HomeMy WebLinkAboutUtilities 2014-10-06 Item 2A - Agreement - Tukwila 205 Levee Certification with Northwest Hydraulic ConsultantsCity of Tukwila
Jim Haggerton, Mayor
INFORMATIONAL MEMORANDUM
TO: Mayor Haggerton
Utilities Committee
FROM: Bob Giberson, Public Works Director '�
By: Ryan Larson, Senior Program Manager
DATE: October 3, 2014
SUBJECT: Tukwila 205 Levee Certification
City Project No. 91341203
Consultant Selection and Agreement
ISSUE
Approve a Consultant Agreement with Northwest Hydraulic Consultants, Inc. (NHC) to provide levee
certification services for the Tukwila 205 Levee Project.
BACKGROUND
The Tukwila 205 Levee is located on the left bank of the Green River between S 196th St and 1 -405 and
provides flood protection to the Tukwila Urban Center. The Army Corps of Engineers (Corps), under an
agreement with the City, upgraded the levee system in 1991 and included it as part of their federal levee
system. The Corps had been providing a letter of levee certification as needed to certify that the levee
met their minimum design standards. In July of 2012, the Corps notified the City that due to a change in
their policy, they would no longer provide levee certification for this or any federal levee and that the
current levee certification would expire in August of 2013.
ANALYSIS
Levee certification is critical because it provides documentation that the levee meets minimum federal
standards and allows FEMA to map the protected area as outside of the 100 -year floodplain. To obtain
certification, the City must demonstrate through an engineering study that the levee meets minimum
federal standards. Only a few consultant firms have the expertise to provide this service.
A Request for Qualifications was advertised on June 5 and 12, 2014 with response from three firms. The
qualifications were reviewed and two firms, NHC and Tetra Tech, were selected for interviews and further
consideration. NHC was selected as the firm that best met the requirements for this type of project. NHC
has performed certification work for the City of Kent and has completed flow modeling for both the City of
Tukwila and King County Flood District. Staff met with the proposed project manager and developed a
scope of work which includes the following four phases: Phase 1 — Engineering and Improvement
Identification; Phase 2 — Alternative Analysis and Small Scale Improvements; Phase 3 — Large Scale
Improvements; and Phase 4 — Certification Submittal. Only Phase 1 work is included in this contract.
BUDGET SUMMARY
This project will be funded through the 412 Surface Water Fund.
Cost Budget
Northwest Hydraulics $ 447,711.00 $ 450,000.00
RECOMMENDATION
Council is being asked to approve the contract in the amount of $447,711.00 with Northwest Hydraulic
Consultants to perform Phase 1 of the Tukwila 205 Levee Certification Project and consider this item on
the Consent Agenda at the October 20, 2014 Regular Meeting.
Attachments: Scoring Matrix
Page 90, Proposed 2015 CIP
Consultant Agreement
W: \PW Eng \PROJECTS\A- DR Projects \Tukwila 205 \205 Certification (91341203) \Info Memo Consultant Selection - NHC - sb.doc
1
Tukwila 205 Levee Certification
Relevant Project Experience of Key Personnel with levee
certification projects (0 -30)
Approach to Project (0 -25)
Ability to keep project on schedule and within Budget (0 -20)
Team's Construction Engineering Capability and Experience with
Levee Project (0 -15)
Project Team Availability Including Manpower Schedule of Key
Team Members (0 -10)
Firm's Experience with Levee Certification /Construction Project (0-
10)
Other: (Reviewer Defined +/- Points with Reason) ( +/- 10)
TOTALS
(Highest Total Score is best)
Firm Rank
(1 - 3, Lowest = Best)
Reviewers: Scott Moore, Dave Sorensen, Ryan Larson
N
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2015 to 2020
PROJECT: Tukwila 205 Levee Certification
DESCRIPTION: Obtain levee certification for the Tukwila 205 Levee.
Project No. 91341203
The US Army Corps of Engineers no longer provides levee certification services to federally authorized
JUSTIFICATION: levees. The existing certification expired in August of 2013. Certification is required for the Federal
Emergency Management Agency to accreditate the levee system as providing a 100 -year level of
flood protection.
STATUS: Existing levee certification expired in August 2013. Consultant hired in 2014.
MAINT. IMPACT: Certification process is expected to lead to additional levee repair projects that are required to meet the
certification criteria.
Only consultant costs for levee certification are shown. Additional construction costs may be required.
COMMENT: Certification is valid for a 10 -year period. King County Flood Control Districts Opportunity Grant program
with $45,000 per year will offset costs.
FINANCIAL Through Estimated
(in $000's)
2013 2014 2015
2016 2017 2018 2019 2020 BEYOND TOTAL
EXPENSES
Design
50
400
450
Land (R/W)
0
Const. Mgmt.
0
Construction
0
TOTAL EXPENSES
0
50
400
0
0
0
0
0
0
450
FUND SOURCES
King County Flood Control
90
45
45
45
45
45
45
45
405
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
(40)
355
(45)
(45)
(45)
(45)
(45)
(45)
45
TOTAL SOURCES
0
50
400
0
0
0
0
0
0
450
Project Location:
Entire System
2015 - 2020 Capital Improvement Program
90
3
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
CONSULTANT AGREEMENT FOR
PROFESSIONAL ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City ", and Northwest Hydraulic Consultants 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 professional
engineering services in connection with the project titled "Tukwila 205 Levee Certification ".
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 upon execution and ending December 30, 2016, 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 December 30, 2015 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 $447,711 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.
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 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, to the extent 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.
CA revised : 1 -2013
Page 2
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. 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 Consultant
before commencement of the work. Certificates of coverage and endorsements as required
by this section shall be delivered to the City within fifteen (15) days of execution of this
Agreement.
E. 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.
F. 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.
CA revised : 1 -2013
Page 3
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.
11. Discrimination Prohibited. The Consultant, 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 or the presence of any disability 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.
CA revised : 1 -2013
Page 4
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:
Northwest Hydraulic Consultants Inc.
Attention: Todd Bennett
16300 Christensen Road, Suite 350
Tukwila, WA 98188
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.
DATED this day of , 20
CITY OF TUKWILA
Mayor, Jim Haggerton
CONSULTANT
By:
Printed Name: Todd H. Bennett
Title: Principal/Branch Manager
Attest /Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised : 1 -2013
Page 5
8
nhc
EXHIBIT A
16300 Christensen Rd., Ste. 3501 Seattle, WA 981881 206.241.60001 www.nhcweb.com
northwest hydraulic consultants
TUKWILA 205 LEVEE CERTIFICATION
SCOPE OF WORK
Prepared by Northwest Hydraulic Consultants Inc.
for the City of Tukwila Department of Public Works
September 30, 2014
OVERVIEW
The City of Tukwila (City) Department of Public Works has selected Northwest Hydraulic Consultants Inc.
(NHC), with their subconsultants, AMEC Environment and Infrastructure, Inc. (AMEC) and KPG, to
provide professional engineering consulting services to evaluate and certify the Tukwila 205 Levee in
accordance with FEMA requirements (44 CFR Section 65.10). The 4.6 mile long levee is located on the
left bank of the Green River between 1 -405 and South 196th Street including the cutoff levee to
Southcenter Parkway. The engineering services generally consist of researching records, conducting
inspections, performing structural, geotechnical, seismic, and hydraulic analyses, preparing detailed
reports of the current levee system, providing an analysis and report of needed improvements, and
working with the City to provide engineering plans, specifications, and cost estimates for the
improvements. Work may include engineering services during construction for any required
improvements, such as construction inspection and change management support under the direction of
the City's project manager. Once the levee is deemed certifiable, work will include providing the
necessary reports and documentation certifying that the levee provides protection from the base (1%
annual chance) flood in accordance with FEMA guidelines.
This is a multi -phase project; "Phase 1— Engineering Analyses and Improvement Identification" will
collect data, perform analyses required under 44 CFR 65.10, and identify deficiencies. In "Phase 2 -
Alternatives Analysis and Small Scale Improvements ", any necessary improvements will begin to be
addressed. Documentation and administrative deficiency issues regarding the levee certification will be
dealt with as they are identified. Physical improvements identified during the various technical analyses
will require a different approach. Physical improvements with simple fixes will go immediately to a
design stage while more complex fixes will go through alternatives analysis. These complex fixes will
then move into permitting, design, and construction in "Phase 3 - Large Scale Improvements ". "Phase 4
- Certification Submittal" will provide the documentation necessary to certify the Tukwila Levee. The
basis for the documentation will be the existing Corps approved manual but will also adopt other recent
policies and procedures, if appropriate, such as those from King County's ongoing System -Wide
Improvement Framework (SWIF) assessment for the Green River.
For the first phase, the tasks are well defined and a cost estimate is provided in this Scope of Work.
Descriptions for later phases are also included to put the entire levee certification project in context.
After completion of Phase 1, and once any improvement needs are identified, the specific task work to
be completed in Phases 2 through 4 will be refined and a cost estimate to complete this work prepared.
water resource specialists
9
PHASE 1- ENGINEERING ANALYSES AND IMPROVEMENT IDENTIFICATION
The following Scope of Work (SOW) for Phase 1 defines the tasks to complete the engineering analyses
to certify the Tukwila 205 Levee in accordance with FEMA requirements (44 CFR Section 65.10) and
identify any physical improvements necessary to certify the levee. Specific assignments and deliverables
have been listed for each task, including who is responsible for certifying compliance with each section
of 65.10.
TASK 1. DATA REVIEW
NHC has much of the key information that will be reviewed at the start of the project. This includes the
2010 and 2013 levee inspection reports, geotechnical reports, as -built drawings, repair plans, and the
City stormwater GIS database. Overall, the project benefits from having excellent documentation. NHC
created and has in -hand all the hydraulic models needed. Additional information will be sought from
the City, King County, and the Corps of Engineers.
Team members will attend a data discovery meeting with the City to discuss known data and how this
information will be obtained if the project team does not already have it in -hand. The consultant team
will review existing data to refine system understanding and look for opportunities to leverage
previously collected data. Existing documents to be reviewed include:
• Existing bathymetric and topographic data
• Existing levee surveys
• 2010 and 2013 levee inspection reports
• Levee as -built drawings and any repair plans
• Historical information (as- builts and design alternations) on nearby site development
• Previous flood fighting information
• Discussions with persons having first -hand experience observing any physical levee performance
deficiencies
• Utility crossing records
• Geologic reports, boring logs, groundwater data, and lab testing data
• City stormwater GIS database
• Levee Operations & Maintenance manuals.
This task will also include documenting with the City that there are no structural closure devices within
the levee and therefore, CFR 65.10.b.2 "Closures" does not need to be addressed as part of the levee
certification.
ASSIGNMENTS
NHC, AMEC, KPG: Collect and review data, and provide list of additional data needs. Attend data
discovery meeting.
City: Assist in providing additional data needs and interagency coordination.
NHC and City: Certify that there are no structural closures in the levee system.
DELIVERABLES
• List of documents and data reviewed to be included in the reference section of project
documentation.
• List of additional data needs, as needed.
• Text documenting that there are no structural closures within the levee system.
Page 2 of 11 Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
10
TASK 2. SITE RECONNAISSANCE AND FIELD DATA COLLECTION
SITE RECONNAISSANCE
Site reconnaissance will include both land and boat based work. Boat work will be done in late summer
low flow conditions. Upper bank reconnaissance will occur in late 2014 when leaf -off conditions are
reached and visibility in dense brush is better. Ideally this would also coincide with a levee mowing prior
to the reconnaissance work. The levee inspection will include observing and recording:
• Characterization of bank conditions including material and vegetation cover
• Evidence of bank erosion and seepage (e.g., sand boils, soil piping, or gullies)
• Evidence of settlement or instability (e.g., slides, slumps, and tension cracks)
• Evidence of burrowing rodent activity
• Ruts or ponded water along top of levee or other access roads
• Conditions at active or abandoned utility crossings
• Conditions where existing embankment is known to be substandard based on findings from the
Data Review Task
• Field checks of the operational condition for stormwater outfalls identified in the City's GIS
database of existing culverts ( "levee penetrations ").
Mowing required for inspection needs will be coordinated with the City. The City will indicate whether
mowing shall be accomplished with City crews or not. An allowance is included in the cost estimate for
contracted mowing. The City will be responsible for any trail closures, permits, and notifications
required for mowing activities.
After the field reconnaissance, documentation will be prepared summarizing the findings.
TOPOGRAPHIC SURVEY
A partial topographic survey will occur once existing as -built and topographic mapping are reviewed.
KPG will survey a new levee crest profile following the riverside top of the levee as well as up to twenty
cross sections, from riverward toe to landward toe. Other items for KPG to survey include horizontal
locations of piers and abutments at the upstream bridge face, vertical location of low bridge chord,
geotechnical boring locations, and marking stations at 100 to 200 foot spacing along the profile. Utility
crossing locations and culvert outfalls will be shown based on available GIS data rather than survey for
Phase 1. It is anticipated that NHC or AMEC will identify additional items that will require survey locates
to complete Phase 1. As the scope of these items is uncertain, an allowance of forty hours of survey
crew time and associated processing time has been allocated for these other items. NHC will
supplement the bathymetric survey it has already conducted in the reach by collecting additional data
focused along the left bank of the river using its jet boat and integrated GPS -depth sounder. Survey
needs for specific design needs (Phases 2 and 3) are not included in this task. This task assumes that
right of entry along the levee will be obtained by the City and that there will be no traffic control needs.
GEOTECHNICAL EXPLORATIONS
An estimated additional eighteen borings are needed to provide data for completing analyses required
under 44 CFR 65.10. The boring locations will be selected based on the results of site reconnaissance.
AMEC will prepare an exploration plan describing proposed boring locations, to coordinate any trail
closures or vegetation clearing with the City. AMEC will direct the drilling and related lab testing.
Before drilling, AMEC will contact the One -Call Utility Notification Center to mark any underground
utilities at each exploration location, but additional assistance from the City might be needed to identify
all known underground utilities, based on available City maps. AMEC will also retain the services of a
private utility locating company for one day to check the proposed drilling locations for utilities not
Page 3 of 11 Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
11
marked by the One -Call service. KPG will survey the locations of the borings and provide Northing,
Easting and elevation for each on the project datum.
ASSIGNMENTS
NHC: Collect bathymetric data at levee toe for scour assessments. Conduct site reconnaissance.
Document any observed scour conditions.
AMEC: Conduct site reconnaissance jointly with NHC. Document existing levee conditions including
levee inspection observations noted in the bulleted list within the task description. Determine
locations for additional geotechnical borings and coordinate with City. Direct drilling and lab
testing.
KPG: Topographic survey.
City: Coordination, as needed, for trail closures and any permits and notifications required for
mowing activities prior to field reconnaissance. Provide available mapping of subsurface
structures and /or utility locations.
DELIVERABLES
• Notes from field reconnaissance.
• Survey data.
• Geotechnical exploration plan (results of drilling and testing provided under Task 5).
TASK 3. FREEBOARD ANALYSIS
CFR 65.10.b.1 requires at least three feet of freeboard above the 100 -year flood for levee accreditation.
NHC will use the existing HEC -RAS model developed previously by NHC for the FEMA study to evaluate
river hydraulics including freeboard. NHC collected high water marks in the winter of 2014 and will
verify the model accuracy with these data. The HEC -RAS model 100 -year water surface will then be
compared to the levee survey (conducted during the Site Reconnaissance and Field Data Collection task)
to determine the amount of freeboard. Any identified settlement issues (from Task 6) will be taken into
account in evaluating freeboard.
If existing freeboard is insufficient, but greater than 2', a variance may be obtained. The variance must
be based on a risk based analysis approach addressing water level uncertainty. If needed, a risk analysis
will be conducted, based on prior NHC work conducted for the City of Kent, in a later phase of the
project. Any segments of levee not meeting 2' freeboard or reliability targets will be identified and
targeted for design and construction of modifications (and addressed in later phases of the project).
ASSIGNMENTS
NHC: Validate existing hydraulic model and evaluate freeboard. Identify any improvement needs and
certify freeboard requirements are met.
AMEC: No assignments under this task.
KPG: No assignments under this task.
City: No assignments under this task.
DELIVERABLES
• Documentation of the freeboard analysis and identification of any freeboard deficiencies.
Page 4 of 11 Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
12
TASK 4. EMBANKMENT PROTECTION ANALYSIS
Certification is required to show the embankment surface will sufficiently protect the levee from scour
and erosion (CFR 65.10.b.3). The adequacy of embankment protection will be informed in part by the
Data Review and Site Reconnaissance and Field Data Collection tasks, as -built drawings, a boat -based
low flow survey in late summer to inspect the levee toe condition, and field visits. NHC will determine
bank velocities and bed scour potential along the Green River during the base 100 -year flood using the
existing RAS model and information already developed by NHC during work for the City of Kent on their
levee system.
The existing levee system demonstrates that vegetation provides sufficient protection above the
ordinary high water (OHW) line. The design plans and levee inspections also indicate that there is a
layer of riprap below accreted soil in many locations, providing an additional factor of safety.
Below the OHW, the native soils cannot resist erosive forces and must be protected. In addition to
surficial erosion, general, contraction, and bend scour can erode the levee toe. NHC will evaluate the
potential scour against the existing toe protection to determine if improvements are required.
Design and construction services for any embankment protection features will be conducted in a later
phase of the project.
ASSIGNMENTS
NHC: Hydraulic modeling to determine velocities and scour. Evaluate adequacy of existing
embankment protection to resist scour and erosion. Identify any deficiencies.
AMEC: No assignments under this task.
KPG: No assignments under this task.
City: No assignments under this task.
DELIVERABLES
• Documentation of embankment protection evaluation to be incorporated into project report.
• Certification that levee meets embankment protection requirements or identification of
deficiencies.
TASK 5. EMBANKMENT AND FOUNDATION STABILITY ANALYSIS
For the embankment and foundation stability analysis, up to ten representative cross sections will be
established along the levee. Cross section survey data from the FEMA Flood Insurance Study and 2013
LiDAR will be used as a first cut in characterizing bank slopes for the geotechnical analysis. These
representative cross sections will be analyzed for slope stability using the Corps of Engineers Levee
Design Manual scenarios of end of construction, full pool, sudden drawdown, and earthquake loading.
Seepage potential and seismic stability will also be evaluated. NHC will develop hydrographs for
flooding duration and maximum drawdown rate. AMEC will then use these data, in combination with
the future scour potential determined by NHC in Task 4, for the stability analysis.
The analyses will leverage existing data to the greatest extent possible. As addressed in the Data Review
and Site Reconnaissance and Field Data Collection tasks, the previous borings and as -built information
will be reviewed, as well as subsequent survey and other documentation, and a site visit will occur to
confirm and document existing conditions including field checks of stormwater outfall operational
condition. The analyses will be supplemented by additional drilling and lab testing conducted under
Task 2.
Page 5 of 11 Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
13
Initial stability and seepage analyses will be conducted to identify cross sections that are certifiable, and
sections that are not certifiable. Design and construction services for any embankment and foundation
stability improvements will be conducted in a later phase of the project.
ASSIGNMENTS
NHC: Develop and provide hydraulic data needed for the stability analysis.
AMEC: Conduct initial slope and seismic stability, and seepage potential analyses, using collected data.
Draft text summarizing analysis to be incorporated into project report. Certify levee stability is
sufficient or identify deficiencies. Provide recommendations for further studies for marginally
stable areas, if required.
KPG: No assignments under this task.
City: No assignments under this task.
DELIVERABLES
• Draft documentation on embankment and foundation stability analysis to be incorporated into
project report.
• Certification that levee meets embankment and foundation stability protection requirements or
identified deficiencies.
TASK 6. SETTLEMENT ANALYSIS
The amount and distribution of settlement that has occurred since construction will be determined by
working with the survey data, coupled with existing and new boring and lab data (see Data Review and
Site Reconnaissance and Field Data Collection tasks). Both settlement due to long -term consolidation
and liquefaction will be evaluated. This will predict future settlement and where new fill might be
needed to obtain sufficient freeboard. The settlement analysis is required under CFR 65.10.b.5 and
informs, in part, the freeboard assessment (Task 3).
ASSIGNMENTS
NHC: No assignments under this task.
AMEC: Analyze settlement and prepare draft documentation to be incorporated into the project report.
KPG: No assignments under this task.
City: No assignments under this task.
DELIVERABLES
• Draft documentation on settlement analysis to be incorporated into project report.
TASK 7. INTERIOR DRAINAGE ANALYSIS
An interior drainage analysis (IDA) is necessary to evaluate flooding sources and potential ponding
stages on the landward side of the levee (CFR 65.10.b.6). The Corps does not consider any of the pump
stations or stormwater system other than the outfalls to be part of the project, so data for this task will
come from City and County sources.
The same approach will be used that has been accepted by FEMA reviewers on four City of Kent levees.
An HSPF hydrologic model will be developed and used to simulate a long -term time series of local runoff
within the area protected by the levee. The major drainage components of the City's stormwater
system, and all stormwater pump and gravity drain outfalls to the Green River, will be determined from
City GIS databases and records. The stormwater system will be added to a modified version of the FIS
Page 6 of 11 Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
14
HEC -RAS model and the model run for a 60 year period. From this long -term record, which accounts for
the joint probabilities of high river flows and high local runoff as required by FEMA, stage frequency
curves will be extracted to determine 100 -year ponding elevations on the landward side of the levee and
these values compared to the effective FEMA elevations. If the IDA identifies 100 -year flood hazards
that are higher than those identified by the FEMA study, then revisions will need to be made to the
effective FEMA maps in a later phase of the project and the results submitted to FEMA, potentially in
the form of a Conditional Letter of Map Revision (addressed in Phase 4).
ASSIGNMENTS
NHC: Conduct interior drainage assessment.
AMEC: No assignments under this task.
KPG: No assignments under this task.
City: Provide pump station and drainage system information.
DELIVERABLES
• Documentation on interior drainage assessment to be incorporated into project report.
TASK 8. IMPROVEMENT NEEDS SUMMARY
Improvements necessary to certify the levee will be summarized, classified as to whether they are small,
simple corrections or larger, complex construction projects, and cost estimates to complete project
design and provide construction services will be prepared. A work plan will be devised in concert with
the City for the next steps of certifying the levee and include adding additional detail to the SOW for
later phases of the project. Team members will discuss this summary in a meeting with the City.
ASSIGNMENTS
NHC, AMEC, KPG, and City: Attend Phase 1 summary meeting.
DELIVERABLES
• Memorandum describing improvement needs, recommended approach, and cost estimates.
COST ESTIMATE
The total estimated cost to complete Phase 1 is $447,711 as detailed in Exhibit B "Cost Estimate
9/23/2014 ".
PHASE 2 - ALTERNATIVES ANALYSIS AND SMALL SCALE IMPROVEMENTS
Phase 2 will address identified simple, small scale fixes that can be designed and constructed as soon as
possible, and conduct the alternatives analyses for large, complex improvements. Small scale fixes
include those projects where the design is obvious and no permitting is required. Phase 3 will address
design, permitting, and construction of large, complex improvements. The Phase 2 SOW will be refined
at the completion of Phase 1 and then a Phase 2 cost estimate prepared and submitted to the City.
TASK 9. CIVIL DESIGN AND CONSTRUCTION SUPPORT — SMALL SCALE
The project team will provide the City a proposed course of action for each small scale fix. KPG will lead
development of plans, specifications, and estimates to allow the City to let the projects to bid. KPG will
then engage in construction management of the project. Meetings will be held as needed.
Page 7 of 11 Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
15
ASSIGNMENTS
NHC: Provide hydraulic support as needed.
AMEC: Provide geotechnical support as needed.
KPG: Engineering design and construction management for small scale, simple capital projects.
City: Provide assistance as needed.
DELIVERABLES
• Documentation as required to address deficiencies.
TASK 10. ALTERNATIVES ANALYSIS — LARGE SCALE PROJECTS
Phase 1 may identify required projects that are of a larger and more complex scale. The most likely
sources will be projects that require in -water work and consequent permitting issues, and levee
improvements required to address deep seated failure risk through the use of sheet pile walls or other
complex alternatives. For these larger projects, an initial alternatives assessment will be conducted by
the consultant team. Up to three alternatives will be assessed for each project using objectives and
performance metrics developed in conjunction with the City. A recommended alternative will be
selected and presented to the City for approval prior to beginning Phase 3 work.
ASSIGNMENTS
NHC: Lead alternatives analysis. Develop alternatives. Provide hydraulic support as needed.
AMEC: Assist with developing alternatives. Provide geotechnical support as needed.
KPG: Assist with developing alternatives. Preliminary cost estimates.
City: Provide input on alternatives assessment metrics.
DELIVERABLES
• Alternatives Assessment memorandum for each large scale project documenting the process,
selection criteria, and preferred alternative.
PHASE 3 - LARGE SCALE IMPROVEMENTS
Phase 3 will provide civil design and construction support of the preferred design determined in Phase 2
for large scale, complex physical deficiencies. Meetings will be held as needed. The SOW for Phase 3
will be refined at the completion of Phase 1 and a cost estimate prepared.
TASK 11. CIVIL DESIGN AND CONSTRUCTION SUPPORT— LARGE SCALE
KPG will take the lead on plans, specifications, and engineering to develop and resolve deficiencies. NHC
and AMEC will provide specifications and direction on key hydraulic and geotechnical design features.
KPG will provide construction management services for the projects.
ASSIGNMENTS
NHC: Provide hydraulic technical input based on work completed in prior tasks.
AMEC: Provide geotechnical technical input based on work completed in prior tasks.
KPG: Lead efforts for construction of physical deficiency corrections including creating PSE and
providing construction support.
City: Provide assistance as needed.
Page 8 of 11 Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
16
DELIVERABLES
• Full PSE packages suitable for bid letting. Construction management documentation as required.
TASK 12. ENVIRONMENTAL /PERMITTING
Capital improvements required to address deficiencies will likely require permits to be obtained. If work
is required on the riverward side of the levee, federal permits triggering ESA consultations may be
required. AMEC will provide permitting support for any required capital projects if requested by the
City.
ASSIGNMENTS
NHC: Hydraulics support for permitting.
AMEC: Provide permitting support as needed for the project.
KPG: Civil design support for permitting.
City: No assignments under this task.
DELIVERABLES
• Permit submittal packages as required to meet environmental /permitting needs.
PHASE 4 - CERTIFICATION SUBMITTAL
Once all deficiencies have been identified and corrected, the Tukwila Levee Certification report will be
prepared for submittal. The SOW for Phase 4 will be refined at the completion of Phase 1 and a cost
estimate prepared.
TASK 13. OPERATIONS PLANS AND CRITERIA DOCUMENTATION
An Operations and Maintenance (O &M) manual meeting FEMA requirements for the levee (CFR 65.10.c)
will be created, primarily by combining existing manuals. The basis of the manual will be the existing
Corps approved manual but will also adopt other recent policies and procedures, if appropriate, such as
those from the ongoing King County SWIF process (on which NHC is part of the consultant project team).
Additions may be necessary where other infrastructure, particularly bridge embankments, serve as part
of the levee system, but are not considered by the Corps as part of their project, and hence are not
addressed in the existing manual. The O &M manual must also address the stormwater system that
provides interior drainage for the City; therefore, all the City's pump stations will need to be addressed.
FEMA requires clear ownership of the levee system be demonstrated. As WSDOT owned 1 -405 bridge
embankment is high ground and the downstream tie -in, an inter - jurisdictional agreement will need to
be made between the City and WSDOT. Kent and WSDOT have recently determined a method to
address the issue within the City of Kent and we expect the same process to be followed. This task will
be required to be led by the City but the consultant team will provide the technical materials needed.
ASSIGNMENTS
NHC: Prepare documentation, including references to existing manuals, to meet CFR 65.10.c
requirements.
AMEC: Assist with document preparation.
KPG: No assignments under this task.
Page 9 of 11 Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
17
City: Assist with providing existing O &M manuals. Lead inter - jurisdictional agreement at downstream
tie -in to high ground.
DELIVERABLES
• Draft and final versions of O &M report.
• Technical materials for inter - jurisdictional agreement at downstream tie -in.
TASK 14. REFINE ENGINEERING ANALYSES
Engineering analyses conducted in Phase 1 may need to be refined to reflect any constructed levee
improvements and demonstrate that the levee meets certification requirements. The project team will
revise the Phase 1 analyses, as needed, and update the documentation for the levee certification.
ASSIGNMENTS
NHC, AMEC, KPG: Revise Phase 1 engineering analyses, as needed.
DELIVERABLES
• Final documentation of engineering analyses.
TASK 15. PROJECT DOCUMENTATION SUBMITTAL AND REVIEW
Once all technical analyses are complete and any deficiencies addressed, a certification report package
will be prepared. NHC will take the lead in preparing this document and combining reports, as -built
plans, and other files required. The certification document will be combined with some certifications
from the City related to the O &M manual into a final report and submitted to FEMA. The project team
will address review comments provided by FEMA.
Whether the project report is submitted as a CLOMR through STARR, FEMA's consultant, or directly
through local FEMA Region X for review will be determined during the project. NHC will engage FEMA
Region X early in the project to determine which of these paths is most likely.
ASSIGNMENTS
NHC: Prepare submittal package, to meet CFR 65.10.c requirements.
AMEC: Assist with document preparation.
KPG: Assist with document preparation.
City: Assist with document preparation, including providing required City signatures and formal
authorizations.
DELIVERABLES
• Draft project documentation.
• Final project documentation.
Page 10 of 11 Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
18
SCHEDULE
A tentative schedule is shown below. Timing beyond Phase 1 will depend heavily on the number and
complexity of any levee certification deficiencies. Phase 1 work will begin immediately so that any levee
improvement needs are identified as soon as possible. The goal is that simple construction projects for
small improvements can be built quickly, with the larger, more complex projects for addressing
deficiencies built in the summer /early fall of 2016. Once all improvements have been addressed,
documentation for certification will be prepared with a planned submittal to FEMA for their review at
the end of calendar year 2016.
Page 11 of 11
Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
19
2014 2015 2016
O N D J F M A M J J A S O N DJ F M A M J J A S O N D
PHASE 1
Task 1. Data Review
Task 2. Site Reconnaissance and
Field Data Collection
Task 3. Freeboard Analysis
Task 4. Embankment Protection
Analysis
Task 5. Embankment and Foundation
Stability Analysis
Task 6. Settlement Analysis
Task 7. Interior Drainage Analysis
Task 8. Improvement Needs
Summary
PHASE 2
Task 9. Civil Design and Construction
Support - Small Scale
Task 10. Alternatives Analysis - Large
Scale
PHASE 3
Task 11. Civil Design and Construction
Support - Large Scale
Task 12. Environmental /Permitting
PHASE 4
Task 13. Operations Plans and Criteria
Documentation
Task 14. Refine Engineering Analyses
Task 15. Project Documentation and
Submittal
Page 11 of 11
Tukwila 205 Levee Certification Scope of Work - 9/30/14 Final
City of Tukwila Department of Public Works
19
EXHIBIT B
COST ESTIMATE 9/23/2014
Northwest Hydraulic Consultants Inc.
16300 Christensen Road, Suite 350 Prepared for: Ryan Larson
Seattle, WA 98188 Project: Tukwila Levee Certification
Tel. (206) 241 -6000 Date: September 23, 2014
Fax (206) 439 -2420 Project No.: P214038
Prepared By: Todd Bennett
Labor Detail
Task Description
Principal
Senior Engineer
Engineer
GIS Analyst
Prod. Specialist
Sr. Contract
Specialist
Cost
1 DATA REVIEW
2 SITE RECONNAISSANCE AND FIELD DATA COLLECTION
3 FREEBOARD ANALYSIS
4 EMBANKMENT PROTECTION ANALYSIS
5 EMBANKMENT AND FOUNDATION STABILITY ANALYSIS
6 SETTLEMENT ANALYSIS
7 INTERIOR DRAINAGE ANALYSIS
8 IMPROVEMENT NEEDS SUMMARY
24
12
14
24
8
14
24
40
32
24
48
32
32
40
80
144
80
80
40
144
80
32
40
24
40
32
64
40
4
0.5
0.5
0.5
0.5
0.5
1
0.5
$ 24,830
$ 28,813
$ 19,008
$ 26,860
$ 14,846
$ 0
$ 31,018
$ 25,681
Total Hours
120.0
248.0
648.0
272.0
4.0
4.0
$ 171,058
Cost Based Rate (201.96 OH, 12% fee) $ 231.90 $ 184.12 $ 120.02 $ 69.63 $ 73.49 $ 140.37
Total Direct Labor:
Direct Expense Detail
Description
Units
Rate
Cost
Survey Equipment (Sounder, RTK, and boat)
Contract for levee brushing
1
$4,350.00
$ 4,350
$ 30,000
1
$30,000.00
Total Direct Expenses:
$ 34,350
Subconsultants
Firm
Sub Fee
Markup %
Markup
Cost
AMEC
KPG
$ 136,270
$ 84,006
10%
10%
$ 13,627
$ 8,401
$ 149,897
$ 92,406
Total Subconsultants:
$ 242,303
Cost Summary
Description
Cost
Total Labor
Total Direct Expenses
Total Subconsultants
$ 171,058
$ 34,350
$ 242,303
Total Project Cost:
$ 447,711
20
amec49
EXHIBIT B - SUMMARY OF COSTS
PHASE 1 - ENGINEERING ANALYSIS AND IMPROVEMENT IDENTIFICATION
Tukwila 205 Levee Certification
Geotechnical Services
Tukwila, Washington
AMEC Environment & Infrastructure, Inc.
DIRECT SALARY COST (DSC):
Classification (AMEC Class Code)
Hours
x Hourly Rate
Cost
Principal (623 -624)
144
Description
$69.95
Burdened
Labor Cost
$10,072.80
Associate (619 -622)
23
Data Review
$52.83
$ 3,967
$1,215.09
Senior 2 Engr/ Sci (616 -618)
483
Field Reconnaissance and Data
Collection (includes drilling and lab
testing)
$41.89
$ 36,699
$20,232.87
Senior 1 Engr/ Sci (614 -615)
1
Embankment and Foundation Stability
Analysis
$38.03
$ 38,919
$38.03
Tech Prof 3 (611 -613)
0
Settlement Analysis
$33.05
$ 10,327
$0.00
Tech Prof 1 -2 (608 -610)
0
Improvement Needs Summary
$29.50
$ 8,513
$0.00
CAD Tech 5 (517 -520)
37
Total
$30.90
$ 98,425
$1,143.30
Tech 1-4 (501-516)
0
$25.00
$0.00
Admin 4 -5 (809 -814)
8
$24.56
$196.48
Admin 1 -3 (801 -808)
11
$20.81
$228.91
TOTAL DSC
707
OVERHEAD COST (OH COST - including salary additives):
OH Rate of 1.6711 x DSC 1.6711 x
FIXED FEE (FF):
FF Rate of 0.30 x (DSC)
$33,127.48 =
0.3 x $33,127.48 =
REIMBURSABLES.
Field Expenses (mileage, equipment, etc.)
Subcontract Expenses (driller, traffic, lab) (10% mark -up)
TOTAL REIMBURSABLES
TOTAL
$1,372.80
$36,472.15
APPROXIMATE BREAKDOWN OF COSTS BY TASK
Task
Description
Hours
Burdened
Labor Cost
Other Direct
Costs
Total
1
Data Review
26
$ 3,967
$ 35
$ 4,002
2
Field Reconnaissance and Data
Collection (includes drilling and lab
testing)
314
$ 36,699
$ 37,775
$ 74,474
5
Embankment and Foundation Stability
Analysis
266
$ 38,919
$ 38,919
6
Settlement Analysis
71
$ 10,327
$ -
$ 10,327
8
Improvement Needs Summary
53
$ 8,513
$ 35
$ 8,548
Total
730
$ 98,425
$ 37,845
$ 136,270
Total $33,127.48
$55,359.33
$9,938.24
$37,844.95
$136,270.01
21
HOUR AND FEE ESTIMATE
Project: City of Tukwila
205 Levee Certification
Green River - S. 196th St to 1-405
EXHIBIT B
PQ
• Architecture •
Landscape Architecture
• Civil Engineering •
Task Description
3 _
*Labor Hour Estimate
Total Budget
Project
Manager
$ 179.26
Senior
Engineer
$ 143.58
Project
Engineer
$ 115.36
Urban
Designer
$ 125.96
Design
Eng / LA
$ 99.44
Technician
$ 86.18
Survey
Crew
$ 139.96
Senior
Admin
$ 112.70
Office
Admin
$ 74.25
Budget
Task1 - Data Review
Management / progress reports
6
4
0
0
0
0
0
2
6
$ 2,320.76
Review /assemble existing data
8
12
8
0
0
16
0
0
2
$ 5,607.30
Meetings
8
4
0
0
0
0
0
0
0
$ 2,008.38
Mileage
0
1
5
0
0
30
40
0
0
$ 50.00
Reproduction
0
0
0
0
0
5
20
0
0
$ -
Task Totals
22
20
8
0
0
16
0
2
8
$ 9,986.44
Task 2 - Site Reconnaissnce and Field Data Collection
Survey levee crest profile
0
2
10
0
0
20
80
0
0
$ 14,361.04
Survey up to 20 land based cross sections
0
1
5
0
0
30
60
0
0
$ 11,703.31
Pick up low chord and center of pier on bridges
0
2
5
0
0
10
30
0
0
$ 5,924.52
Fill in gaps or provide additional detail in key areas
0
1
5
0
0
30
40
0
0
$ 8,904.15
Layout profile stationing at 100' to 200' interval.
0
0
0
0
0
5
20
0
0
$ 3,230.07
Pick up 18 boring locations
0
0
0
0
0
5
10
0
0
$ 1,830.49
Mileage
$ 800.00
Reproduction
$ 200.00
Task Totals
0
6
25
0
0
100
240
0
0
$ 46,953.59
Task 8 - Improvement Needs Summary
Assist with prioritization and scope of improvements
16
24
40
0
0
0
0
0
8
$ 11,522.40
Assist with budget level cost estimates
8
24
40
0
0
0
0
0
4
$ 9,791.35
Coordination meetings
16
4
8
0
0
8
0
0
4
$ 5,351.75
Mileage
$ 200.00
Reproduction
$ 200.00
Task Totals
40
52
88
0
0
8
0
0
16
$ 27,065.51
* Hourly rates are based on the following:
Direct Salary Costs
Overhead Rate
Fixed Fee
Total Estimated Fee: $ 84,005.53
$ 65.00 $ 52.06 $ 41.83 $ 45.67 $ 36.06 $ 31.25 $ 50.75 $ 40.87 $ 26.92
145.78%
30%
Totals
$ 30,098.46
$ 43,877.53
$
9,029.54
6/20/2014