Loading...
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