HomeMy WebLinkAbout02-17-2004 ITEM VIII-B-6CITY OF m,N,*
URN
WASHINGTON
AGENDA BILL APPROVAL FORM
Agenda Submect Resolution No. 3692
Auburn Wetlands Project Feasibility Study Professional Services
Date:
2/11/2004
Agreement
Department:
Attachments: Resolution No. 3692
BudgetImpact:
Planning
wl greement for Professional
Services
Administrative Recommendation:
City Council adopt Resolution No. 3692.
Background Summary:
The study area has both developed (commercial, industrial, and residential) and undeveloped parcels. It
is comprised of regulated wetlands, including the Emerald Downs wetland mitigation site, and has
historically experienced problems related to flooding and water quality. Some parcels in the area are
located within the FEMA floodplain and/or floodway. It also consists of a network of interconnected storm
drains and open channels.
The feasibility study will evaluate the potential to enhance the area into a multi-purpose wetland/aquatic
resource. The project goals include:
-Water qualilty improvement
- Fish and wildlife habitat enhancement
-Visual enhancement
-Storm water detention and flood control
-Passive public recreation and education
-Economic development
Resolution No. 3692 (attached) would authorize the Mayor and City Clerk to execute a professional
services agreement with David Evans and Associates in the amount $ 99,000.00 to conduct the Auburn
Wetlands Project feasibility study.
A scope of work is attached to the proposed contract as Exhibit A. The contract seeks to conclude the
study by December 31, 2004. $99,000.00 has been budgeted for the study in 2004. Funding will be
shared by the Planning Department ($54,000) and the Public Works Department ($45,000).
In accordance with City policy, contracts over $25,000 require Council action. The Planning and
Community Development Committee recommended approval at their February 9, 2004 meeting.
PCDC\RES 3692 ag bill L0218-2 03.4.1.17, A3.16.7
Reviewed by Council & Committees:
Reviewed by Departments & Divisions:
❑ Arts Commission COUNCIL COMMITTEES:
❑ Building ❑ M&O
❑ Airport ❑ Finance
❑ Cemetery ❑ Mayor
❑ Hearing Examiner ❑ Municipal Serv.
❑ Finance ❑ Parks
❑ Human Services ® Planning & CD
❑ Fire ® Planning
❑ Park Board ❑Public Works
® Legal ❑ Police
❑ Planning Comm. ❑ Other
❑ Public Works ❑ Human Resources
Action:
Committee Approval: ❑Yes []No
Council Approval: ❑Yes ❑No Call for Public Hearing
Referred to Until
Tabled Until
Councilmember: Singer Staff: Krauss
Meetin Date: Februar 17, 2004 Item Number: VIII.B.6
AUBURN *MORE THAN YOU IMAGINED
RESOLUTION NO. 3 6 9 2
A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
AUBURN, WASHINGTON, AUTHORIZING THE MAYOR AND
THE CITY CLERK TO EXECUTE AN AGREEMENT FOR
PROFESSIONAL SERVICES WITH DAVID EVANS AND
ASSOCIATES FOR A FEASIBILITY STUDY OF POTENTIAL
WETLANDS ENHANCEMENT
WHEREAS, the City of Auburn desires to enhance existing wetlands in the in
the portion of the City north of West Main Street and south of 15th Street NW between
SR 167 and the Interurban Trail; and
WHEREAS, the City Council of the City of Auburn, Washington desires to have
a feasibility study prepared to provide an analysis of existing conditions and potential
constraints within the site; and
WHEREAS, the City Council of the City of Auburn seeks to develop viable
concepts for water quality improvement, fish and wildlife habitat enhancement, storm
water detention and flood control, visual enhancement, and passive public recreation
and education within the site;
NOW THEREFORE, THE CITY COUNCIL OF THE CITY OF AUBURN,
WASHINGTON, IN A REGULAR MEETING DULY ASSEMBLED, HEREWITH
RESOLVES AS FOLLOWS:
Section 1. The Mayor and the City Clerk of the City of Auburn are hereby
authorized to execute an Agreement for Professional Services with David Evans and
Associates, to conduct a feasibility study of the potential to enhance wetlands in the
wet -central portion of the City of Auburn, within the area north of West Main Street and
south of 15th Street NW between SR 167 and the Interurban Trail, in substantial
Resolution No. 3692
February 11, 2004
Page 1
conformity to the Agreement a copy of which is attached hereto, designated as
Attachment "1" and incorporated by reference in this Resolution.
Section 2. The Mayor is hereby authorized to implement such administrative
procedures as may be necessary to carry out the directives of this legislation.
Section 3. This Resolution shall be in full force and effect upon passage of
signatures hereon.
DATED and SIGNED this day of February, 2004.
CITY OF AUBURN
ATTEST:
Danielle E. Daskam,
City Clerk
FORM:
Peter B. Lewis
MAYOR
City Attorney
Resolution No. 3692
February 11, 2004
Page 2
EXHIBIT 1
AGREEMENT FOR PROFESSIONAL SERVICES
THIS AGREEMENT made and entered into by and between the CITY OF
AUBURN, a Municipal Corporation in King County, Washington, hereinafter referred to
as "CITY" and with, DAVID EVANS AND ASSOCIATES, INCORPORATED, whose
address is, hereinafter referred to as "CONSULTANT".
In consideration of the covenants and conditions of this Agreement, the parties
hereby agree as follows:
1. SCOPE OF WORK.
The Consultant will perform the services described in Exhibit A, attached and by
this reference made part of this Agreement. These Exhibit A services are referred to
herein as the "Scope of Work".
2. TERM.
The CONSULTANT shall not begin any work under this Agreement until
authorized in writing by the CITY. All work under this Agreement shall be completed by
December 31, 2004.
The established completion time shall not be extended because of any delays
attributable to the CONSULTANT, but may be extended by the CITY in the event of a
delay attributable to the CITY, or because of unavoidable delays caused by an act of
GOD or governmental actions or other conditions beyond the control of the
CONSULTANT. A prior supplemental Agreement issued by the CITY is required to
extend the established completion time.
3. COMPENSATION,
The CONSULTANT shall be paid by the CITY within 30 days of the invoice date
for services rendered under this agreement as provided hereinafter. Such payment
---------------------------------------------
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 1
shall be full compensation for work performed or services rendered and for all labor,
materials, supplies, equipment and incidentals necessary to complete the work. All
billings for compensation for work performed under this agreement will list specific
project titles, actual time (days and/or hours) and dates during which the work was
performed and the compensation shall be figured using the rates in Exhibit B, "Schedule
of Charges". The CITY shall promptly notify the CONSULTANT of any disputed
amounts invoiced to the CITY. Copies of the original supporting documents shall be
supplied to the CITY upon request. All above charges must be necessary for the
services provided under the Agreement.
Payment shall be on a time and materials basis, approximating the amounts
associated with each task in Exhibit A. The amounts under each task may vary;
however, the total amount of the contract shall not exceed ninety-nine thousand dollars
($99,000.00).
In the event services are required beyond those specified in the Scope of Work,
and not included in the compensation listed in this Agreement, a contract modification
shall be negotiated and approved by the CITY prior to any effort being expended on
such services.
4. RESPONSIBILITY OF CONSULTANT.
The CONSULTANT shall be responsible for the professional quality, technical
accuracy, timely completion and the coordination of all studies, analysis, designs,
drawings, specifications, reports and other services performed by the CONSULTANT
under this Agreement. The CONSULTANT shall, without additional compensation,
correct or revise any errors or omissions in its plans, designs, drawings, specifications,
reports and other services required. The CONSULTANT shall perform its services to
conform to generally accepted professional standards.
---------------------------------------------
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 2
Any approval by the CITY under this Agreement shall not in any way relieve the
CONSULTANT of responsibility for the technical accuracy and adequacy of its services.
Except as otherwise provided herein, neither the CITY'S review, approval or acceptance
of, nor payment for, any of the services shall be construed to operate as a waiver of any
rights under this Agreement or of any cause of action arising out of the performance of
this Agreement to the full extent of the law.
5. INDEMNIFICATION/HOLD HARMLESS,
The CONSULTANT shall indemnify and hold the CITY and its officers and
employees harmless from and shall process and defend at its own expense all claims,
demands, or suits at law or equity arising in whole or in part from the CONSULTANT'S
negligence or breach of any of its obligations under this Agreement; provided that
nothing herein shall require the CONSULTANT to indemnify the CITY against and hold
harmless the CITY from claims, demands or suits based solely upon the conduct of the
CITY, their agents, officers and employees and provided further that if the claims or
suits are caused by or result from the concurrent negligence of (a) the CONSULTANT'S
agents or employees and (b) the CITY, their agents, officers and employees, this
indemnity provision with respect to (1) claims or suits based upon such negligence, (2)
the costs to the CITY of defending such claims and suits, etc. shall be valid and
enforceable only to the extent of the CONSULTANT'S negligence or the negligence of
the CONSULTANT'S agents or employees. The provisions of this section shall survive
the expiration or termination of this Agreement.
6. INDEPENDENT CONTRACTOR/ASSIGNMENT.
The parties agree and understand that the CONSULTANT is an independent
contractor and not the agent or employee of the CITY and that no liability shall attach to
the CITY by reason of entering into this Agreement except as otherwise provided
---------------------------------------------
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 3
herein. The parties agree that this Agreement may not be assigned in whole or in part
without the written consent of the CITY.
7. INSURANCE.
CONSULTANT shall procure and maintain for the duration of this Agreement,
commercial general liability insurance against claims for injuries to persons or damage
to property which may arise from or in conjunction with services provided to the CITY by
the CONSULTANT, its agents, employees or subcontractors, under this Agreement.
The CONSULTANT agrees to provide commercial general liability insurance and shall
maintain liability limits of no less then ONE MILLION DOLLARS ($1,000,000) per
occurrence and ONE MILLION DOLLARS ($1,000,000) general aggregate. The
CONSULTANT shall also provide and maintain professional liability coverage in the
minimum liability limits of ONE MILLION DOLLARS ($1,000,000) per claim and TWO
MILLION DOLLARS ($2,000,000) aggregate.
The general liability coverage shall also provide that the CITY, its officers,
employees and agents are to be covered as additional insured as respects: Liability
arising out of the services or responsibilities performed by or under obligation of the
CONSULTANT under the terms of this Agreement, by the CONSULTANT, its
employees, agents and subcontractors.
Both the general liability and professional liability coverage shall provide that the
CONSULTANT'S insurance coverage shall be primary insurance as respects the CITY,
its officials, employees and agents. Any insurance or self insurance maintained by the
CITY, its officials, employees or agents shall be excess to the CONSULTANT'S
insurance and shall not contribute with it. Each insurance policy required by this section
of the Agreement shall be endorsed to state that coverage shall not be suspended,
voided, or canceled except when thirty (30) days prior written notice has been given to
---------------------------------------------
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 4
the CITY by certified mail return receipt requested. All insurance shall be obtained from
an insurance company authorized to do business in the State of Washington. The
CONSULTANT agrees to provide copies of the certificates of insurance to the CITY
specifying the coverage required by this section within 14 days of the execution of this
Agreement. The CITY reserves the right to require that complete, certified copies of all
required insurance policies be submitted to the CITY at any time. The CITY will pay no
progress payments under Section 3 until the CONSULTANT has fully complied with this
section.
8. NONDISCRIMINATION.
The CONSULTANT may not discriminate regarding any services or activities to
which this Agreement may apply directly or through contractual, hiring, or other
arrangements on the grounds of race, color, creed, religion, national origin, sex, age, or
where there is the presence of any sensory, mental or physical handicap.
9. OWNERSHIP OF RECORDS AND DOCUMENTS.
The CONSULTANT agrees that any and all drawings, computer discs,
documents, records, books, specifications, reports, estimates, summaries and such
other information and materials as the CONSULTANT may have accumulated, prepared
or obtained as part of providing services under the terms of this Agreement by the
CONSULTANT, shall belong to and shall remain the property of the CITY OF AUBURN.
The CITY agrees that any use or re -use of the work product for purposes not consistent
with the purposes contemplated or intended by the CITY herein shall be at the CITY's
sole risk; Provided that any use for a purpose that is in conflict with or incompatible with
the intended purpose (meaning requiring change or alteration of the work product for it
reasonably to be so used) shall be deemed not consistent with the purposes hereof. In
-----------------------------------
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 5
addition, the CONSULTANT agrees to maintain all books and records relating to its
operation and concerning this Agreement for a period of six (6) years following the date
that this Agreement is expired or otherwise terminated. The CONSULTANT further
agrees that the CITY may inspect any and all documents held by the CONSULTANT
and relating to this Agreement upon good cause at any reasonable time within the six
(6) year period. The CONSULTANT also agrees to provide to the CITY, at the CITY'S
request, the originals of all drawings, documents, and items specified in this Section and
information compiled in providing services to the CITY under the terms of this
Agreement.
10. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND
OTHER RESPONSIBILITY MATTERS -PRIMARY COVERED TRANSACTIONS.
The prospective primary participant certifies to the best of its knowledge and
belief, that it and its principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from covered transactions by any federal
department or agency;
(b) Have not within a three-year period preceding this proposal been convicted of
or had a civil judgment rendered against them for commission or fraud or a
criminal offense in connection with obtaining, attempting to obtain, or
performing a public (federal, state, or local) transaction or contract under a
public transaction; violation of federal or state antitrust statues or commission
of embezzlement, theft, forgery, bribery, falsification or destruction of records,
making false statements, or receiving stolen property;
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 6
(c) Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (federal, state, or local) with commission of any of the
offenses enumerated in paragraph "(b)" of this certification; and
(d) Have not within a three-year period preceding this application/proposal had
one or more public transactions (federal, state, or local) terminated for cause
or default.
Where the prospective primary participant is unable to certify to any of the
statements in this certification, such prospective participant shall attach an explanation
to this proposal.
11. TERMINATION OF AGREEMENT.
This Agreement may be terminated by either party upon twenty (20) days written
notice to the other party, and based upon any cause. In the event of termination due to
the fault of other(s) than the CONSULTANT, the CONSULTANT shall be paid by the
CITY for services performed to the date of termination.
Upon receipt of a termination notice under the above paragraph, the
CONSULTANT shall (1) promptly discontinue all services affected as directed by the
written notice, and (2) deliver to the CITY all data, drawings, specifications, reports,
estimates, summaries, and such other information and materials as the CONSULTANT
may have accumulated, prepared or obtained in performing this Agreement, whether
completed or in process.
12. GENERAL PROVISIONS.
12.1. This Agreement shall be governed by the laws, regulations and ordinances
of the City of Auburn, the State of Washington, King County, and where applicable,
Federal laws.
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 7
12.2. All claims, disputes and other matters in question arising out of, or relating
to, this Agreement or the breach hereof, except with respect to claims which have been
waived, will be decided by a court of competent jurisdiction in King County, Washington.
Pending final decision of a dispute hereunder, the CONSULTANT and the CITY shall
proceed diligently with the performance of the services and obligations herein.
12.3. In the event that any dispute or conflict arises between the parties while
this Agreement is in effect, the CONSULTANT agrees that, notwithstanding such
dispute or conflict, the CONSULTANT shall continue to make a good faith effort to
cooperate and continue work toward successful completion of assigned duties and
responsibilities.
12.4. The CITY and the CONSULTANT respectively bind themselves, their
partners, successors, assigns, and legal representatives to the other party to this
Agreement with respect to all covenants to this Agreement.
12.5. This Agreement represents the entire and integrated Agreement between
the CITY and the CONSULTANT and supersedes all prior negotiations, representations
or agreements either oral or written. This Agreement may be amended only by written
instrument signed by both the CITY and the CONSULTANT.
12.6. Should it become necessary to enforce any term or obligation of this
Agreement, then all costs of enforcement including reasonable attorneys fees and
expenses and court costs shall be paid to the substantially prevailing party.
12.7. The CONSULTANT agrees to comply with all local, state and federal laws
applicable to its performance as of the date of this Agreement.
12.8. If any provision of this Agreement is invalid or unenforceable, the
remaining provisions shall remain in force and effect.
---------------------------------------------
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 8
12.9. This Agreement shall be administered by Peter D. Gonzales, P.E., on
behalf of the CONSULTANT, and by the Mayor of the CITY, or designee, on behalf of
the CITY. Any written notices required by the terms of this Agreement shall be served
on or mailed to the following addresses:
City of Auburn
Attn: Eric Hagen
25 W Main Street
Auburn, WA 98001
Phone: 253.288.7432
Fax: 253.804.3114
E-mail: ehagen@ci.auburn.wa.us
David Evans and Associates, Inc.
Attn: Peter Gonzales, P.E.
3700 Pacific Hwy East, Suite 311
Tacoma, WA 98424
Phone: 253.922.9780
Fax: 253.922.9781
E-mail: pdg@deainc.com
12.10. All notices or communications permitted or required to be given under this
Agreement shall be in writing and shall be delivered in person or deposited in the United
States mail, postage prepaid. Any such delivery shall be deemed to have been duly
given if mailed by certified mail, return receipt requested, and addressed to the address
for the party set forth in 12.9, or if to such other person designated by a party to receive
such notice. It is provided, however, that mailing such notices or communications by
certified mail, return receipt requested is an option, not a requirement, unless
specifically demanded or otherwise agreed.
Any party may change his, her, or its address by giving notice in writing, stating
his, her, or its new address, to any other party, all pursuant to the procedure set forth in
this section of the Agreement.
12.11. This Agreement may be executed in multiple counterparts, each of which
shall be one and the same Agreement and shall become effective when one or more
counterparts have been signed by each of the parties and delivered to the other party.
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 9
CITY OF AUBURN
Peter B Lewis, Mayor
Date
ATTEST:
Danielle E. Daskam, City Clerk
APPROVED AS TO FORM:
Daniel B. Heid, City Attorney
AW
Title:
Federal Tax ID #
--------------------------------------
Agreement for Professional Services
Exhibit 1 to Resolution 3692
February 11, 2004
Page 10
EXHIBIT A
SCOPE OF WORK
Auburn Wetlands Project
Phase 1 - Feasibility Study
The proposed Auburn Wetlands Project is an innovative attempt to combine the benefits of
wetland enhancement, creation of aquatic and animal habitat, recreational opportunities,
educational opportunities, storm water detention and water quality improvement, in a single,
large scale site. A plan of this scope requires extensive design, study, planning and engineering.
Permitting, public support and fund raising will also be issues. The Phase 1 Feasibility Study
will result in the creation of a conceptual development plan and an understanding of issues and
opportunities that decision -makers need to determine if additional efforts are warranted and what
they should entail. David Evans and Associates, Inc. (DEA) will work cooperatively with
another consultant (under separate contract with the City), who will be responsible for soliciting
input and support from environmental advocacy groups, potential project funders and the public.
DEA will also provide an assessment of likely issues that will be encountered when seeking
approval by permitting agencies and will also ascertain the potential for use of this site to provide
wetland mitigation for off-site development. DEA will identify any "fatal flaws" which could
undermine bringing the project to a successful conclusion.
The purpose of the Phase 1 — Feasibility Study is to establish a design concept that provides a
means to accomplish the City goals that have been identified as follows:
Water Quality Improvement
Visual Enhancement
Fish and Wildlife Enhancement
Passive Public Recreation and Education
Storm Water Detention and Flood Control, and
Economic Development
At the conclusion of the Feasibility Study, the City Council will determine whether it is
warranted to proceed to Phase 2 Design, Permitting and Funding and Phase 3 Construction.
PHASE 1 TASK SUMMARY:
Task A.
Project Management
Task B.
Review/Comparison/Evaluation of Existing Information
Task C.
Qualitative Constraints Assessment
Task D.
Site Opportunities Assessment
Task E.
Conceptual Site Development Plan Alternatives
Task F.
Qualitative Physical Impacts Assessment
Task G.
Permitting Assessment
Task H.
Concept Presentation and Selection
Task I.
Future Steps Development
Exhibit A — Scope of Work
Page 1 of 10
Task J. Final Report Preparation and Presentation
PHASE 1 TASK DESCRIPTIONS:
Task A. Project Management
DEA will provide the administrative management of the project for the duration of the Phase 1
services. Management of specific tasks is included within each of the tasks outlined rather than
in this Task. However, project management will require time outside of the tasks to accomplish
administrative tasks. These include:
Contract Management
Invoicing
Status Reports to be provided at invoicing intervals
Filing / Records Management
Coordination with City Consultant
The fee for this task assumes a schedule of up to five months for Phase 1 completion.
Deliverable Product - The deliverable product for this task will be the monthly invoices with a
corresponding Status Report.
Schedule — Invoices and Status Reports will be provided near the middle of each of seven
successive months following Notice to Proceed.
Estimated Fees: $7,000.00
Task B. Review/Comparison/Evaluation of Existing Information
The DEA team will review materials considered germane to this phase of work. The purpose of
this review is to familiarize our team with the project issues, information related to the project,
and the efforts that have been expended to date related to the site. Information to be reviewed
will include:
City of Auburn, King County, and State Codes
Previously Completed Studies:
- Thormod Wetland Mitigation Area - Design report, Plans, Investigation
(Soils, Groundwater, Vegetation)
- USFWS Waterfowl Studies
- WDFW Pacific Flyways Studies
- King County Limiting Factors Analysis for Mill Creek
- Tribal Fish Studies
- Watershed Studies
Pertinent City or County Documents such as:
- City 2002 Comp. Storm Drainage Plan
- 2000 Mill Creek Special Area Management Plan (SAMP)
- 2000 Mill Creek Basis Aquatic Resources Restoration Plan (King County)
- FEMA Flood Insurance Rate Maps, 1995
- FEMA Flood Insurance Study, 1994
- Emerald Downs Wetland Mitigation Monitoring Reports (1998-2000)
Exhibit A — Scope of Work
Page 2 of 10
Sub -basin P Alternative Analysis Draft Technical Memorandum (2002)
Mill Creek Water Quality Management Plan (1993)
Draft Mill Creek Flood Control Plan, King County
Mill Creek Technical Modeling Studies (various)
City Critical Areas Ordinance (Draft)
Aerial mapping
Various Local Private Development proposals
Auburn Design and Construction Standards
Misc. Survey information
City of Auburn Comprehensive Plan
GIS Mapping Information
It is anticipated that the City will provide copies of some information at the request of the project
team. It will not be necessary for the City to provide all of the listed documents.
A Preliminary Meeting will be held with the City's consultant (ECOSS) to discuss the
preliminary knowledge to generate input from potential outside funding sources.
Deliverable Product - At the conclusion of the review, DEA will provide a brief overview of the
information that was reviewed in a Task Summary. Substantive issues to be acknowledged will
be provided within the summary. The Task Summary will be the deliverable product for this
effort. Four (4) copies of the Task Summary will be provided to the City.
Schedule - The deliverable product will be available to the City within three weeks after Notice
to Proceed.
Estimated Fees: $6,000.00
Task C. Qualitative Constraints Assessment
Prior to any design effort, it is necessary to review the site limitations and constraints. An
understanding of the project limits, the existing environment, the physical characteristics, and the
codified restrictions is imperative. The issues that will be considered are limited to:
Geotechnical Information
Hydrological Data
Space and Real Estate Availability
Existing Wetlands Boundaries and Buffers
Waterfowl Existence
Wildlife Diversity and Habitat
Water Quality Assessment
Noise
Parks Needs
Existing Utilities
Buffers and Setbacks
WSDOT Highway Noise Assessment/Abatement Alternatives
Local Storm Control System (requirements of the City's Storm Drainage CIP)
Flood System (requires FEMA coordination)
Exhibit A — Scope of Work
Page 3 of 10
Qualitative boundaries of known constraints will be placed on a map called a Site Constraints
Map. This map will show the approximate limits of site limitations or issues.
Deliverable Product - At the conclusion of the assessment, DEA will provide a brief overview of
the existing or possible restrictions and constraints that were found in a Task Summary.
Substantive issues to be acknowledged will be provided within the summary. The Site
Constraints Map and Task Summary will be the deliverable product for this effort. Four (4)
copies of the Task Summary and Site Constraints Map will be provided to the City.
Schedule - The deliverable product will be available to the City within two weeks after Notice to
Proceed with Task C.
Estimated Fees: $11,000.00
Task D. Site Opportunities Assessment
DEA will review and qualitatively assess the opportunities available for use in the concept
development. This task will determine what the site offers in terms of developing a plan that
meets the goals of the City. These elements will be limited to:
Native Plants Cataloging
Landscaping
Recreation
Education
Mitigation Banking
ESA Fish Restoration
Wildlife Connectivity
Habitat (Type, Diversity, Composition)
Visual (View Corridors, Screening, Focal Points)
On-site Disposal/Fill Area
Storm System
Water Quality
One of the key opportunities to be reviewed in detail are the drainage solutions for Sub -Basins E
and P defined in the City's Comprehensive Drainage Plan. DEA will review the on-site and off-
site circumstances to identify specific solutions for implementation. All opportunities will be
reviewed with City Staff.
The qualitative boundaries or specific circumstances of known opportunities will be placed on a
map called a Site Opportunities Map. This map will show the approximate limits of site
circumstances that may provide opportunities for enhancing the area.
Deliverable Product - At the conclusion of the assessment, DEA will provide a brief overview of
the existing or possible opportunities that were found in a Task Summary. Substantive issues to
be acknowledged will be provided within the summary. The Site Opportunities Map and Task
Summary will be the deliverable product for this effort. Four (4) copies of the Task Summary
and Site Opportunities Map will be provided to the City.
Exhibit A — Scope of Work
Page 4 of 10
Schedule - The deliverable product will be available to the City within two weeks after Notice to
Proceed with Task D.
Estimated Fees: $12,000.00
Task E. Conceptual Site Development Plan Alternatives
Working with City Staff, DEA will develop a series of preliminary conceptual designs that show
how development ideas meeting the City's goals can be incorporated into the site. Site
constraints, opportunities, and agency permitting will be considered in the development of the
concepts. Up to four (4) preliminary concepts will be prepared and will include the following
considerations:
Component Development for Specific Elements
- Passive Recreational Elements
- Active Recreational Elements
- Educational Elements
- Storm Water Quality System
- Storm Water Detention System
- Fish Pond
- Created Wetlands/Habitat Features
-Resource Center Building
- Trails (Walking, Bicycle, Components)
- Canoe Routes
- Highway Noise Abatement
- Highway Expansion
- Birding Stations
- Infrastructure Needs (Access, Parking, Utilities, Etc.)
Sizing Considerations for Storm Water Components
Alternatives Development for Layout
Visual Enhancement
A primary goal of the project is to incorporate solutions to identified city storm drainage control
needs. Solutions to accommodate the City's Comprehensive Drainage Plan will be determined
in more detail and reviewed with City Staff. The selected conceptual solutions will be included
within the developed concepts.
The concepts will be rendered in a colored drawing that will highlight included elements.
DEA will prepare a Preliminary Construction Cost Estimates for each alternative.
Deliverable Product - At the conclusion of the task, DEA will provide a brief overview of the
design process, the features and advantages/disadvantages of the four concepts that were created,
and the Preliminary Construction Cost Estimates in a Task Summary. Substantive issues to be
acknowledged will be provided within the summary. The Task Summary and the Concept Plans
will be the deliverable product for this effort. Copies of the plans will be included in the Final
Report. Four (4) copies of the Task summary will be provided to the City.
Schedule - The deliverable product will be available to the City within three weeks after Notice
to Proceed with Task E.
Exhibit A — Scope of Work
Page 5 of 10
Estimated Fees: $18,000.00
Task F. Qualitative Physical Impacts Assessment
DEA will qualitatively assess the physical impacts that will be associated with the
implementation of each of the concept plans in an effort to determine necessary mitigation.
Formal studies will not be performed. Future permitting tasks will require the quantitative
evaluation of the impacts.
The physical impacts that will be reviewed will be limited to:
Drainage (City, Upstream, Downstream, Mill Creek)
Wetlands
Traffic
Parks Facilities
Habitat (Insects, Raptors, Fish, Birds, Waterfowl, Reptiles, Mammals)
Deliverable Product - At the conclusion of the review, DEA will provide a brief overview of the
Qualitative Physical Impact Assessment in a Task Summary. Substantive issues to be
acknowledged will be provided within the summary. The Task Summary will be the deliverable
product for this effort. Four (4) copies of the Task summary will be provided to the City.
Schedule - The deliverable product will be available to the City within two weeks after Notice to
Proceed with Task F.
Estimated Fees: $5,000.00
Task G. Permitting Assessment
A key project element will be identifying and securing permits. DEA will review the permitting
requirements of various agencies to establish the required permitting for the project concepts. In
some cases, a meeting may be held with the agency to discuss the details of obtaining approvals.
The agencies and their respective permits that will be reviewed will be limited to:
City of Auburn
- Site Development
- Utility Extension Permits
- Building Permits
- Storm Control
- Fill and Grade
- Pending Critical Areas Ordinance
- SEPA
King County
Washington State
- WSDOT — Right of Way Access Permit
- Dept. of Ecology - NPDES
- Forest Practices Approval
- JARPA (HPA, Etc.)
- Fish and Wildlife
Exhibit A — Scope of Work
Page 6 of 10
Federal
Army Corps of Engineers 404 Permit
- NEPA
- NOAA Fisheries
- Clean Water Act - NPDES
- FEMA — Flood Plain Permit, Flood Plain Adjustment
- Endangered Species Act — Section 7 Consultation
The information learned during this task will be applied to each alternative as one means of
evaluating the alternatives. Further, the information will assist the creation of a project schedule
in a subsequent task.
Deliverable Product - At the conclusion of the permitting review, DEA will provide a brief
overview of the permits required and their important issues in a Task Summary. Substantive
issues to be acknowledged will be provided within the summary. The Task Summary will be the
deliverable product for this effort. Four (4) copies of the Task Summary will be provided to the
City.
Schedule - The deliverable product will be available to the City within two weeks after Notice to
Proceed with Task G.
Estimated Fees: $6,000.00
Task H. Concept Selection
The desired outcome of this task is the selection of one of the prepared concept plans. This will
require input from outside entities and stakeholders. DEA will present the preliminary concept
in a series of public presentations. Prior to public presentation, DEA will provide concept
drawings to City Staff for review and comment. The concept presentation drawings will be large,
scaled, colored drawing format. The purpose of the presentation is to finalize the details of the
concepts prior to going out to the public for comments.
DEA will attend and present the conceptual plan alternatives to the City Council one time. This
meeting will in effect, kick off the public component of the selection phase. Materials to be
presented will represent the concepts on large format drawings mounted on boards or via
projected images. Handouts will be provided during the meeting. Senior representatives for key
project elements will be available at the meeting to answer questions.
After the City Council presentation, DEA will attend one meeting with the Environmental
Coalition of South Seattle (ECOSS) and City Staff to discuss the concepts to generate input.
DEA will present the concept alternatives to the Public Works Committee and Parks Board.
DEA will attend one Open House forum arranged by City Staff and will provide a brief
presentation. DEA will solicit questions and request comments on the concepts presented.
Collected comments will be used for the final concept selection.
Exhibit A — Scope of Work
Page 7 of 10
To make a final selection, DEA will arrange one meeting wherein the project team and interested
City Staff can meet to develop a ranking system and measure each of the alternatives with
respect to the criteria developed. Information received during question and answer periods at all
public presentations will be included in the ranking criteria. The result of this meeting is that one
concept will be selected for final evaluations.
Deliverable Product - At the conclusion of the Concept Plan Selection, DEA will provide a brief
overview of the process used and the results in a Task Summary. Substantive issues to be
acknowledged will be provided within the summary. The Task Summary will be the deliverable
product for this effort. Four (4) copies of the Task Summary will be provided to the City.
Schedule - The deliverable product will be available to the City within three weeks after Notice
to Proceed with Task H.
Estimated Fees: $12,000.00
Task I. Future Steps Development
To move the project forward a plan for implementing the project must be established. The issues
ahead of the project will likely not be related to the technical design. Instead issues such as
permit approvals, funding, phasing and the like will determine whether or not the project can be
successful. Issues that will be reviewed and addressed are limited to:
Project Planning and Pre -Design
Funding Programming
Real Estate Acquisition
Partnering Opportunities
Stakeholder Investment/Acknowledgement
Permit/Entitlement Programming (Environmental Assessment, SEPA, Etc.)
Public Involvement of Affected Adjacent Property Owners
Final Design and Design Review (Including Floodplain Modeling)
Project Scheduling/Phasing
Monitoring and Maintenance Program Development
Award/Recognition Potential
Summary and Status Report
A CPM schedule illustrating the logical components of project execution to include design,
design review and acceptance, public review for adjacent property impacts or affects, design
modifications, permitting, and construction once funding is available will be prepared. An
indication of the general level of financing needed to go to the next step should be reflected in
the CPM. The CPM will list all critical tasks essential to project execution such as wetland
delineation, floodplain flow modeling and analysis, etc. The formulation of the project execution
tasks will be coordinated with the City Engineer and staff to assure that the project is consistent
with floodplain regulations and meets the goals of the City's Storm Drainage Comprehensive
Plan for Sub -basins E and P. Any requirements to modify the City Storm Drainage
Comprehensive Plan will be identified during design testing.
Deliverable Product — At the conclusion of the review, DEA will provide a brief overview of the
Future Steps in a Task Summary. DEA will offer a CPM type schedule in Microsoft Project that
Exhibit A — Scope of Work
Page 8 of 10
can be used to direct the project in the future. Substantive issues to be acknowledged will be
provided within the summary. The Task Summary and the schedule will be the deliverable
product for this effort. Four (4) copies of the Task Summary will be provided to the City. One
hard copy and one electronic copy of the schedule will be provided.
Schedule - The deliverable product will be available to the City within three weeks after Notice
to Proceed with Task I.
Estimated Fees: $10,000.00
Task J. Final Report Preparation and Presentation
DEA will prepare a Final Report that will describe the project, document the process of
developing the concept plan, and summarize the findings, conclusions and recommendations
based on the Phase 1 efforts. The outline for the Final Report will be as follows:
Executive Summary
Table of Contents
Feasibility Study Process
- Review of Original City Goals, Vision, Etc.
- General Concept Description
Concepts and Alternatives Development Analysis
Findings
- Project Planning
- Real Estate Acquisition
- Partnering Opportunities
- Stakeholder Identification
- Permitting
- Project Development Strategies
- Project Schedule/Phasing
Conclusions
- Feasibility of Property Use for City Goals
- Accomplishment of City Goals, Vision
- Water Quality Improvement
Visual Enhancement
Fish and Wildlife Habitat
- Passive Public Recreation and Education
- Storm Water Detention and Flood Control
- Economic Development
Awards/Recognition Potential
Conceptual Project Costs
Conceptual Project Timeline
Recommendations
- Next Steps with Responsibilities Identified
- Real Estate Acquisition
Appendices
A. Preliminary concepts
Graphics (if any)
Exhibit A — Scope of Work
Page 9 of 10
Deliverable Product - DEA will provide a Final Report as described. Six (6) copies of the Final
Report will be provided to the City. All deliverable materials generated in this phase of work
will be provided to the City in an electronic format using MS Word, MS Excel, MS PowerPoint
or AutoCAD 2002.
Schedule - Two draft copies of the Final Report will be provided to the City within two weeks of
the Notice to Proceed with the Final Report. DEA will finalize the document and provide a final
draft for final review and comment within two weeks after receiving initial comments. Ten
copies of the Final Report will be prepared and delivered to the City two weeks after receiving
final review comments. Subsequent copies of the report will be prepared at a rate of $100 per
copy.
Estimated Fees: $9,000.00
PHASE 1 PROJECT FEES
Total Professional Fees: $96,000
Total Anticipated Expenses: $3,000
Total Costs: $99,000
Exhibit A — Scope of Work
Page 10 of 10
EXHIBIT B
SCHEDULE OF CHARGES
David Evans and Associates Inc.
Billing Rates Effective January 1, 2004 — December 31, 2004
Hourly rates
Principals.............................................................$ 175.00
Project Manager ...................................................$
155.00
Assistant Project Manager ......................................
$ 135.00
Sr. Landscape Designer .........................................$
110.00
Permit Coordinator ................................................$
110.00
Traffic Manager ....................................................
$ 110.00
Project Civil Engineer ............................................
$ 100.00
Habitat Scientist ...................................................
$ 100.00
Wetland Biologist ..................................................$
95.00
Graphics/CADD...................................................
$ 70.00
Project Assistant....................................................$
90.00
Clerical................................................................$
60.00
The hourly rates will include direct labor costs, overhead costs, and all indirect
costs of David Evans and Associates Inc. such as office equipment, computer
use, and telephone etc.
Direct Non -Salary Reimbursable Expenses
Reproduction Fees
• Communication Fees
• Mileage at $0.37.5/mile or the current approved IRS rate.
It is understood that all reimbursements are at cost and will be marked -up 10%.
Subcontracts: The CONSULTANT, at the CITY'S request shall enter into
subcontracts with other consultants, such as appraisers and/or environmental
consultants, etc. If approved, the CITY shall reimburse the CONSULTANT for
the actual cost of the subcontracts plus a 10% markup to cover the
CONSULTANT'S additional overhead expense associated with the Subcontract.
Schedule of Charges
CONSULTANT INVOICES
Consultant invoices should contain the following information:
• On consultant letterhead.
• A cover letter stating the status of each task. This should include items
completed, percent completed during the billing period and completion along
with funding status.
• Internal invoice number and/or sequential numeric number (i.e.: progress
payment # 10).
• Invoice date.
• Period of time invoice covers.
• Consultant Agreement # (i.e.: XX -X -XXX).
• Project number(s) listed (i.e.: XXXXX).
• City's project manager listed.
• The hour(s) per person broken down by task(s) (attach timesheets,
spreadsheet detailing timesheets, or some other form of proof) along with
type of work done (i.e.: site assessment, concept development, etc.) or task
order number.
• Direct salary (base salaries)
• Indirect salary (benefits)
• Direct non -salary (i.e.: mileage, reproduction fees (i.e.: printing, copying),
communication fees (i.e.: telephone), supplies, computer charges,
subconsultants), indirect non -salary (overhead). The City does not pay for
consultant meals unless part of a task requires travel outside of the greater
Seattle, Tacoma, and Everett area. These costs are to be broken down and
backup information is to be attached to invoice. Project managers are to
inform consultants as to what is required for break down information and if
backup information is to be attached. Break out the same for subconsultant
charges.
• Previous and remaining base contract amounts left in each task and total
contract — total authorized amount (bottom line figure). Add amendments to
this base contract amount for total authorized amount.
• Percentage of work completed to date compared to total amount of work (if
required by the project manager).
• Status of Management Reserve Fund (MRF) (i.e.: a certain task) until we can
get an amendment in place.
• Invoices for previous year are due by January 15tH
• For grant/special funded projects there might be other special information
needed, reference the LAG manual.
Schedule of Charges