Loading...
HomeMy WebLinkAboutPW-1993-0158 - Original - GAIA Northwest, Inc. - Mill Creek Stream Stablilzation Consultant Services - 07/12/1993 CONSULTANT SERVICES CONTRACT BETWEEN THE CITY OF RENT AND GAIA NORTHWEST, INC. THIS AGREEMENT is made this 12th day of July, 1993 , by and between the City of Kent, a Washington municipal corporation (hereinafter the "City") , and GAIA Northwest, Inc. organized under the laws of the State of Washington, located and doing business at 10522 Lake City Way N.E. , Seattle, WA 95125 (hereinafter the "Consultant") . Recitals 1. The City is presently engaged in the restoration of Mill Creek Canyon and desires that the Consultant perform services necessary to provide consultation and advice to the City on the preparation of plans, specifications, and cost estimates for the erosion control improvements in Mill Creek Canyon. 2 . The Consultant agrees to perform the services more specifically described in the Scope of Work, including any addenda thereto as of the effective date of this agreement, attached hereto as Exhibit A which is incorporated herein by this reference as if fully set forth. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: I. Description of Work Consultant shall perform all work as described in Exhibit A. Page 1 of 15 Revised 4/29/93 LE II. Payment A. The City shall pay the Consultant an amount based on time and materials, an amount not to exceed thirty thousand dollars ($30, 000) for the services described in Section I herein. This is the maximum amount to be paid under this Agreement for Tasks I-III in Exhibit A, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed supplemental agreement. PROVIDED, HOWEVER, the City reserves the right to direct the Consultant's compensated services under the time frame set forth in Section IV herein before reaching the maximum amount. The Consultant's billing rates shall be as delineated in Exhibit A. B. The Consultant shall submit monthly payment invoices to the City after such services have been performed, and a final bill upon completion of all the services described in this Agreement. The City shall pay the full amount of an invoice within forty-five (45) days of receipt. If the City objects to all or any portion of any invoice, it shall so notify the Consultant of the same within fifteen (15) days from the date of receipt and shall pay that portion of the invoice not in dispute, and the parties shall immediately make every effort to settle the disputed portion. C. In the event the Scope of Work is modified or changed so that more or less work or time is required by the Consultant, and such modification is reached by mutual agreement of the parties to this contract, the payment Page 2 of 15 Revised 4/29/93 LE for services and maximum contract amount shall be adjusted accordingly upon agreement of the parties. III. Relationship of Parties The parties intend that an independent contractor-employer relationship will be created by this Agreement. As Consultant is customarily engaged in an independently established trade which encompasses the specific service provided to the City hereunder, no agent, employee, representative or sub-contractor of Consultant shall be or shall be deemed to be the employee, agent, representative or sub-contractor of the City. In the performance of the work, Consultant is an independent contractor with the ability to control and direct the performance and details of the work, the City being interested only in the results obtained under this Agreement. None of the benefits provided by the City to its employees, including, but not limited to, compensation, insurance, and unemployment insurance are available from the City to the employees, agents, representatives, or sub-contractor of the Consultant. Consultant will be solely and entirely responsible for its acts and for the acts of Consultant' s agents, employees, representatives and sub-contractors during the performance of this Agreement. The City may, during the term of this Agreement, engage other independent contractors to perform the same or similar work that Consultant performs hereunder. IV. Duration of Work The City and Consultant agree that work will begin on the tasks described in Exhibit A immediately upon execution of this Agreement. The parties agree that the work described in Exhibit A is to be completed within one hundred-twenty (120) calendar days of the execution of this Agreement; provided however, that additional Page 3 of 15 Revised 4/29/93 LE time shall be granted by the City for excusable delays or extra work, as described in Section VI. (D) below. V. Phase of Work The Consultant shall perform the work authorized under this Agreement at its offices in Seattle, Washington. Meetings with the City staff as described in Exhibit A, Scope of Work, shall take place at the City's offices at 400 West Gowe, Kent, Washington, or at locations mutually agreed upon by the parties. VI. Termination A. Termination of Agreement If the City receives reimbursement by any federal, state, or other source for work described in Section I herein, and that funding is withdrawn, reduced or limited in any way, or the project is cancelled or substantially reduced after the execution date of this Agreement and prior to the completion of the work hereunder, the City may summarily terminate this Agreement. Termination shall be effective ten calendar days after Consultant' s receipt of the written notice by certified mail . B. Termination for Failure to Provide Services Bargained For. The Consultant agrees that GAIA Northwest, Inc. was hired by the City based on the Consultant's representation that employees identified in the proposal, attached hereto as Exhibit B, will be available to perform the services described in Section I for the duration of this Agreement. If any of the employees identified inthe Page 4 of 15 Revised 4/29/93 LE proposal are unvailable to perform the services bargained for, for any reason, the City of Kent reserves the right to terminate this contract or renegotiate the amount of consideration. The consultant must immediately notify the City, in writing, if any employee identified in the proposal is unavailable to perform the services described in Section I of this Agreement. Nothing in the foregoing language will alter the Consultant's independent- contractor status. C. Termination for Failure to Prosecute Work or to Complete Work Satisfactorily If the Consultant refuses or fails to prosecute the work with such diligence as will ensure its completion within the time frames specified herein, or as modified or extended as provided in this Agreement, or to complete such work in a manner satisfactory to the City, then the City may, by written notice to the Consultant, give notice of its intention to terminate the Consultant's right to proceed with the work. On such notice, the Consultant shall have ten (10) calendar days to cure, to the satisfaction of the City or its representative, or the City shall send the Consultant a written termination letter which shall be effective upon the Consultant's receipt of the written notice by certified mail. Upon termination, the City may take over the work and prosecute the same to completion, by contract or otherwise, and Consultant shall be liable to the City for any additional costs incurred by it in the completion of the Scope of Work referenced as Exhibit A and as modified or amended prior to termination. "Additional Costs" shall mean all reasonable costs incurred by the City Page 5 of 15 Revised 4/29/93 LE beyond the maximum contract price specified in II (A) above. D. Excusable Delays The right of Consultant to proceed shall not be terminated nor shall Consultant be charged with liquidated damages for any delays in the completion of the work due to: 1) any acts of the federal government in controlling, restricting, or requisitioning materials, equipment, tools, or labor by reason of war, national defense, or other national emergency; 2) any acts of the City, its consultants, or other public agencies causing such delay; and 3) causes not reasonably foreseeable by the parties at the time of the execution of the Agreement that are beyond the control and without the fault or negligence of the Consultant, including, but not restricted to, acts of God, fires, floods, strikes, or weather of unusual severity; and (4) negotiated and executed supplemental agreements between the City and Consultant for Consultant to perform extra work defined as tasks not included in the Scope of Work referenced as Exhibit A. PROVIDED, HOWEVER, that the Consultant must promptly notify the City within ten (10) calendar days in writing of the cause of the delay. If, on the basis of the facts and the terms of this Agreement, the delay is properly excusable, the City shall, in writing, extend the time for completing the work for a period of time commensurate with the period of excusable delay. Page 6 of 15 Revised 4/29/93 LE E. Rights Upon Termination In the event of termination, the City shall pay for all services performed by the Consultant to the effective date of termination, as described on a final invoice submitted to the City. After termination, the City may take possession of all records and data within the Consultant' s possession pertaining to this project which may be used by the City without restriction. Any such use not related to the project which Consultant was contracted to perform shall be without liability or legal exposure to the Consultant. VII. Discrimination In the hiring of employees for the performance of work under this Agreement or any sub-contract hereunder, the Consultant, its sub- contractors, or any person acting on behalf of such Consultant or sub-contractor shall not, by reason of race, religion, color, sex, national origin, or the presence of any sensory, mental, or physical handicap, discriminate against any person who is qualified and available to perform the work to which the employment relates. VIII. Indemnification Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Page 7 of 15 Revised 4/29/93 LE The City's inspection or acceptance of any of Consultant' s work when completed shall not be grounds to avoid any of these covenants of indemnification. 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, agents and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant' s negligence. The provisions of this section shall survive the expiration or termination of this Agreement. IX. 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, employees, sub-consultants or sub-contractors. Before beginning work on the project described in this Agreement, the Consultant shall provide a Certificate of Insurance evidencing: 1. Automobile Liability insurance with limits no less than $1, 000, 000 combined single limit per accident for bodily injury and property damage; and 2 . Commercial General Liability insurance written on an occurrence basis with limits no less than $1, 000, 000 combined single limit per Page 8 of 15 Revised 4/29/93 LE occurrence and $2 , 000, 000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations/broad form property damage; explosion, collapse and underground (XCU) if applicable; and employer's liability; and 3 . Professional Liability insurance with limits no less than $1, 000, 000 limit per occurrence. Any payment of deductible or self insured retention shall be the sole responsibility of the Consultant. The City shall be named as an additional insured on the Commercial General Liability insurance policy, as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all the required insurance policies. The Consultant's Commercial General Liability insurance shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer' s liability. The Consultant' s insurance shall be primary insurance as respects the City and the City shall be given thirty (30) days prior written notice by certified mail, return receipt requested, of any cancellation, suspension or material change in coverage. X. Exchange of Information The City warrants the accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Page 9 of 15 Revised 4/29/93 LE Agreement. The parties agree that the Consultant will notify the City of any inaccuracies in the information provided by the City as may be discovered in the process of performing the work, and that the City is entitled to rely upon any information supplied by the Consultant which results as a product of this Agreement. XI. Ownership of Records and Documents Original documents, drawings, designs and reports developed under this Agreement shall belong to and become the property of the City. All written information submitted by the City to the Consultant in connection with the services performed by the Consultant under this Agreement will be safeguarded by the Consultant to at least the same extent as the Consultant safeguards like information relating to its own business. If such information is publicly available is already in Consultant's possession or known to it, or is rightfully obtained by the Consultant from third parties, Consultant shall bear no responsibility for its disclosure, inadvertent or otherwise. All data, documents and files created by Consultant under this Agreement may be stored at Consultant's office in Seattle, Washington. Consultant shall make such date, documents, and files available to the City upon its request at all reasonable times for the purpose of editing, modifying and updating as necessary until such time as the City is capable of storing such information in the City's offices. Duplicate copies of this information shall be provided to the City upon its request, and at reasonable cost. XII. Recyclable Materials Pursuant to City of Kent Ordinance No. 3066, The City of Kent requires its contractors and consultants to use recycled and Page 10 of 15 Revised 4/29/93 LE recyclable products whenever practicable. A price preference may be available for any designated recycled product. XIII. Entire Agreement The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner whatsoever, this Agreement or the Agreement documents. The entire agreement between the parties with respect to the subject matter hereunder is contained in this Agreement and any Exhibits attached hereto, which may or may not have been executed prior to the execution of this Agreement. All of the above documents are hereby made a part of this Agreement and form the Agreement document as fully as if the same were set forth herein. XIV. City's Right of Inspection Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure the satisfactory completion thereof. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of such operations. Page 11 of 15 Revised 4/29/93 LE XV. Consultant to Maintain Records to Support Independent Contractor Status On the effective date of this Agreement (or shortly thereafter) , Consultant shall: A. File a schedule of expenses with the Internal Revenue Service for the type of business Consultant conducts; B. Establish an account with the Washington State Department of Revenue and other necessary state agencies for the payment of all state taxes normally paid by employers, register to receive a unified business identifier number from the State of Washington; and C. Maintain a separate set of books and records that reflect all items of income and expenses of Consultant's business, all as described in the Revised Code of Washington (RCW) Section 51. 08. 195, as required to show that the services performed by Consultant under this Agreement shall not give rise to an employer-employee relationship between the parties which is subject to RCW Title 51, Industrial Insurance. XVI. Work Performed at Consultant' s Risk Consultant shall take all precautions necessary and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the work hereunder and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. Page 12 of 15 Revised 4/29/93 LE XVII. Modification No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. XVIII. Assignment Any assignment of this Agreement by the Consultant without the written consent of the City shall be void. If the City shall give its consent to any assignment, this paragraph shall continue in full force and effect and no further assignment shall be made without the City' s consent. XIV. Written Notice All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the agreement, unless notified to the contrary. Any written notice hereunder shall become effective upon the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. XX. Governing Law This Agreement shall be governed by the laws of the State of Washington. Page 13 of 15 Revised 4/29/93 LE XXI. Non-Waiver of Breach The failure of the City to insist upon strict performance of any of the covenants and agreements contained herein, or to exercise any option herein conferred in one or more instances shall not be construed to be a waiver or relinquishment of said covenants, agreements, or options, and the same shall be and remain in full force and effect. XXII. Resolution of Disputes Should any dispute, misunderstanding, or conflict arise as to the terms and conditions contained in this Agreement, the matter shall first be referred to the City, and the City shall determine the term or provision's true intent or meaning. The City shall also decide all questions which may arise between the parties relative to the actual services provided or to the sufficiency of the performance hereunder. If any dispute arises between the City and Consultant under any of the provisions of this Agreement which cannot be resolved by the City's determination in a reasonable time, or if Consultant does not agree with the City's decision on the disputed matter, jurisdiction of any resulting litigation shall be filed in King County Superior Court, King County, Washington. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. Each party shall be solely responsible for its costs, expenses and reasonable attorney's fees incurred in any litigation arising out of the enforcement of this Agreement. Page 14 of 15 Revised 4/29/93 LE IN WITNESS WHEREOF, the parties have executed this Agreement on the day and year first above written. ' THE CITY OF KENT BY. � BY ,1,�"nv Its Princi al DirecLPublic Works BY: '� ayor Notices to be sent to: Mr. Don Wickstrom, P.E. CONSULTANT Director of Public Works The City of Kent 220 Fourth Avenue South Kent, Washington 98032 APPRO ent ity At me ATTEST: GL-C.o-�e'i'✓ Kent City Cler conserv.doc Page 15 of 15 Revised 4/29/93 LE EXHIBIT A CITY OF KENT MILL CREEK CANYON STREAM STABILIZATION/BIOENGINEERING PROJECT SCOPE OF WORK GENERAL PROJECT DESCRIPTION The -City of Kent (City) constructed the Upper Mill Creek Stormwater Detention Facility (Detention Facility) in 1989 to control stormwater runoff from the Mill Creek Drainage Basin. Severe erosion is occurring on Mill Creek between the Detention Facility and the upper end.of Earthworks Park. The erosion that is occurring has eliminated stream habitat that is essential to a "properly functioning stream." For this project, GAIA Northwest, Incorporated (GAIA) will be joined by Hough Beck & Baird and GeoEngineers. Hough Beck & Baird will be responsible for assessment and selection of riparian vegetation. GeoEngineers will perform geotechnical services. GAIA will conduct this project in three phases: • Phase I evaluates existing conditions of eight candidate construction sites. Preliminary layouts of work at each site will be completed. The City will provide topographic mapping of the eight sites. The City will be responsible for the permitting process. • In Phase Il, designs for up to eight candidate sites will be prepared and the plan and profile for the streambed control plan will be finalized. The first priority sites and the demonstration projects listed in the Mill Creek Erosion Control Project, Final Project Report (Parametrix, 1992) will be the number one priorities. • In Phase III, the design elements will be constructed in the stream. The design drawings and specifications will be used to guide the construction process in the field. It is anticipated that site plans for the design of up to eight sites will be prepared. A bid package that will be suitable for bidding and administrating an outside contractor(s) will be prepared. The bid package will include procurement and transporting the necessary materials needed to complete the work to the points of use in the canyon. In general, streambed stabilization for the entire reach between the Detention Facility and Earth Works Park is expected to require additional construction projects and several years to complete. Phase I will be conducted quickly to obtain information about the existing conditions. It is anticipated that the sketches prepared during this phase will be used as the basis for the design package documents. The design phase (Phase II) will include preparation of drawings, contract documents, specifications, and field locating the streambed/bank improvements. (Unless indicated otherwise all task work items will be performed by the GAIA team.) PHASE I HYDRAULIC ASSESSMENT OF PROJECT SITES This phase of the project will develop information that will assist in characterizing the locations and causes of habitat and stream degradation at the project sites. The assessment will include three tasks: Project Management for all phases • Geotechnical • Initial Evaluation The City will prepare topographic mapping of the eight sites in Mill Creek Canyon. This mapping will be prepared as a strip map at a 50 scale with 5-foot contour intervals. In addition, for a distance of 200 feet upstream and 200 feet downstream of each site, the City will provide a profile of the stream bottom along the low flow centerline at a scale of 1-inch to 50-foot horizontal to 1-inch to 5-foot vertical. All mapping will be prepared on sheets not to exceed 22 by 34 inches. The scale of the sheets is important to allow inexpensive reproduction at 11 by 17 inches. No field assessment work will begin until the mapping is available. The City agrees to begin this mapping effort early in the project so that the mapping is available for the Phase I work. Task 1.0 - Project Management The Senior Project Manager will set up the project tracking and billing system; prepare the project memorandum setting forth the task assignments for all team members, project schedule, and deliverables; and manage all contractual elements of the project. Task 1.1 Geotechnical Assessment This task consists of a site reconnaissance to catalogue the geologic conditions at the eight project sites in Mill Creek Canyon. We will review the available data pertaining to the geologic and geotechnical aspects of the site and vicinity. We anticipate that we will review geologic maps, existing geologic and geotechnical reports, U.S. Soil Conservation Service soil survey neaps for King County, Federal Emergency Management Agency (FEMA) flood maps, and other data. We will perform a site reconnaissance of the stream banks. We will observe and describe the geologic conditions, catalogue the stream bank and landslide features connected with stream erosion, and assess equipment access for construction repairs. We will develop conceptual recommendations showing each of the candidate sites in a drawing for repair of the unstable stream bank areas to protect them from further erosion. We will document our findings in a letter report and include appropriate supporting data. Any sketches included in the letter report will be drawn freehand. Task 1.2 - Initial Evaluation of Field Assessment Data GAIA staff members will assess the eight sites and field locate the proposed improvements. The project team will meet in-stream to develop proposed improvements in Mill Creek Canyon. On site discussions between all project team members will be used to adjust the initial layout of the recommended improvements. A drawing set will be used to record the consensus of the project team. The output from this task will be a letter report and the production of the preliminary design layout drawings that will be used in Phase 1I, Design of Stream Improvements. A set of the topographic drawings will be marked with the improvements that will be constructed. Items not included in this scope of work include: • Any Shoreline Permit applications • Water quality sampling • SEPA permits • HPA submission and approval Deliverables: • Letter Report • Sketches of proposed improvements on City-supplied mapping PHASE II DESIGN OF STREAM IMPROVEMENTS Task 2.1 - Design of Stream Improvements This task consists of completing the design elements developed in Phase 1. The design drawings will consist of a cover drawing, site plans for each of the eight sites (two sheets, total), two plan sheets (1 " = 200', supplied by the City) of the canyon to identify the location of the eight sites, and one sheet of standard details. Several specification sections will be written describing the materials that will be incorporated into the construction of the improvements. These specification sections can be used in the ss used to' purchase and deliver material to the Mill Creek Canyon competitive bid .process rehabilitation sites. We anticipate that the construction contract will be divided into two schedules. The first schedule will include priority sites that are desirable to complete in 1993. The second schedule will include the remaining sites that will .be completed in 19.93 if time permits, but will be completed in 1994 if it is necessary to stop construction. The Consultant will provide 30 copies of specifications and drawings for bidding: We will assist the City in advertising for and obtaining bids, attend prebid conferences, answer questions from prospective bidders and issue addenda. We will assist the City in determining qualifications of prospective contractors and subcontractors. We will attend the bid opening, prepare bid tabulation sheets, and provide assistance to the City in evaluating bids. Deliverables: • Disk of Specifications • Mylars of Final Plans PHASE Ill - CONSTRUCTION Task 3.1 - Construction Initiation This task consists of meeting with the construction crews to brief them on the project and explain how the construction will be performed. This briefing will be conducted by the Project Manager alone. Task 3.2 - Construction Assistance This task consists of site visits or telephone support by the project team as appropriate to answer field questions by the construction crews. Because the improvements will .be constructed from materials of non-standard dimensions, we expect that there will initially be questions from the construction crews, but that the questions will probably diminish as the crews gain experience constructing the improvements. It is anticipated that construction at each candidate site will last an average of approximately three days. Site visits will be designed to be coincident with the end of construction at one site and the beginning of construction at another site. Additional site visits will occur at a rate of one visit in the middle of construction at each site. Deliverables: • One set of reproducible "record drawings" SCHEDULE We will commence work upon receipt of an executed contract. The work will be executed in accordance with Attachment A. Attachment A is a schedule that was previously submitted to the City. This requirements of this contract will be considered fulfilled upon substantial completion or acceptance.of the project by the City. PAYMENT FOR PROFESSIONAL SERVICES Attachment B is the estimate of hours and costs by phase of the project. h ' o i v N � O CD a Ln (D M (2 1` (O �\ c u O CD R N — — -- 0 A ro J •o c v o Zca o � ° \ v N l� co cD 0 N 1 N J y Im C C C O O r0 N U co fD U1 C CL U O c — -C '0 7 in a) ca C j O W O U N r N T N () [) N Y Y Y Y m m a c6 U to ((D It O O O O N ( 0 0 co O O O O �t O N LO cl� d •- 0 U 69 H U co N O N (ND O N f a Z O w CCD DQ Cl) r- N m N Q ch J = Q CL n m W co co CD d CO � O � = N Q (L '\ W c0 N w CO d- co O O c0 CD CD Y W W o U LO v LO Q O 1- co N Q LL O Cl) F- O co O co co (D co UCl) ` Cl) cc (7 O O O W Q m O R m C m cn O M m N CO ° N oU (j LU .0 Q1 U U p) m ll �.. -Coll O C � ❑ _ O O C m O W 07 N iII C C O 0 L Un Un Un H I— ❑ 0 = O I— APPENDIX B STATEMENT OF QUALIFICATIONS GAIA NORTHWEST, INC. THE FIRM Gaia Northwest, Inc. (GAIA) is a natural resources consulting firm with offices in Seattle, Washington. GAIA offers the services of experts in a wide variety of applied science disciplines, with emphases on fisheries ecology, water resources engineering, water quality, and oceanography/limnology. GAIA provides a complete range of services, including policy, planning documents; and reports; preliminary and final design drawings and specifications; and construction phase engineering. To address unique client problems, past work has included preparation of experimental design. Founded in 1983, GAIA has established a reputation among peers and clients for objective, quality work. The professional staff of GAIA includes two professionals with more than 25 years of experience. Dr. Percy M. Washington's experience is in natural resource consulting, program management, planning, and research. Douglas T. Sovern's experience is in water resources and water systems engineering, including sedimentation and erosion, stormwater runoff, and water and sewer systems. Our projects require staff involvements that range from one professional to several staff members and supporting consultants. Teams of professionals are assembled that are suited to the needs of the projects, which is central to GAIA's approach. GAIA works with the client to assure that each facet of a project is individually considered, to assure a common understanding of the goals for the project; and to provide the client with the highest quality and most effective services. GAIA is a local, minority owned and managed firm committed to increasing opportunities available to minority and women scientists and engineers in the natural resource fields. Ownership of GAIA and will remain in the hands of minority members. STREAM REHABILITATION APPROACH Dr. Washington and Mr. Sovern developed a maintenance approach to stream rehabilitation for Piper's Creek in the City of Seattle. This approach is suitable for use on most smaller streams around the Seattle region. A maintenance approach can be described as the use of human resources, tools, and materials that are commonly available to maintenance crews or that may be available in the environment of the streams. This approach can be accomplished by regular maintenance crews or adapted for normal bidding processes for construction by independent contractors. The maintenance approach builds or rebuilds fish habitat that is capable of resisting most of the hydraulic forces of stormwater runoff. .Segments of streams will be designed to be rebuilt so that low-flow channels have longer lengths and the channel as a whole has increased roughness for High flows. The basic concept includes several components: • Vertical control of the.channel bottom • Bank protection at the outside of bends • Meandering low flow pattern • Formation of pools • Low flows forced into a repeatable path after each storm event. The City of Kent (City) can undertake a maintenance approach in one of two methods: • Long Term - Complete the work over several years with a series of linked projects • Discrete Projects - Isolated projects that will become the base for subsequent work in the reach above each in-stream project. In either case, the GAIA team will conduct an in-stream analysis to layout the proposed work, which will be coordinated with the City and with the Washington Department of Fisheries (WDF). Subsequent stream improvements will be laid out on contour mapping to develop design drawings. Depending on the implementation approach, specifications and bid documents will be prepared. Details of rehabilitation components will be developed and included with the design drawings. The maintenance approach uses materials with minimally controlled dimensions and facilities that require dimensional adjustment in the field. GAIA will provide construction phase engineering services to provide for field adjustment during installation of the stream rehabilitation improvements. GAIA will be assisted on stream rehabilitation projects by Hough Beck & Baird and by GeoEngineers. Hough Beck & Baird will be responsible for riparian plantings and trails. GeoEngineers will provide geotechnical engineering services. PERSONNEL The GAIA staff members assigned to work on stream rehabilitation projects will be selected for the type of work that will be required. Short descriptions for four professionals are included: • Douglas T. Sovern, Project Manager/Engineer • Percy M. Washington, Ph.D., Fish Ecologist • David W. Dugas, Invertebrate Ecology Ann M. Koziol, Aquaculture/Fisheries Chemistry Douglas T. Sovern. Mr.-Sovern has over 27 years of experience in planning, design, and construction of engineering projects, specializing in streams, stormwater, and sewer/water systems. Mr. Sovern and Mr. Washington collaborated to develop the maintenance approach to stream rehabilitation being proposed for projects for the City. Mr. Sovern's stream construction experience includes projects in streams with capacities ranging in size from a few cubic feet per second (cfs) to over 100,000 cfs. Perev M Washin on, Jr., Ph.D.. With over 25 years experience in fish ecology that ranges from simple investigations to exotic approaches to protecting fish from the effects of underwater explosives, Dr. Washington provides a wide range of theoretical and practical design skills to stream rehabilitation projects. His approach to stream projects has evolved from development of the combined benefits of healthy flora and fauna systems in the basin to build a food base. Using this philosophy, Dr. Washington has successfully reestablished fish populations in western Washington. David W. Dugas. A major concern of fish habitat is the available food for top predators, such as resident and anadramous fish. Mr. Dugas has 20 years experience in this important aspect stream rehabilitation, including collection and analysis of benthic macroinvertebrates and substrate types in freshwater and saltwater environments. Ann M. Koziol. Among the obstacles that fish populations in urban streams face are pollutants in stormwater. Ms. Koziol has more than 14 years experience investigating the levels of elements and chemicals in fish populations. Her work has been conducted in both freshwater and marine fisheries in the United States and Japan. PROJECTS Seattle Engineering Department/Drainage and Wastewater Utility. Developed maintenance approach to stream rehabilitation on a one mile segment of Piper's Creek in Carkeek Park. Approach utilized readily available materials and maintenance crews to reconstruct habitat in portions of the reach. Fish populations increased 800 percent in one season. (Douglas Sovern while with another firm and GAIA as a subcontractor) Seattle City Light/Environmental Affairs Division. As subconsultant to Jones and Stokes Associates, developed computer models that estimate the numbers of salmonid eggs, ale.vin,,or fry at any time of the year, and a'spawner temporal distribution model. City of Tacoma, Department of Power and Light. Provided fishery, engineering, and economic consultations services. Adams County/Urban Drainage and Flood Control District, Colorado. Designed bridge and rehabilitation of diversion structure on Clear Creek. Project involved new bridge, low flow channelization of the Creek (3,000 cfs), and rehabilitation of 25-foot drop on Clear Creek. 100- year design capacity of 21,000 cfs. (Douglas Sovern while with another firm) Bullhead City, Arizona. Sedimentation and erosion study of Big Montana Wash for Bullhead City Arizona. Investigation required field testing of streambed characteristics and estimation of annual sediment loadings generated from Big Montana Wash. (Douglas Sovern while with another firm) Superior Metropolitan District. Design of channel to pass increased flows from new subdivision. Work included low flow diversion structures to maintain existing wetlands and to enhance and protect fish habitat. (Douglas Sovern while with another firm) Municipality of Metropolitan Seattle. Provided aquatic ecology consultation for Carkeek Park value engineering project as subcontractor to Kramer Chin and Mayo. Subsequently engaged by Dees and Associates to provide aquatic ecology consultations for the Seattle Parks Department for the stream rehabilitation project for Piper's Creek. Save Our Salmon. Provided fishery ecology consultations that were designed to result in the restoration of wild coho salmon runs in the currently under-utilized Dewatto River in Kitsap/Mason Counties. REFERENCES Mr. Richard Gustav Mr. Robert Matsuda Seattle Engineering Department Metro Drainage and Wastewater Utility Exchange Building 660 Dexter Horton Building 82 Second Avenue 710 Second Avenue Seattle, Washington 98104 Seattle, Washington 98104 (206) 447-6744 (206) 684-7591 Mr. Jon Ives Dr. Gary Minton, P.E. Jones & Stokes Associates Resource Planning Association 1802 136th Place N.E. 113 Lynn Street Bellevue, Washington 98005 Seattle, Washington 98109 (206) 641-3982 (206) 282-1681