HomeMy WebLinkAboutReg 2024-07-01 Item 5D - Contract - Gilliam Creek Fish Barrier Removal and Habitat Enhancement Design with Otak Inc for $398,200COUNCIL AGENDA SYNOPSIS
Initials
Meeting Date
Prepared by
Mayor's revien'
Council review
07/01/24
GL
ITEM INFORMATION
ITEM No.
5.D.
STAFF SPONSOR: JOSH HOPKINS
ORIGINAL AGENDA DATE: 07/01/24
AGENDA ITEM TITLE Gilliam Creek Fish Barrier Removal and Habitat Enhancement Additional Design and
Engineering Services
CATEGORY ❑ Discussion
Mtg Date
II Motion
Mtg Date 07-01-24
❑ Resolution
Mtg Date
❑ Ordinance
Mtg Date
❑ Bid Award
Mtg Date
❑ Public Hearing
Mtg Date
❑ Other
Mtg Date
SPONSOR ❑Council ❑Mayor HR ❑DCD Finance Fire TS P&R ❑Police
11PJV
❑Court
SPONSOR'S The Gilliam Creek Fish Barrier Removal and Habitat Enhancement project was established
SUMMARY as a City CIP project in 2019. A contract amendment authorizing additional budget
authority was reviewed at the 5/21 T&I committee and subsequently approved on the 6/3
Consent Agenda. This is being brought forward as new contract due to the expiration of the
previously approved amendment.
REVIEWED BY 0
❑
Trans&Infrastructure I I CommunitySvs/Safety Finance Comm. ❑ Planning/Economic Dev.
LTAC ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm.
DATE: 05/21/24 COMMITTEE CHAIR: ARMEN PAPYAN
RECOMMENDATIONS:
SPONsoR/ADMIN. Public Works Department
COMMITTEE Unanimous Approval; Forward to Regular Consent Agenda Meeting
COST IMPACT / FUND SOURCE
EXPENDTTURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$402,934.42 $1,350,000.00 $0.00
Fund Source: RCO AND KING COUNTY GRANTS
Comments: OP 2023-2028, Pg 81
MTG. DATE
RECORD OF COUNCIL ACTION
07/01/24
MTG. DATE
ATTACHMENTS
07/01/24
Updated Informational Memorandum dated 06/28/24
Informational Memorandum dated 05/7/24
CIP 2023-2028, Pg 81
Otak Updated Scope and LOE
Minutes from Transportation and Infrastructure Committee meeting of 05/21/24
15
16
TO:
FROM:
BY:
CC:
DATE:
SUBJECT:
City of Tukwila
Thomas McLeod, Mayor
Public Works Department - Pete Mayer, Interim Director
INFORMATIONAL MEMORANDUM
City Council
Pete Mayer, Interim Public Works Director/Deputy City Administrator
Joshua Hopkins, Surface Water Project Manager
Mayor Thomas McLeod
June 28, 2024
Gilliam Creek Fish Barrier Removal and Habitat Enhancement
Project No. 99830105
Additional Design and Engineering Services
ISSUE
Approve a new contract with Otak for additional design and engineering services.
BACKGROUND
The Gilliam Creek Fish Barrier Removal and Habitat Enhancement project was established as a City
CIP project in 2019, it is a priority project with Water Resource Inventory (WRIA) 9 and the Salmon
Recovery Fund Board. The goals of the project are to restore fish passage between Gilliam Creek and
the Green River, enhance habitat, and maintain or improve flood protection and maintenance and
operation of the tide gate system.
ANALYSIS
This contract was previously approved as an amendment to contract 23-191 by Council at the 5/21
Transportation and Infrastructure Services Committee and subsequent 6/3 Consent Agenda. However,
due to Memorial Day and the subsequent change in the meeting cadence, the previous contract
expired and the amendment could not be validly executed. The new proposed contract combines the
previous budget authority approved by Council in conjunction with the remaining balance of the now -
expired contract.
This contract amendment will include flood gate system assessment, preliminary flood study, habitat
enhancement design development, and design and permitting services to stabilize erosion at the
culvert inlet incurred this past winter.
FISCAL IMPACT
Otak has provided a cost estimate not to exceed $402,934.42 to perform additional engineering
services. Total grant funding for this design work is $1,350,000.00.
Otak Contract 22-068 (original)
Otak Contract 23-191 *
New Contract
Grants
Total:
Consultant
$330,622.00
$39,500.00
$402,934.42
$773,056.42
Budget
$1,350,000.00
$1,350,000.00
* = Amendment 2 was to this contract was previously approved for $398,200 the contract expired before it could be executed.
RECOMMENDATION
Council is being asked to approve a contract with Otak for additional design and engineering services in
the amount of $402,934.42 and to consider this item on the Consent Agenda at the July 1, 2024, Regular
Council Meeting.
Attachments: CIP 2023-2028
Otak Scope and LOE
17
18
TO:
FROM:
BY:
CC:
DATE:
SUBJECT:
City of Tukwila
Public Works Department - Hari P nnck cnti, Director/City Engineer
Thomas McLeod, Mayor
INFORMATIONAL MEMORANDUM
Transportation and Infrastructure Committee
Hari Ponnekanti, Public Works Director
Joshua Hopkins, Surface Water Project Manager
Mayor Thomas McLeod
May 7, 2024
Gilliam Creek Fish Barrier Removal and Habitat Enhancement
Project No. 99830105, Contract No. 23-191
Amendment No. 2 Additional Design and Engineering Services
ISSUE
Approve amendment No. 2 to Contract No. 23-191 with Otak for additional design and engineering
services.
BACKGROUND
The Gilliam Creek Fish Barrier Removal and Habitat Enhancement project was established as a City
CIP project in 2019, it is a priority project with Water Resource Inventory (WRIA) 9 and the Salmon
Recovery Fund Board. The goals of the project are to restore fish passage between Gilliam Creek and
the Green River, enhance habitat, and maintain or improve flood protection and maintenance and
operation of the tide gate system.
ANALYSIS
This contract amendment will include flood gate system assessment, preliminary flood study, habitat
enhancement design development, and design and permitting services to stabilize erosion at the
culvert inlet incurred this past winter.
FISCAL IMPACT
Otak has provided a cost estimate not to exceed $398,200.00 to perform additional engineering
services. Total funding for contract 22-068/23-191 is $1,350,000.00.
Otak Contract 22-068 (original)
Otak Contract 23-191 *
Amendment No. 2
Grants
Total:
Consultant
$330,622.00
($39,500.00)
$398,200.00
$728,822.00
Budget
$1,350,000.00
$1,350,000.00
* = Contract amount is the balance remaining in expired contract 22-068. Amendment No. 1 was a no cost time extension.
RECOMMENDATION
Council is being asked to approve Amendment No. 2 to Contract 23-191 with Otak for additional design
and engineering services in the amount of $398,200 and to consider this item on the Consent Agenda at
the June 3, 2024, Regular Council Meeting.
Attachments: CIP 2023-2028, Pg 81
Otak Scope and LOE
19
20
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: Gilliam Creek Fish Barrier Removal Project No. 99830105
DESCRIPTION: Construct fish passage improvements at existing flap gate and restore salmonid habitat; replace flap gate
which may include a self-regulating tide gate or flood wall.
JUSTIFICATION: Enable fish access to lower Gilliam Creek under wider range of flow conditions; fish barrier per WDFW and
City; WRIA 9 salmon habitat project.
STATUS: Analysis of lower Gilliam Creek is being conducted in 2018 to determine the best solution for fish passage
and to address potential flooding.
MAINT. IMPACT: Likely a shift in maintenance commitments with potential elimination of flapgate maintenance.
COMMENT: In 2020, SRFB listed as Project of Concern, WRIA pulling funding from this cycle; BA Fish Barrier Board -
scored 63 of 94; outcomes yet to be determined; $100K allocated in CWM via WRIA 9.
FINANCIAL Through Estimated
(in $000's)
2021 2022 2023
2024 2025 2026 2027 2028 BEYOND TOTAL
EXPENSES
Design
60
150
600
650
1,460
Land (R/W)
0
Monitoring
0
Const. Mgmt.
1,000
1000
Construction
7,500
7,500
TOTAL EXPENSES
60
150
600
650
8,500
-
-
0
0
9,960
FUND SOURCES
Awarded Grant
150
325
375
850
Proposed Grant
275
275
6,800
-
7,350
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
60
0
0
0
1700
-
-
0
0
1,760
TOTAL SOURCES
60
150
600
650
8,500
-
0
0
0
9,960
Project Location
2023 - 2028 Capital Improvement Program
® ,M
81
21
22
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and OTAK, Inc. , hereinafter referred to as "the Consultant", in consideration
of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform engineering and
design services in connection with the project titled Gilliam Creek Fish Barrier Removal and
Habitat Enhancement.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing June 1, 2024 and ending June 30, 2025, unless sooner
terminated under the provisions hereinafter specified. Work under this Agreement shall
commence upon written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required pursuant to this Agreement no later
than June 30, 2025 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 $402,934.42 without express written modification of the Agreement signed by the
City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment as provided in this section shall be full compensation for work performed,
services rendered, and for all materials, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this Agreement are to be kept
available for inspection by representatives of the City and the state of Washington for a
period of three (3) years after final payments. Copies shall be made available upon
request.
23
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances
and regulations, applicable to the services rendered under this Agreement.
7 Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and damages
caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage provided
by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury
and property damage of $1,000,000 per accident. Automobile Liability insurance
shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be
written on Insurance Services Office (ISO) form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
24
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for the
full available limits of Commercial General and Excess or Umbrella liability maintained by
the Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the Public Entity evidences limits of liability lower than those maintained by the Contractor.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they shall
be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance
pool coverage maintained by the City shall be excess of the Consultant's insurance and
shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall furnish
certified copies of all required insurance policies, including endorsements, required in this
Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or otherwise
deducting federal income tax or social security or for contributing to the state industrial
insurance program, otherwise assuming the duties of an employer with respect to the
Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to deduct
from the contract price or consideration, or otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift, or contingent fee.
CA revised May 2020
Page 3
25
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days
written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement between
surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising
from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any other
provisions hereof and all other provisions shall remain fully enforceable. The provisions of this
Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Otak
11241 Willow Rd NE, Suite 200
Redmond, WA 98052
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised May 2020
26
Page 4
DATED this day of , 20
** City signatures to be obtained by ** Consultant signature to be obtained by
City Clerk's Staff ONLY. ** sponsor staff. **
CITY OF TUKWILA
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CONSULTANT:
By:
Printed Name:
Title:
CA revised May 2020
Page 5
27
EXHIBIT A
SCOPE OF WORK
DESIGN/ENGINEERING SERVICES
City of Tukwila
Gilliam Creek Fish Barrier Removal and Habitat Enhancement Project
OTAK Project No. 20610.003
May 2024
Introduction and Background
The City plans to develop fish passage improvements to Gilliam Creek at the confluence of Gilliam Creek and the
Green River at River Mile (RM) 12.5. The site extends approximately 675 feet upstream along Gilliam Creek. The
project will remove fish barriers and restore fish access to Gilliam Creek while maintaining or improving existing
flood protection. This project will restore access and shoreline habitat as part of a watershed -wide effort to restore
ESA -listed Chinook salmon and will be designed to allow juvenile fish access between the creek and the river,
which are tidally influenced. Habitat enhancements will occur both upstream and downstream of the existing
culvert. The project will also address recreational, aesthetic and educational opportunities and constraints
associated with the adjacent Green River Trail and trailside park area. The project area is constrained by local
roads, 1-405, regional and local utilities and commercial land use.
Otak previously worked on a contract with the City to conduct an alternatives analysis. The scope discussed in
this document is to advance work products developed previously, prepare documentation to discuss work
completed thus far and next steps, and develop scope for the next phase of work in coordination with the City.
The task numbering in this scope was developed to match the task numbering from the previous contract for
continuity in project management.
The City has received initial feedback from project stakeholders and has applied for additional grant funds for
implementation of the project. The City will continue with stakeholder coordination and providing information to the
public regarding the project progress. There are technical elements of the conceptual design that require further
analysis to determine feasibility and the preferred approach. During conceptual design for the existing culvert
replacement, significant erosion has occurred during storm events around the existing culvert inlet. The existing
culvert inlet requires stabilization measures to withstand further storm events and protect the roadway
embankment prior to implementation of the future culvert replacement project.
The Scope of Services is described in detail in the following sections.
1.0 Project Management and Coordination
1.1 Coordination with City
Otak will coordinate with the City of Tukwila on a regular basis by phone and email to keep the City's project
manager informed about project progress, project issues and schedule. Otak will assist in scheduling project
related meetings, reviews, and other coordination activities needed to keep the project moving forward. Regular
communication with the City will occur on a bi-weekly basis, and a status report will be provided to the City after
Otak — Scope of Work
28
each meeting summarizing the status of action items and deliverables. This task will also include coordination
with the City about next phases of work including development of work descriptions and scopes of services. Next
phases of work to be discussed and defined with the City are anticipated to include:
1. Habitat Enhancement Limiting Factors and Considerations Study
2. Engagement with Stakeholders and Public Outreach
3. Determination of the Preferred Alternative
4. Design of Preferred Alternative
5. Permitting of Preferred Alternative
1.4 Project Monitoring and Reporting
Project monitoring and reporting will include the coordination of design team members, internal project
scheduling, and the preparation of a monthly progress report and a monthly billing statement.
TASK 1 DELIVERABLES
• Bi-weekly project reports submitted to the City by email (electronic PDF file format)
• Monthly progress report and monthly invoice (electronic PDF file format)
TASK 1 ASSUMPTIONS
• The duration for this phase of the project is assumed not to extend beyond June 30, 2025.
2.0 Intake Review
This task was completed under the previous contract.
3.0 Environmental/Permitting Support
3.1 Wetland and Stream Delineation and Habitat Assessment Report
This task was completed under the previous contract.
3.2 Preliminary Permitting and Environmental Review Memorandum
This task was completed under the previous contract.
3.4 Geomorphic Assessment
This task was completed under the previous contract.
4.0 Topographic Survey and Basemap
4.1 Supplemental Topographic Surveying and Mapping of Culvert Inlet Erosion
Otak previously provided topographic survey of the project area under a separate contract in 2022. After the initial
survey, significant erosion occurred around the inlet of the Gilliam Creek culvert at 66th Ave. S. Under this
contract, Otak will provide supplemental topographic survey and will update the electronic basemap to reflect the
current conditions around the culvert inlet. The extents of supplemental survey to capture the recent scour are
estimated at 20-feet to the west, 30-feet to the north and south, and 30-feet to the east of the existing culvert inlet.
The topographic survey requirements include the following:
■ Vertical Datum: NAVD 88
■ Horizontal Datum: State Plane Coordinates (Washington North Zone, NAD 83/91 adjustment)
■ Contours at a maximum interval of 1'
Otak — Scope of Work
29
■ TIN surface
■ Surface features:
■ Top/Toe of slopes
■ Channel thalweg
■ Top of bank
■ Toe of bank
■ Culvert invert elevations
■ Vegetation including trees, shrubs, fallen trees in stream over 8-inches in diameter
■ Boulders or rocks in the stream greater than 12" across
■ Rock scour protection limits in place around culvert inlet
Mapping shall be consistent with City of Tukwila Infrastructure Design and Construction standards.
TASK 4 DELIVERABLES
■ Updated Topographic Base Map (Scale 1" = 20 feet) with one -foot contour intervals (AutoCAD DWG file
format)
TASK 4 ASSUMPTIONS
■ Traffic control will not be required for culvert inlet supplemental survey which is outside of the roadway.
■ If required, the City will obtain right -of -entry for the parcels for the area of survey.
5.0 Hydrology and Hydraulics
5.1 Hydrologic Analyses
A simplified hydrologic analysis was performed under the previous contract to compare the relative differences
between alternatives.
5.2 Hydrologic Documentation
Documentation for the hydrologic analysis performed under Task 5.1 was completed under the previous contract.
5.3 Hydraulic Modeling
A simplified hydraulic analysis was conducted under the previous contract to compare the relative differences
between alternatives.
5.4 Hydraulic Documentation
Documentation for the hydraulic modeling performed under Task 5.3 was completed under the previous contract.
5.5 Gilliam Creek Flap Gate Replacement Preliminary Flood Study - Existing
Conditions
Under this task, the preliminary existing conditions model will be developed to estimate the baseline for existing
flooding in the Southcenter area. It is expected the final flood study for basis of design for the Gilliam Creek
project will be added under a contract amendment.
Otak — Scope of Work
30
The preliminary existing conditions hydraulic model will be based on the unsteady HEC-RAS hydraulic model of
the study area developed in 2015 for the first phase of the levee accreditation process (developed by Northwest
Hydraulic Consultants [NHC]). The portion of the NHC model associated with the project covers roughly 1,150
acres from I-5 on the west to the Green River on the east and from 1-405 on the north to about 1,500 feet north of
S 200th St on the south. The storm and surface water system in the Southcenter area is complex and includes
Tukwila Pond, P17 Pond, closed pipes, open channels, slide gates, flap gates, three publicly operated stormwater
pump stations, and outfalls to both the Green River and Gilliam Creek, which will be simulated in the preliminary
existing conditions model. Under this task, Otak will provide the following services:
• Conduct desktop analysis of hydrologic and hydraulic information available in the NHC model, City GIS,
and system operation manuals to identify re -usable information and data needs.
• Convert NHC unsteady 1 D HEC-RAS model to HSPF-SWMM
• Survey up to 10 critical inverts if needed and update model with that information
• Calibrate HSPF-SWMMM at existing Gilliam flapgate to represent impact of existing gate on flow backup
in Giliam Creek
• Calibrate HSPF-SWMM model with 1 D HEC-RAS model by checking result at up to 5 critical nodes (with
one being just upstream of the existing 108" diameter pipe) by
o Comparing plots of water surface elevation over a sample year
o Compare plots of water surface elevations for 3 peak event hydrographs
o Prepare 3 simple GIS figures of the Southcenter mall area showing locations of flooding for the
three peak events to obtain confirmation from City staff that the flooding conditions are similar to
what has been observed in the field
• Attend three meetings with City maintenance staff to review results of existing flooding conditions and to
discuss the existing manual slide gate configuration that will be simulated in the model.
• Prepare a memorandum that documents issues encountered while converting the model prepared by
others, assumptions and methodology used for developing and calibrating the existing conditions model.
The memo will also recommend the next steps for advancing the flood study work in support of the
Gilliam Creek Fish Barrier Removal and Habitat Enhancement project including listing considerations,
limiting factors and opportunities for modification of Southcenter drainage features or the Gilliam Creek
flood gate that are identified while preparing the preliminary existing conditions model.
TASK 5.5 DELIVERABLES
• Preliminary Gilliam Creek Flap Gate Replacement Flood Study — Existing Conditions Memorandum (Draft and
Final, electronic PDF file format)
• HSPF-SWMM Electronic Model
TASK 5.5 ASSUMPTIONS
• Hydraulic modeling of solution alternatives and proposed conditions will be completed in a future phase of
work
6.0 Alternatives Analysis
This task will include preparation of report documentation of the alternatives analysis that was performed under
the previous contract. An Alternatives Analysis Report will be developed with the following outline:
• Introduction and Project Goals
• Natural Conditions and Fish Use in the Green River Context
• Site Constraints
Otak — Scope of Work
31
• Stakeholder Engagement
• Design Criteria
• Summary of Previous Work Completed
• Brief Description of Alternatives Developed
• Conceptual Drawings and Costs
• Hydrology and Hydraulics (described under Task 5.2 and 5.4)
• Alternatives Matrix
• Recommendations
• Next Steps
TASK 6.0 DELIVERABLES
• Alternatives Analysis Report (Draft and Final, electronic PDF file format)
TASK 6.0 ASSUMPTIONS
• City will provide one list of consolidated comments on the draft Alternatives Analysis Report. Comments will
be addressed and incorporated into the final Alternatives Analysis Report.
6.3 Flood Gate System Assessment
6.3.1 Feasibility Study
Otak will identify a subconsultant with expertise in hydraulically powered gates. Through discussions with the
subconsultant and online research Otak will identify and evaluate available flood -gate systems and technologies
that could be applied for flood protection and fish passage at the Gilliam Creek site. Otak will reach out to up to
five flood -gate system manufacturers via email with conceptual drawings and follow up with a phone call to
discuss the applicability of their product and obtain cost information. Otak will evaluate and compare between the
different gate systems including the side -hinge tide gate technology currently proposed in the Alternatives
Analysis based on criteria such as technical feasibility to provide flood protection and fish passage, operations,
cost and maintenance among others. Evaluation and comparison of the gate systems will be in coordination with
the subconsultant. Otak will conduct up to two meetings with the City to review findings and a memo will be
prepared to summarize the findings on feasible gate technologies.
When a subconsultant is identified to be added to the project team and approved by the City, a request will be
made to utilize management reserve funds for advancing the study with a subconsultant partner.
TASK 6.3.1 DELIVERABLES
• Flood Gate System Feasibility- Preliminary Memorandum of Findings (Outline and Draft, electronic Word
.docx file format)
7.0 Geotechnical Services
7.2 Culvert Inlet Erosion Repair Geotechnical Design Review (Sub-HWA
Geosciences)
A geotechnical subconsultant, HWA GeoSciences (HWA), will provide consultation to the design team including
reviewing the plans and specifications. HWA will conduct a review of the plans at the 60% design level and a
review of the plans and specifications at the 90% design level.
Otak — Scope of Work
32
TASK 7.2 DELIVERABLES
• Comments on 60% Design Plans (electronic pdf)
• Comments on 90% Design Plans (electronic pdf)
• Comments on 90% Specifications (electronic pdf)
9.0 Stakeholder Engagement
9.3 Project Planning Workshops
9.3.1 Kickoff and Ongoing Coordination
The Otak Team will kick off the project with the City team and provide ongoing coordination during the
collaborative study process. Subtasks will include:
• Kick off meeting to discuss the overall purpose of this phase of collaborative study, study timeline, and
desired outcomes, and to confirm all products to be delivered.
• Prepare a task work plan and schedule.
TASK 9.3.1 DELIVERABLES:
• Kick -Off Meeting Agendas and Notes
• Work Plan/Schedule for this Task
• File Sharing Internet Site Maintenance
• Summary of Relevant Background Information/Data to Guide the Collaborative Study Process
9.3.2 Collaborative Workshops/Study Sessions with City Staff (and Others as May Be
Directed by City)
The Otak Team will facilitate up to four two-hour collaborative workshops/study sessions with City staff and
potentially involving other interests (subject matter experts, agency representatives, potential partners, tribes, and
other interests) as directed by the City. For these workshop sessions, the Otak team will use collaborative
interactive tools, such as in -person workshop facilitation/facilitated activities, as well as online programs such as
Mentimeter and/or Mural to gather input and ideas. We will prepare agendas, presentations, hand-outs, and other
materials for the workshops. We will carefully document discussions, decisions, and outcomes of each session.
Following is a general description of the potential focus of each workshop session:
Workshop 1: Framework for Evaluating Habitat Enhancement Based on Considerations, Limitations and
Opportunities at Project Site
The goal of this workshop is to build a framework for evaluation of habitat uplift based on considerations,
limitations and opportunities at the project site. The framework will be based on the following studies and guiding
documents, which will be reviewed by Otak
• WRIA 9 Salmon Habitat Plan
• WRIA 9 2021 Habitat Plan Update
• King County Juvenile Chinook Use of Non -natal Tributaries in the Lower Green River Study
• Lower Green River Corridor Flood Hazard Management Plan and levy upgrade planning documents
• Juvenile Chinook Salmon Effectiveness Monitoring of Duwamish Shallow Water Restoration Sites
• Lower Green River Corridor Flood Hazard Management Plan PEIS
• Meta -analysis of Project Effectiveness Monitoring in Rivers within King County (2013-2019)
• Scope Comments by the City Project Manager regarding natural debris loading in the stream system and
the categories of habitat at the site:
o (1) Confluence habitat
o (2) Passage/Habitat Structure
Otak — Scope of Work
33
34
Otak
Exhibit B
City of Tukwila - Gilliam Creek Fish Barrier Removal and Habitat Enhancement
Fee Estimate
Otak Project #020610.003
5/7/2024
WATER & NATURAL RESOURCES ENGINEERING
ENVIRONMENTAL SCIENCES
STRUCTURAL
TRANSP &
INFRASTRUCTURE
PLANNING & LANDSCAPE
SURVEY
ADMIN
Task
Description
Sr. PIC/Sr.
PM Civil
Civil
Engineer X
g
Civil
Engineer
g
Civil
Engineer VI
g
Civil
Engineer
g
Engineering
Designer IV(Hydrologist)Scientist
g
Scientist VI
VI
Scientist 11
Civil
Engineer
g
Civil
Engineer
g
Engineering
Tech IV
Sr. PIC/Sr. PM
LA/Mst Pin
Landscape
Architect IV
Planner IV
Professional
Land
Surveyor V
Survey Crew
Chief ll
Survey Field
Tech III
Survey
Office Tech
IV
Graphics
Specialist
p
Project
Coord I
Otak
Total
Hours
Otak Budget by
Sub -Task
Sub - HWA
Geosciences
Total Budget By
Task
1
Project Management and Coordination
$45,776.00
1.1
Coordination with City
4
80
80
20
184
$36,076.00
1.4
Project Monitoring and Reporting
20
40
60
$9,700.00
4
Topographic Survey and Basemap
4 1
Supplemental Topographic Surveying and
Mapping of Culvert Inlet Erosion
2
2
12
12
6
34
$4,184.00
$4,184.00
5
Hydrology and Hydraulics
5.5
Gilliam Creek Flap Gate Replacement Preliminary
Flood Study- Existing Conditions
12
20
32
140
80
170
2
8
8
4
492
$94,120.00
$94,120.00
6.0
Alternatives Analysis
5
16
4
25
$4,719.00
$4,719.00
6.3
Flood Gate System Assessment
6.3.1
Feasibility Study
2
20
60
40
12
134
$23,540.00
$23,540.00
7
Geotechnical Services
7 2
Culvert Inlet Erosion Repair Geotechnical Design
Review
1
4
5
$915.00
$4,000.00
$4,915.00
9
Engagement with City Staff and Others
9.3
Project Planning Workshops
$68,498.00
9.3.1
Kickoff and Ongoing Coordination
8
12
12
14
24
70
$13,668.00
9.3.2
Collaborative Workshops/Study Sessions with
City Staff
8
32
50
20
16
24
30
80
24
16
300
$54,830.00
10
Culvert Inlet Erosion Repair Final Design
10.1
Final Design
$93,436.00
10.1.1
30% Plans and Engineer's Estimate and Memo
8
36
80
6
8
4
30
172
$26,286.00
10.1.2
60% Design and Construction Documents
12
40
50
6
8
16
32
164
$25,810.00
10.1.3
90% Design and Construction Documents
16
50
80
8
16
24
194
$29,806.00
10.1.4
100% Construction Documents
10
32
20
8
70
$11,534.00
10.2
Permitting
$33,195.00
10.2.1
Agency Meeting and Coordination
1
2
12
4
19
$3,533.00
10.2.2
Prepare JARPA Form and Figures
4
20
24
12
30
90
$13,518.00
10.2.3
ESA Compliance Documentation
16
40
56
$8,072.00
10.2.4
Shoreline Permit Exemption
8
24
32
$4,512.00
10.2.5
SEPA Compliance
8
16
24
$3,560.00
Total Hours
26
237
32
544
80
314
170
76
114
24
16
40
40
138
104
4
20
20
10
24
76
2,125
Current Billing Rate
$344.00
$231.00
$231.00
$171.00
$183.00
$130.00
207.00
207.00
119.00
$231.00
$231.00
$116.00
$312.00
$144.00
$167.00
241.00
120.00
91.00
138.00
126.00
127.00
Total Labor Cost
$8,944.00
$54,747.00
$7,392.00
$93,024.00
$14,640.00
$40,820.00
$35,190.00
$15,732.00
$13,566.00
$5,544.00
$3,696.00
$4,640.00
$12,480.00
$19,872.00
$17,368.00
$964.00
$2,400.00
$1,820.00
$1,380.00
$3,024.00
$9,652.00
$368,383.00
$30,000.00
$540.00
$4,000.00
$372,383.00
$30,000.00
$540.00
100
Management Reserve
050
Direct Expenses
Project Total
$402,930.00
Notes:
(1) Billing rates may vary based on the actual staff performing the work.
(ROUNDED)
O:\PROJECT\20600\20610\O8 Corporate \ Contracts \Scoping\20610.003 New Contract\20610.003 GCFBR_LOE
Page 1 of 1
6/20/2024
36
o (3) Upstream Habitat.
The discussion will identify the decision criteria for making the project successful based on the framework
developed.
Workshop 2: Vision and Concepts —Based on the framework and decision criteria from Workshop 1, the team
will collaborate on developing a vision statement and thoughts about initial concepts/options for design and further
study.
Workshop 3: Draft Concepts Review/Refinement—Otak will present a set of potential concepts based on
discussion in Workshop 2 and then this workshop session will focus on review and refinement of the concepts for
initial analysis. Otak will conduct initial analysis comparing the options to the criteria and bring that back to
Workshop 4.
Workshop 4: Preferred Path Ahead/Preferred Solution—Otak will present the initial analysis of concepts and
the team will discuss the preferred option/preferred path ahead (could be a hybrid of options) to further analyze
and illustrate. The team will discuss and define deliverables for development by Otak under other project tasks
such as Task 6.0 Alternatives Analysis, Task 9.2 Agency and Stakeholder Coordination, and Task 9.4 Public
Engagement Support. Future deliverables to be defined through the collaborative workshops are anticipated to
include:
o Visualization graphics (2-D and 3-D renderings)
o Habitat Enhancement Considerations, Limitations and Opportunities Study
o Habitat Enhancement Schematic Design Figures
o Flood Gate System Technology Alternatives Assessment(based on workshops and Task 6.3)
o GIS-based Storymap or other materials for website posting
TASK 9.3.2 DELIVERABLES:
• Workshop Agendas
• Workshop Hand -Outs and Presentation Materials
• Project Vision Statement
• Project Goals, Performance Measures, and Decision Criteria
• Up to three separate concepts for evaluation (illustrated and described conceptually)
• Evaluation matrix results
• Memorandum documenting decisions around the preferred direction/preferred solution and a list of
deliverables for the next phase of work.
10.0 Culvert Inlet Erosion Repair Final Design
10.1 Final Design
10.1.1 30% Plans and Engineer's Estimate and Basis of Design Memo
Otak will prepare conceptual plans that include the site layout and section details of the proposed erosion repair
design. The 30-percent design will include the cover sheet, plan and profile, and typical cross sections. We
assume that the concept plans will be prepared at the same scale as the final design plans. Included in the 30-
percent design submittal will be a preliminary engineer's cost estimate.
Otak will prepare a Basis of Design Memo describing the need to repair scour protection measures around the
inlet of the existing culvert to minimize impacts to the environment, infrastructure and O&M safety. The memo will
also i potential habitat enhancement measures that may be implemented with the erosion repair that could be
considered incremental improvements contributing to the future long-term restoration project plans at the Gilliam
Creek site.
Otak — Scope of Work
37
TASK 10.1.1 DELIVERABLES
• 30-percent Design Plans (electronic pdf)
• Engineer's Cost Estimate (electronic pdf)
• Basis of Design Memo (electronic pdf)
10.1.2 60% Construction Documents
Otak will prepare an engineering design and plan set based on the 30-percent plans to a scale and layout
appropriate for a construction plan set, address comments from the City's review of the 30-percent design, and
revise the plans to represent a 60-percent level of detail. Accompanying the 60-percent plans will be a list of
anticipated special provisions and an updated Engineer's cost estimate.
The following is a preliminary drawing list:
1. Cover Sheet
2. Legend, Notes, and Abbreviations
3. Survey Control and Existing Condition Plan, Scale 1" = 20'
4. Temporary Erosion and Sediment Control and Stream Bypass Plan, Scale 1" = 10'
5. Stream Stabilization Plan and Profile, Scale 1" = 10'
6. Channel Cross Sections, Scale Varies
7. Stream Stabilization Details, Scale Varies
8. Construction Staging Plan and Details (if necessary), Scale Varies
TASK 10.1.2 DELIVERABLES
• 60% Design Plans (electronic pdf)
• List of Special Provisions (electronic pdf)
• Engineer's Construction Cost Estimate (electronic pdf)
10.1.3 90% Construction Documents
Otak will advance plans developed at the 60% level and prepare 90% level plans for the inlet erosion repair. The
60% construction review comments will be addressed in the 90% plans, and comment responses will be prepared
for the 60% review comments.
TASK 10.1.3 DELIVERABLES
• 90% Design Plans (electronic pdf)
• 90% Special Provisions and Project Manual (electronic .doc and .pdf)
• Engineer's Construction Cost Estimate (electronic pdf)
10.1.4 100% Construction Documents
Otak will address the City's comments from the 90-percent design and the final design submittal will include ad -
ready construction drawings, a final Engineer's cost estimate and project specifications including the bid
schedule.
TASK 10.1.4 DELIVERABLES
• Final Design Plans (electronic pdf)
• Special Provisions (Divisions 1-9) and Project Manual (electronic .doc and .pdf)
• Engineer's Construction Cost Estimate/Bid Schedule (electronic pdf)
Otak — Scope of Work
38
TASK 10.1 ASSUMPTIONS
• The design concept identified as the preferred alternative in the inlet erosion assessment memo (prepared
under separate contract) will be the design carried forward to the 30-percent design level with minimal
changes.
• Special Provisions will be based on the 2024 (or current) edition of the WSDOT Standard Specifications with
the APWA supplement, current amendments, and City requirements.
• The City will provide a set of current City General Special Provisions and City standard contract and bid forms
to be used for preparation of the Project Manual.
10.2 Permitting for Inlet Erosion Repair
10.2.1 Pre -Application Meeting, Agency Meetings, and Permit Facilitation
During preparation of permit applications and support documentation, Otak will organize and conduct a pre -
application field meeting with all applicable City, State, and Federal resource and regulatory agency
representatives necessary to assure that they have a solid understanding of the existing and proposed conditions
for the project prior to receiving the JARPA package. Participants in the pre -application field meeting are
anticipated to include agency staff from WDFW, Army Corps, City of Tukwila, relevant tribal biologists, and
potentially WRIA 9 technical staff such as Chris Gregersen.
After permit applications are submitted, Otak will coordinate with City staff to respond to comments, provide
additional clarification, and assist with shepherding the permits through the process efficiently.
TASK 10.2.1 ASSUMPTIONS:
• A single pre -application field meeting, not to exceed two hours in duration, will be conducted under this task.
Hours also include time for responding to agency comments following the meeting and preparing meeting
minutes.
10.2.2 JARPA Form and Figures
Otak will prepare a JARPA form and figure set for the project when the project reaches a 60-percent design
stage. The JARPA and Wetland and Stream Report will be used to apply for and support a Washington State
Department of Fish and Wildlife (WDFW) Hydraulic Project Approval (HPA). The JARPA and the Biological
Evaluation will be used to obtain a Department of the Army (Section 404) Nationwide permit from the Corps of
Engineers. Otak will review the Department of Archaeology and Historic Preservation's web database for known
cultural or historical sites to support the application. A formal cultural resources report will not be prepared.
TASK 10.2.2 ASSUMPTIONS:
• The project will be permitted by the Army Corps of Engineers under one of the Nationwide Permits available
(e.g., NWP #13).
• The project will not require offsite compensatory wetland or stream mitigation. The project is intended to be
self -mitigating through restoration of a native riparian plant community above the bank armoring.
• The project will not require an individual Section 401 Water Quality Certification from Washington State
Department of Ecology.
• A Cultural Resources report, will not be required.
• The City will pay for all required permit fees.
Otak - Scope of Work
39
10.2.3 ESA Compliance Documentation
Documentation necessary for compliance with the provisions of the Endangered Species Act will be prepared
during preparation of and in coordination with the 60-percent design level plans. Otak will prepare a Biological
Evaluation (BE) for the project per the USACE format. A BE will be prepared for the USACE's informal
consultation with the National Marine Fisheries Services (NMFS) and US Fish and Wildlife Service (USFWS) for
project impacts to ESA -listed species. Informal consultation with NMFS and USFWS is anticipated for this project
because the stream and riparian impacts from the bank stabilization will be characterized as pre-existing as a
result of previous stabilization efforts, and therefore will be considered not likely to adversely affect (NLAA) ESA
listed species or their critical habitats. If agencies disagree with a NLAA effects determination then a biological
assessment will need to be prepared under a separate scope of work for formal consultation with USFWS and
NMFS. The BE will be submitted as part of the JARPA package for the 404/401 permit application to the USACE.
TASK 10.2.3 ASSUMPTIONS
• The project will result in a May Affect, Not Likely to Adversely Affect (NLAA) determination for ESA -listed fish
species and designated critical habitat that may occur in the project action area. The project will result is No
Effects determination for all other listed species occurring in King County.
o As such, the project will not undergo formal consultation with the National Marine Fisheries
Service and the U.S. Fish and Wildlife Service (the Services).
o The USACE and Services will concur that due to the eroding slope and erosion, previous bank
armoring and slumping, and proposed bioengineered bank stabilization design, the project will
have insignificant or discountable effects to designated critical habitat for Chinook salmon (Gilliam
Creek).
o Work area isolation and fish removal will be required. Fish removal will be conducted using
herding methods and nets rather than handling (e.g., trapping and relocating).
o The project will achieve ESA compliance utilizing the USACE Abbreviated Biological Evaluation
for Informal ESA Consultation, or similar format.
TASK 10.2.3 DELIVERABLES
• Draft Biological Evaluation and one (1) electronic file (PDF format)
• Final Biological Evaluation and one (1) electronic file (PDF format)
10.2.4 Prepare Shoreline Permit Exemption Application
The project will require compliance with the City's critical areas (e.g., wetlands, streams and their buffers)
regulations at TMC 18.45.100 (Watercourse Designations, Rating and Buffers), 18.45.150 (Fish and Wildlife
Habitat Conservation Areas Designation, Mapping, Uses and Standards), floodplains, and shorelines per TMC
18.44 (Shoreline Overlay). Part of the project area is located within shoreline designation. Otak will complete a
pre -application conference request with City staff in addition to the site meeting under Task 10.2.1, and the
shoreline permit exemption application. The project is expected to be considered normal repair of existing
structures/developments including repair of damage caused by elements (e.g., precipitation and stream flows).
TASK 10.2.4 ASSUMPTIONS
• Project will qualify for the Shoreline Permit Exemption. No net loss of shoreline ecological functions will still
need to be achieved in accordance with the requirements of the Shoreline Exemption. Stabilizing the eroding
bank and replating with native plants is expected to provide adequate mitigation for the proposed bank
armoring.
TASK 10.2.4 DELIVERABLES
• Shoreline Exemption Application
Otak — Scope of Work
40
• Floodplain Permit Application
10.2.5 SEPA Compliance
The project will require compliance with the State Environmental Policy Act (SEPA). Otak will prepare a SEPA
checklist for the project, with vicinity map and simple plan view appropriate for the general public, and will submit
the checklist to the City for environmental review as the lead agency in the SEPA process.
ASSUMPTIONS
• The proposed project will result in a Determination of Non -Significance (DNS).
• Preparation of a SEPA EIS is not included in this scope.
DELIVERABLES
• Draft and Final SEPA checklist with vicinity map and site plan, submitted to the City.
10.2.6 Prepare Critical Areas Report
A Critical Areas Report (CAR) will be prepared for the permit applications to local, state, and federal agencies.
The Wetland and Stream Delineation Report prepared under the previous scope of work will be amended to
include a project description, impacts assessment, and proposed restoration of temporary impacts to result in no
net loss of shoreline ecological functions.
ASSUMPTIONS
• Onsite restoration of temporary impacts using native plants will be adequate mitigation for project impacts to
Gilliam Creek.
DELIVERABLES
• Draft and Final Critical Ares Report (PDF)
Management Reserve
If directed by the City, consultant will provide services needed to assist the City for unforeseen tasks related to
this project that were not specifically addressed in this scope of work. When requested by the City, the consultant
will provide a scope and budget for the task identified by the City. The consultant will not proceed with the task
until written authorization has been provided by the City. The allotted amount for this task is $30,000.00.
Direct Expenses
Direct expenses to be submitted for reimbursement include:
• Mileage/Travel for site investigations and meetings
• Other Misc. Expenses
Otak — Scope of Work
41
42
Transportation & Infrastructure Services Committee Minutes May21, 2024
F. Contract Amendment: Gilliam Creek Fish Barrier Removal and Habitat Enhancement
Staff is seeking approval of Amendment No. 2 to Contract 23-191 with Otak in the amount of
*
$398,200 for additional engineering services.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
G. Contract Amendment: 5. 131sY Street Drainage Improvement Project
Staff is seeking approval of a contract amendment in the amount of $139,733 for additional
engineering services.
Committee Recommendation
Unanimous approval. Forward to June 3, 2024 Regular Consent Agenda.
H. Resolution: Six -Year Transportation Improvement Program
Staff is seeking approval of the annual update of the Six -Year Transportation Improvement
Program.
Committee Recommendation
Unanimous approval. Forward to June 10, 2024 Committee of the Whole.
The meeting adjourned at 6:20 p.m.
Committee Chair Approval
Minutes by LH
43