will be done with a
vegetative buffer between the stream bank and parking lot. This scope does not include
the addition of drainage structures or curbs in the parking lot, but they could be added by
supplement at a later date.
Deliverables
1. Half size review set of 75% conStruction contract plans
Exhibit A Scope of Work for Engineering Services for Phase 1 of
the Riverton Creek Flap Gate Removal Project
A-7
BERGERjABAM, FPPvVT-09-202
February 2009
Task 6:1.0 - Construction Contract Cost Estimate
The consultant will prepare estimates of the project costs including construction costs,
contingencies, inflation, design engineering, construction engineering, City administration, and
ROW. The cost estimate will include estimated fair market value for the temporary
construction easement and the permanent partial fee simple real property rights. A Parcel .
Funding Estimate worksheet similar to WSDOT's Local Agency Guidelines 25.143 will be
completed to estimate the probable costs for the real property rights needed.
Deliverables
1. Electronic file of the 75% project cost estimate
Exhibit A Scope of Work for Engineering Services for Phase 1 of
the Riverton Creek Flap Gate Removal Project
A-8
BERGER/ABAM, FPPWT-09-202
February 2009
Direct Salary Cost (DSC)
Overhead Cost
Net Fee
Reimbursables
Subconsultants
Reproduction /Postage
Mileage
Exhibit B
Analysis of Costs BERGER/ABAM
PERSONNEL Hours Pay Rate Cost
QA/QC 6 59.35 356
Project Manager 73 56.01 4,089
Senior Structural Engineer 36 65.24 2,349
Structural Engineer 154 31.53 4,855
Civil Engineer 230 32.18 7,402
Scientist/Planner 136 35.57 4,837
Graphics /CADD 196 30.41 5,960
Project Coordinator 9 27.16 244
Clerical 19 25.68 488
Direct Salary Cost Total 859 30,579
156.92%
32.00%
of DSC 47,985
of DSC 9,785
SUBTOTAL 88,349
200
150
SUBTOTAL 350
BERGERABAM SUBTOTAL 88,699
Universal Field Services 2,445
KPG 23,045
GeoEngineers 7,654
SUBTOTAL 33,143
TOTAL 121,842
D TON
Pt1ASE'I C
pNT AND ADM1NIStRANON
TASK lee "PROJECT MpNAGEM,,
Monthly 13voices Assume 5
s IAssume
P
Prepare onthl Pro ress Report tA..
P re aro M
Pro ytBSUbconsullantAArB °m °n le at wllh Subconsultants pssuma 2 peoO S
Coordinat t Uri n ect Files are Minutes HOUR
Set UC and Maintain Pr Ch and Prep at AD M sYR
dMeeiln s atlho o A ry1ENT A
Attend PROJECT M
TOTAL AND QUALM(
CONTRO
TASK ASSURANCE
Roviow Survey Ras °me and DIU
Rev °w $ensitive NOS ROpOft Std bility
WOW F EO Preve Memoran lheNn
dum
EOnical t W all often
R °vi0w G Plan
Review Technic Momo R e storatio n
Review R r an°n Habitat r Oa
R °viev!'tralt Detour Oast
Review 75 PS&
tCAN� �:v'tit^: In
TOPDGRA^pN ,r.. hic M�
Klee' r 5 Aro. ConlroliorTop
t VcI ica rvo r
ntal and yC ounda
Establish t•tod�� Control for B
Establish Norlxonlal
Field Top ChOCkFteld
Perform Crew an
Selo Field 9asomaP
T
EAS REPORT
Y SEN51T'VE AR CondNlons
TASK •PRELIM aid 0xlst I nn c emants
Determine terms 'A,ul1a 0 F sh and W Enhan sents
^IVE �PORY N
Determine AP rD d yeas Raport
PreaareSons111+� TCTALPRELIMINAR y SENStS
EXK16IT B
CITY OF GATE REMOVAL PLtOJEGT
RIVERTONGR�PK�LA EST
PROJECT MAN<gQUR IMATE
Pre4aro AutoGAD
NDURS
des and RON1,�.�-- NIC AND BOUNDARY sNRVE�
Determlr.eBounda PDGRAP
URS
eL-
EXHIBIT B
CITY OF TUKWILA REMOVAL PROJECT FLAP GATE
RIV6RT0 PRO JJECT MANHOUR ESTIMATE
r
r
A
DESCRIPTION r
I�
LOOD 1 PREVENTION FEASIBILITY STUDY I 2;
TASK 300 F 01 1
Rovlew ExlsOna Data 2� �pyy�� y��+�,1 gp� t'p
t r �'iVP:71Jbi`4'�71 u 9i k 4 fn
Site Vlsit 01 I �1F��n
Perform Results STUDYNOURS{ 11 00 ii r w`; x
Develop Moro Documenting c7z T
PREVENTION FEASIBILITY
P q �5.. E-0 nr�i"
TOTAL FLOOD N p i k it 1a 1�' ZAr J r a t ugi:
FEASIBILITY STUDY b 161
STRENGTHENING FEA °f 1,� M +�1'qr r 'r ti +�f 6
r ��fi�ra -1
r 4 t I 4f 96{
TASK 310 WALL TR 7 nt s aiid7i{iW f r o 1, 4 i
}}al5'atc Infa''rm f, �a�ttkKr�t'`r��1�`i i y >v�tr a 1 4�
�,ig. El dstln r7V It 9's�rY',°'r t'711�1'itd''e, Rio `r 4r„'
�Ci9w Ali3lii� ztl 5s1 9, o;` 2� 6,
ri:; Pee :En eli Cana Structural Dolan f a No Woll Stren 0 I
2. 12; 1 1 y
°Pes 16� 1 r r 6 r
Prepare Preliminary Slruclurol at Sheet
01.202 'nO HOURS!, I I t 2A
Memorandum on STUDY H 1 0' O r 4
Preeere?echnlcal Memora FUNDING FEA51BILlTY t 0 1
TOTAL f B or, I
r r OF
t r 6 r r 1 1
6"
T COORDINATION p1 1
OWNERITENAN B;
BUSINESS PARK A I 4
400 BU nd Prepare Minutes OURS
TASK COOR DINATION H 0; 61
O r
PrOOere for and Attend Meeting a N ANT 0'
pY1NERf7E 6, 6 r
TOTAL BUSINESS PARK 0� 61 �j
0! f 1 f`l
r 0�
61 r I V
WSDOT COORDINATION 0 8;�
TASK 410 HOURSI 01
COORDINATION I 0
prepare for and Attend Meeting and Prepare Minutes TOTALWSDOT CO r S 0
I 9
01 3 4"
01
COORDINA 1 6� r
PARTNER n L F 0; 0; t S 52
TASK 420 FUNDING PAR and Prepare Nd pURS� I 'r1 4'
COORDINA f10N H 0'
Prepare for and Attend Meeting D
TOTAL FUNDING PARTNER
RESTOrtA710N DESIGN 01, I 'r r 6 r
TASK 500 •STREAM OURS Oj
TION DESIGN H 1
Prepare Riparian Habitat Restoration Plan RESTORA 1 12;
TOTAL STREAM 1 26;
COORDINAT I t 0
COORD r
TOUR DESIGN AND 0; 0'
GREEN RIVER TRAIL DE t 1 2g} 1 12;
TASK 510 0 Or y I
Coordinate Pot Oily and King Fl t,f 72 f�
101dVodfY r 01 I 4'
0� 721
Ootormine PolontlT TOTAL and HOURS 1
COORDINATION i 46� 24� I 1013
Prepare TraO Detour Design Memorandum TRAIL DETOUR DESIGN AND C y 1 641
REENRIVERTR t 40 403
TOTAL G 1 4 64; j 76
CONTRACT PLANS 40', 24
1 321 j
TASK 600 75% CONSTRUCTION C I 116
Title Sheet t r 461
Prepare 751 1 4I A01 I 1 1 r O i 5164
Prepare 75°!° Construction ding la Staoand TESL Sheets ur Sheo s I 91 sot r OI 1!!!
Details I r 40� 196; Prepare 75% She Preparation and OOIa 166; 3
P repay 75 Grading I 1 l 100}
tz� 1 r 64
Prepare 75 °7° Planting and Stream Restoration Shoos 0 0, t 4 1
Wall Strengthening t 1 1 Z0� 1D! 0� 64;
I
Prepare 751 g HOURS 1 t 203 I 03
ProD�° 75 °7 Bridge ShOUIS CONTRACT PLAN 4 4
TION C 0;
10 101
TOTAL 75% CONSTRUC 20 20{
ESTIMATE 4
TION CONTRACT COST 6y 101
TASK 720 ^CON HOURS
a EsOmate T ESTIMATE 2
Prolog) 751 Co. t CONTRACT COST
CONSTRUC
0�
o
��;g4�ttiu,,Z,�lb li' 9 r Xy i�
869
soy.
pL iCRtPTt Y• 'S SE 1 KPG HOURS
TOTALPHA (tS; -S
ri `Iker—Ici PH SE BE G IABA HOUR5
TOTAL
TOTAL 'WOE 1 VOURSI
C1.r OF TTUKWIL PROJE
FLAP GATE RE MOVAL
R1VgRfON CREEK MANNOUR ESTIMATE t•; v;
PROJECT t ���a��r
,'V' ,l "y .i.ei 34
ti 0 ti4 a9:� 154
..91Swrit• 73,
s�
30 821 76\
220E 286
176 198
19
22\ •109,
Exhibit B
Analysis of Costs. GeoEngineers, Inc.
Direct Salary Cost (DSC)
PERSONNEL Hours Pay Rate Cost
Principal 16 $ 63.46 $ 1,015
Project Engineer/Scientist 0 38.46
Staff 3 Engineer/Scientist 32 32.21 1,031
Staff 1 Engineer/Scientist 0 27.88
Senior Technician 2 24.28 49
Project Assistant 4 24.28 97
Direct Salary Cost Total 54 $ 2,192
Overhead Cost 214.65% of DSC '$ 4,705
Net Fee 30.00% of DSC $ 658
SUBTOTAL $ 7,554
Reimbursables
Mileage
$
100
SUBTOTAL $
100
TOTAL $
7,654
Direct Salary Cost (DSC)
Reimbursables
Exhibit B
Analysis of Costs e KPG, Inc.
PERSONNEL Hours Pay Rate Cost
Survey Manager 8 50.00 400
Senior Surveyor I 40 41.50 1,660
Senior Surveyor II 34 38.50 1,309
Survey Crew I 40 36.00 1,440
Survey Crew II 40 74.50 2,980
Direct Salary Cost Total 162 7,789
Overhead Cost 162.65% of DSC 12,669
Net Fee 30.00% of DSC 2,337
Field supplies, plotting printing, and research copies.
SUBTOTAL 22,795
SUBTOTAL
250
250
TOTAL 23,045
Exhibit B
Analysis of Costs - Universal Field Services, Inc.
Direct Salarv Cost eDSC)
PERSONNEL Hours . Pay Rate Cost
QA/QC 8 $ 45.67 $ 365
Project Manager 6 43.00 258
Acquisition Specialist 16 36.00 576
Administrative Specialist 4 28.00 112
Direct Salary Cost Total 34 $ 1,311
Overhead Cost 46.90% of DSC $ 615
Net Fee 30.00% of DSC $ 393
SUBTOTAL $ 2,320
Reimbursables
Mileage $ 100
Parking, Long Distance Telephone, Photos, Printing, etc. $ 25
SUBTOTAL $ 125
TOTAL $ 2,445