HomeMy WebLinkAboutTIS 2023-07-17 Item 2B - Agreement - Water Reservoir Site Feasibility Study with Carollo EngineersCity of Tukwila
Allan Ekberg, Mayor
Public Works Department - Hari Ponnekanti, Director/City Engineer
INFORMATIONAL MEMORANDUM
TO: Transportation Infrastructure Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: Adib Altallal, Utilities Engineer
CC: Mayor Allan Ekberg
DATE: July 14, 2023
SUBJECT: Water Fund — Water Reservoir Site Feasibility Study
Project No. 91240102
Consultant Selection and Agreement
ISSUE
Approve the consultant selection and agreement with Carollo Engineers for the feasibility study of the Water
Reservoir Site Feasibility Study Project.
BACKGROUND
During the City of Tukwila's 2015 Water Comprehensive Plan, the consultant identified that the continued
growth within the City no longer meets the Department of Health's water storage requirements. As a result,
the Water Reservoir and Pump Station was included in the Capital Improvement Program. During the most
recent Water Comprehensive Plan update, the City's water storage deficiencies were highlighted again.
Further development throughout the City and especially in the Ryan Hill and Tukwila South areas are likely
to be hindered or completely halted due to these water storage deficiencies.
Old Fire Station 52 has been identified as a possible future site of the reservoir. The construction of a new
reservoir at the site would save the City's General Fund money by taking over the responsibilities of the
demolition and mitigation of the building. Further, the project would greatly improve the condition of Hazelnut
Park by expanding the area and adding recreational items for the residents' use. Staff most recently
discussed this option with Council at the April 17th Transportation and Infrastructure Services Committee
meeting and the subsequent April 24th Committee of the Whole.
ANALYSIS
At the April 24th Committee of the Whole meeting, Council gave consensus to move forward with the
feasibility study. Three consultants were contacted and all three submitted proposals to do the feasibility
study. Carollo was selected due to their familiarity with the City's system and previous work on the
Comprehensive Plan.
FINANCIAL IMPACT
The contract is for $153,190.00. The project costs are within budget and are 100% funded by the water
enterprise fund.
Carollo Feasibility Contract
Cost Estimate
$153,190.00
2023-2024 Budget
$750,000.00
RECOMMENDATION
Council is being asked to approve the feasibility contract with Carollo Engineers in the amount of
$153,190.00 for the Water Reservoir Site Feasibility Study Project and consider this item on the Consent
Agenda at the July 24, 2023, Special Meeting.
Attachments: 2023 CIP, Page 56
Draft Contract & Scope
37
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: Water Reservoir and Pump Station Project No. 91240102
DESCRIPTION: Design and construct a new 2.5 MG water reservoir with a pump station.
JUSTIFICATION: The Department of Health is requiring the City provide additional water storage. A pump station is needed for fire
flow.
STATUS: Design funds will be used to update and expand the siting study Carollo completed in 2014 and updated in 2021.
MAINT. IMPACT: Additional staff will be needed to provide maintenance for the new reservoir and pumps.
COMMENT:
FINANCIAL Through Estimated
(in $000's)
2021 2022 2023
2024
2025
2026
2027
2028
BEYOND TOTAL
EXPENSES
Design
7
500
500
1,007
Land (R/VV)
750
1,000
1,750
Const. Mgmt.
500
500
1,000
Construction
2,000
3,600
7,000
12,600
TOTAL EXPENSES
7
0
0
750
1,000
3,000
4,600
0
7,000
16,357
FUND SOURCES
Awarded Grant
0
Proposed Grant
1,000
1,000
Bond
750
1,000
3,000
3,600
8,350
Mitigation Expected
0
Utility Revenue
7
0
0
0
0
0
0
0
7,000
7,007
TOTAL SOURCES
7
0
0
750
1,000
3,000
4,600
0
7,000
16,357
Location to be determined.
2023 - 2028 Capital Improvement Program
803-14
38
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number:
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and Carollo Engineers, 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 feasibility and design
services in connection with the project titled Tukwila Reservoir Feasibility Study.
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 31, 2024, 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 31, 2024 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 $153,190.00 without express written modification of the Agreement signed by the
City.
B. The Consultant may submit vouchers to the City once per month during the progress of
the work for partial payment for that portion of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the City after the completion of
the work under this Agreement and its acceptance by the City.
D. Payment 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.
39
5. Ownership and Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services rendered under this
Agreement shall be the property of the City whether the project for which they are made is
executed or not. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall not be responsible for any use of the said
documents, drawings, specifications or other materials by the City on any project other than
the project specified in this Agreement.
6. Compliance with Laws. The Consultant shall, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances
and regulations, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
officials, employees and volunteers harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuries and damages
caused by the sole negligence of the City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCW
4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or
damages to property caused by or resulting from the concurrent negligence of the Consultant
and the City, its officers, officials, employees, and volunteers, the Consultant's liability
hereunder shall be only to the extent of the Consultant's negligence. It is further specifically
and expressly understood that the indemnification provided herein constitutes the Consultant's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of
this section shall survive the expiration or termination of this Agreement.
8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
insurance against claims for injuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Consultant, its agents,
representatives, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to limit the liability of the Consultant to the coverage provided
by such insurance, or otherwise limit the City's recourse to any remedy available at law or in
equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury
and property damage of $1,000,000 per accident. Automobile Liability insurance
shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be
written on Insurance Services Office (ISO) form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to
provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop-gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO endorsement form CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
Page 2
40
4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance limits than the minimums shown above, the Public Entity shall be insured for the
full available limits of Commercial General and Excess or Umbrella liability maintained by
the Contractor, irrespective of whether such limits maintained by the Contractor are greater
than those required by this Contract or whether any certificate of insurance furnished to
the Public Entity evidences limits of liability lower than those maintained by the Contractor.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they shall
be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance
pool coverage maintained by the City shall be excess of the Consultant's insurance and
shall not be contributed or combined with it.
D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall furnish
certified copies of all required insurance policies, including endorsements, required in this
Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due
the Consultant from the City.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship of employer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall be entitled to any benefits accorded City employees by virtue of the services
provided under this Agreement. The City shall not be responsible for withholding or otherwise
deducting federal income tax or social security or for contributing to the state industrial
insurance program, otherwise assuming the duties of an employer with respect to the
Consultant, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon
or resulting from the award or making of this contract. For breach or violation of this warrant,
the City shall have the right to annul this contract without liability, or in its discretion to deduct
from the contract price or consideration, or otherwise recover, the full amount of such fee,
commission, percentage, brokerage fee, gift, or contingent fee.
CA revised May 2020
Page 3
41
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days
written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement between
surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and agree
that venue shall be properly laid in King County, Washington. The prevailing party in any such
action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising
from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any other
provisions hereof and all other provisions shall remain fully enforceable. The provisions of this
Agreement, which by their sense and context are reasonably intended to survive the
completion, expiration or cancellation of this Agreement, shall survive termination of this
Agreement.
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Carollo Engineers
1200 Fifth Avenue #900
Seattle, WA 98101
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
CA revised May 2020
Page 4
42
DATED this day of , 20
CITY OF TUKWILA
Allan Ekberg, Mayor
CAROLLO ENGINEERS:
By:
Printed Name:
ATTEST/AUTHENTICATED: Title:
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CA revised May 2020
Page 5
43
caroiio
June 13, 2023
Mr. Adib Altallal
City of Tukwila
6300 Southcenter Boulevard, #200
Tukwila, WA 98188
Subject: Proposal for Professional Engineering Services for the
City of Tukwila Hazelnut Park Reservoir Feasibility Project
Dear Mr. Altallal:
1200 Fifth Avenue, Suite 900
Seattle, Washington 98101
P 206-684-6532
carollo.com
Carollo Engineers Inc. (Consultant) is pleased to submit this proposal to provide Professional Engineering Services
for the feasibility study of a new reservoir to potentially be located at 14475 59th Avenue South, Tukwila, WA
98168 (site). The City of Tukwila (City) is considering a proposed 2.5 million -gallon storage reservoir and an
accompanying pump station at the site. The proposed reservoir design will evaluate both a partially above
ground and a fully below ground design options.
In March 2023, Consultant provided a high-level siting study, which showed this site could be a potential
location. This feasibility study will take a closer look into the site and provide recommendations before the City
moves forward with this location for the new reservoir and pump station. The scope of work will also include a
summarized report designed to communicate to City Management the alternatives considered and the
recommendations for moving forward with the project.
SCOPE OF WORK
TASK 1— PROJECT MANAGEMENT
1.1— Project Kick -Off Meeting
Prior to beginning work, Consultant will coordinate and participate in a project kick-off meeting with the City to
discuss the finalized scope of work, the schedule, the roles and responsibilities, communication protocol,
coordination activities between City staff, and other related items.
1.2 — Progress Meetings
Consultant will attend monthly progress meetings with the City. We anticipate attending a total of three (3)
coordination review and progress meetings during this project.
Consultant will prepare and distribute meeting agendas prior to each meeting. Consultant will also prepare and
distribute meeting minutes within five (5) days after each meeting.
All monthly progress meetings will be held remotely on Microsoft Teams.
1.3 — Project Management
This task includes the management responsibilities associated with proper scheduling, budget control, invoice
preparation and coordination with the City. Consultant's project manager will review the status of budget,
schedule and relevant project issues on a monthly basis. Monthly status updates will be used to confirm work
11866600 / Tukwila -Reservoir Feasibility Study Scope.docx
44
Mr. Adib Altallal
City of Tukwila
June 13, 2023
Page 2
progress, identify critical information needs, and where appropriate alert the City to any potential issues which
may impact the project scope, schedule or budget. Critical needs can also be discussed through a telephone
conference call. These monthly project status updates will be supplemented on an as needed basis with monthly
project status reports that will be prepared and distributed along with Consultant's invoices.
1.4 — Technical Review and QA/QC
Consultant will provide quality assurance and quality control (QA/QC) reviews through the course of the project
consistent with City's expectations. Consultant and its quality management procedures establish and maintain a
structure for providing reviews of all work products and adherence to industry design standards.
All work product deliverables, including detailed checking of work by in-house staff, will be reviewed prior to
submittal to the City. Technical reviews will include reviews for code compliance, safety, operability,
constructability, and clarity.
• The Consultant will develop and maintain:
Develop and maintain a Decision Log to record key decisions made by the City and others during the project
to document the evolution of the design.
• Develop and maintain an Action Log to record action items required by the City and Consultant.
• Manage Record of Comments to track City review comments and Consultant's responses for all project
deliverables.
• Deliverables:
• Deliverables for Task 1 will include:
1. Action and Decision Log.
2. Record of Comments Log.
TASK 2 — FIELD INVESTIGATIONS
2.1— Boundary and Topographic Survey
Consultant will conduct a boundary and topographic survey of the site and provide a base map to the extent
required for the design of the new facilities and interconnections with the existing facilities. The survey limits will
cover the project site and street frontage out to the centerline. Mapping will include 1 -foot contours and will
reference NAD 83 for horizontal control and NAVD 88 for vertical datum. All surface features will be shown and
identified, including trees, fences, above -ground piping, and structures. Utility locating will be completed by a
private locate firm contracted directly with the surveying subconsultant. Where vaults, manholes, or valve cans
can be accessed, the survey will include depths of existing underground utilities. Property boundaries will be
determined from existing street monuments, found property corners and recorded plats and surveys.
2.2 — Geotechnical Investigations
Consultant will conduct a desktop -level characterization of the subsurface conditions of the site. A geotechnical
engineering feasibility memorandum shall include the following findings and recommendations.
45
Mr. Adib Altallal
City of Tukwila
June 13, 2023
Page 3
• Review of available geologic maps, reports, and other relevant data sources to identify potential geotechnical
constraints such as groundwater, loose/soft surface soil, existing fill, compressible soil, expansive soil,
liquefiable soil, and lateral spreading.
• Desktop review of geological and seismic hazards in the general project area, including the potential for
liquefaction, lateral spreading, and qualitative estimated seismically induced settlement.
• Develop initial conceptual model of geotechnical constraints, geological hazards and approximate depth to
groundwater.
• Suitability of site for the proposed improvements.
Consultant will also plan and conduct a subsurface exploration program consisting of one (1) drilled soil boring
within subject property. The geotechnical boring will be drilled using a limited access track -mounted drilling rig
equipped with hollow stem augur drilling equipment to a maximum depth of 35 feet below ground surface or
practical refusal, whichever reached earlier. This task will include marking the boring location, submitting public
one -call utility notifications, and subcontracting with a private locating service to clear the explorations prior to
drilling.
Consultant will prepare a Geotechnical Work Plan Memoranda for the proposed fieldwork. The work plan will be
submitted to the City for review and approval. The work plan will detail the type, location, and extent of
proposed field exploration along with logistics necessary to perform the work. Consultant assumes the required
permits or rights of entries will be provided at no cost.
• Consultant will observe drilling, log soils, and collect samples. Samples collected will be submitted for
laboratory testing.
• Consultant will perform engineering analyses to develop conclusions and recommendations for temporary
excavation support, construction dewatering, and trenching and backfilling.
• Consultant will summarize the results of the studies, explorations, analyses, conclusions, and
recommendations in a draft geotechnical engineering feasibility memorandum. The memorandum will include
the results of the desktop study and subsurface explorations, exploration logs, figures showing the exploration
locations, laboratory results, and geotechnical engineering conclusions and recommendations.
• Consultant will provide written responses to all review comments. The written responses will be provided in
the form of emails to the design team. Consultant will prepare a final geotechnical engineering feasibility
memorandum once review comments are provided.
• Deliverables:
• Deliverables for Task 2 will include:
1. Topographic survey base maps in CAD.
2. Draft and Final Geotechnical Engineering Feasibility Memorandum.
3. Geotechnical Work Plan Memoranda.
TASK 3 — PREPARE ALTERNATIVES AND SITE LAYOUTS
46
Mr. Adib Altallal
City of Tukwila
June 13, 2023
Page 4
3.1— Attend Site Visits
Consultant will conduct site visits to gather information that may be required. For fee estimating purposes, we
have assumed two (2) half-day site visits will be performed.
3.2 — Identify Feasibility Criteria
Consultant will identify feasibility parameters and provide discussion and recommendations to inform the
development of the site layouts in Task 3.2. These parameters may include:
• Shoring
• Constructability
• Hydraulics
• Reservoir depth
• Code change
• Noise limit
• Construction costs
3.3 — Prepare Preliminary Site Layouts
Consultant will use the survey information prepared under Task 2 — Surveying to develop site layouts. A list of
unconfirmed utilities and those not found on the plans will be created. This list could later be utilized for
potential potholing locations during the design phase.
Consultant will prepare three (3) separate site layouts for three proposed reservoir types. These will include
layouts for a rectangular cast -in-place reservoir, a circular pre -stressed concrete reservoir, and a steel tank
reservoir. Each site layout will also include the building size and location of the proposed pump station. The
features from the topographic survey will be included in the layouts. The site layouts will be submitted to the City
for review.
3.4 — Planning -level Cost Assumptions
Carollo will develop preliminary opinions of probable construction cost for all (3) separate site layouts.
Association for the Advancement of Cost Engineering) AACE Level 4 will be developed.
3.5 — Hydraulic Verification
Consultant will use the City's hydraulic model developed as part of the latest Water System Plan to confirm
hydraulics for all three (3) separate site layouts. Pressures, velocities, fire flows, and tank turnaround will be
checked with the hydraulic model. This may help optimize the size of the reservoir pump stations.
3.6— Comparison and Ranking of Alternatives
Consultant will compare and rank the reservoir alternatives including the feasibility of rectangular cast -in-place
reservoir, circular pre -stressed concrete reservoir, and steel tank reservoir options. The ranking will also consider
47
Mr. Adib Altallal
City of Tukwila
June 13, 2023
Page 5
the feasibility of construction within the available area, and construction duration. Consultant will submit the
comparison and ranking of alternatives to the City for review in the Feasibility Study Report.
Deliverables:
Deliverables for Task 3 will include:
1. Preliminary Site Layouts
TASK 4 — FEASIBILITY STUDY REPORT
4.1— Prepare Draft and Final Feasibility Study Report
Consultant will prepare a Feasibility Study for the Reservoir Facility. Consultant will present the three reservoir
layout options and make a recommendation for the most appropriate options based on input from the City on
their goals, objectives, and budgetary restraints. The new reservoir will require optimizing storage volume,
hydraulic operability, the existing surface area, and capital expenditures. As a minimum, the Feasibility Study
Report will cover the following sections:
• Section 1: Introduction / Project Overview.
• Section 2: Field Investigations / Utility Research.
• Section 3: Design Criteria.
• Section 4: Reservoir Sizing, Layouts, and Piping.
• Section 5: Pump Station Criteria.
• Section 6: Planning Level Environmental Permitting Assessment.
• Section 7: Construction Cost Estimates.
• Section 8: Design and Construction Schedules.
• Section 9: Conclusions and Recommendations.
4.2 — Comments Review Meeting
Consultant will attend virtual meeting(s) with City staff to discuss and review comments on the draft Feasibility
Study Report.
Deliverables:
Deliverables for Task 4 will include:
1. No hardcopies of the report.
2. One electronic copy of the draft and final report in original Microsoft Word format.
3. One electronic copy of the draft and final report in PDF format.
4. Original copy of all calculations, cost estimates and other documents.
5. Electronic copy of the site preliminary layouts in PDF format.
BUDGET ESTIMATE
48
Mr. Adib Altallal
City of Tukwila
June 13, 2023
Page 6
Consultant's estimated budget is presented in Attachment A in the following pages. Consultant proposes to
perform the above-described scope of services on a time and material and Not -To -Exceed Fee of XXXXX.
ASSUMPTIONS
Consultant has identified the following items as a basis in preparing this amendment and fee estimate.
• Carollo Engineers and its subconsultants will be referred to as "Consultant" in this document.
• The City of Tukwila, Washington and its staff will be referred to as "City" in this document.
• All deliverables are provided in electronic PDF format, unless otherwise indicated. Final deliverables will be
"wet" signed and/or digitally signed in accordance with the Washington Administrative Code (WAC).
• Consultant shall complete the services required hereunder in accordance with the prevailing engineering
standard of care by exercising the skill and ability ordinarily required of engineers performing the same or
similar services, under the same or similar circumstances, in the State of Washington.
• The City shall furnish the Consultant available studies, reports and other data pertinent to the Consultant's
services; obtain or authorize the Consultant to obtain or provide additional reports and data as required;
furnish to the Consultant services of others required for the performance of the Consultant's services
hereunder, and the Consultant shall be entitled to use and rely upon all such information and services
provided by the City or others in performing the Consultant's services under this Agreement.
• Opinions of probable costs will be based on the level of project definition and expected accuracy range as
defined by the American Association of Cost Engineers (AACE) International.
• In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for potential
projects, the Consultant has no control over cost or price of labor and material; unknown or latent conditions
of existing equipment or structures that may affect operation and maintenance costs; competitive bidding
procedures and market conditions; time or quality of performance of third parties; quality, type, management,
or direction of operating personnel; and other economic and operational factors that may materially affect
the ultimate project cost or schedule. Therefore, the Consultant makes no warranty that the City's actual
project costs, financial aspects, economic feasibility, or schedules will not vary from the Consultant's opinions,
analyses, projections, or estimates.
• The City shall arrange for access to and make all provisions for the Consultant to enter upon public and
private property as required for the Consultant to perform services hereunder.
• City review comments for deliverables will be received and noted in the original file (e.g., Bluebeam, Word,
etc.). Consultant will respond to City review comments in same original file. The original file including City
comments and Consultant responses will serve as the Record of Comment for each deliverable.
• Hour durations for meetings, workshops, and site visits in this Scope of Services are based on estimated time
on-site. Allowances for travel time, as appropriate, are accounted for in the budget in Exhibit B.
• All meetings and workshops will be held remotely through Microsoft Teams or a similar video -conferencing
platform, unless specifically specified.
• The City will provide the Consultant with all available past geotechnical reports in the vicinity of the Project.
49
Mr. Adib Altallal
City of Tukwila
June 13, 2023
Page 7
• The Consultant shall not be responsible for warranties, guarantees, fitness for a particular purpose, breach of
fiduciary duty, loss of anticipated profits or for economic, incidental or consequential damages to the City or
any third party arising out of breach of contract, termination, or for any other reason whatsoever. Additionally,
the Consultant shall not be responsible for acts and decisions of third parties, including governmental
agencies, other than the Consultant's subconsultants, that impact project completion and/or success.
• The services to be performed by the Consultant are intended solely for the benefit of the City. No person or
entity not a signatory to this Agreement shall be entitled to rely on the Consultant's performance of its
services hereunder, and no right to assert a claim against the Consultant by assignment of indemnity rights or
otherwise shall accrue to a third party as a result of this Agreement or the performance of the Consultant's
services hereunder.
• No potholing is anticipated for this project.
• Geotechnical boring conducted through pavement will be patched with rapid -setting concrete. No saw cuts
and hot mix asphalt patches will be required.
• All required rights of entry or permits will be provided by the others at no cost to the Consultant.
• Soil samples will be collected from the borings using the Standard Penetration Test at intervals of 2.5 feet.
• All non -contaminated drilling spoils and related debris will be drummed on-site and transported off-site for
disposal by the drilling subcontractor, unless otherwise mutually agreed upon. If suspected contaminated soils
are encountered, the Consultant design team and the County will be notified, and the suspect contaminated
soils and decon water will be properly contained on-site (i.e., drummed) for disposal pending laboratory
analytical results. The on-site location for storage of suspect materials will be provided by the City. Waste
profile paperwork for disposal of suspect soils and/or decon water will be signed by a representative of the
City. Estimated Subcontractor effort and IDW disposal costs are for non -hazardous wastes. If analytical results
indicate hazardous wastes are present, IDW disposal may incur additional labor and subcontracting costs.
• All soil samples will be disposed after 6 months of being collected. Long-term storage of soil samples by the
Subcontractor is not included.
• Drilling will be accomplished during normal daylight workdays and hours, with at least a minimum 8 hours
available per day.
SCHEDULE
The schedule for performing the above tasks will take approximately eight (8) months to complete. See below for
the approximate proposed schedule.
• Notice to Proceed: July 2023
• Kick off Meeting: August 2023
• Start Work: August 2023
• Finish Work: March 2024
0
Mr. Adib Altallal
City of Tukwila
June 13, 2023
Page 8
Sincerely,
CAROLLO ENGINEERS
Aurelie Nabonnand
Senior Planning Engineer/Associate
AN:rg
51
c car h',.
CITY OF TUKWILA
Hazelnut Park Reservoir Feasibility Project
PROJECT BUDGET
TASK / DESCRIPTION
PM APM QM PE Staff Engineer Planning Eng. /GIS DP
Nabonnand Waligorski Taylor Thompson Bullough Reilly Varies Varies
Total Hours
Carollo Labor
Cost
HWA
KPG
Psomas
Sub 5%
Profit
Total Sub
CostCOST
OTHER DIRECT COSTS
TOTAL
Travel, PECE
Shipping and
Printing
$ 14.00 Total ODC
Total Labor Rate
$220.00 $280.00 $300.00 $220.00 $175.00 $175.00 $150.00 $120.00
Task 100 .roject Management and Quality Management 2qmmim 18 16 10 4 - - J1 8
60
18,100
-
- _
$ - 100 $ -1140 $ 940
$ 19,040
110
Kick-off Meeting 2
4
4
4
14
$ 3,140
$ - $ -
$ 100
$ 196
$ 296
$ 3,436
120
Progress Meetings 2
6
6
14
$ 3,440
$ - $ -
$ -
$ 196
$ 196
$ 3,636
130
Project Management 16
8
8
32
$ 6,720
$ - $ -
$ -
$ 448
$ 448
$ 7,168
140
Technical Review and QA/QC
16
$ 4,800
$ - $ -
$ -
$ -
$ -
$ 4,800
Task 200 - Field Investigations
W - 4111111 AWE. -
-
20
$ 4,460
$ 42,080
1 $ 12,808
$ 2,744 $ 57,632
- $ 280 $ 280
$ 62,372
210
Topographic Aerial and Field Survey
2
4
6
14
227
$ 1,440
$ 3,020
$ 43,410
$ 42,080
$ -
$ 12,808
$ _ 640 $ 13,448
$ -
$ 84
$ 84
$ 14,972
$ 47,400
$ 46,888
220
Geotechnical Investigations
2
8
4
$ 2,104
$ 44,184
-
$ -
$ 196
$ 196
Task 300 - Prepare Alternatives and Site Layouts - 48.11. 9fri. 16 -
Ai
$ 300 $ 3,178 $ 3,478
310
Attend Site Visits
10
10
10
30
$ 6,750
$ -
$ 300
$ 420
$ 720
$ 7,470
320
Identify Feasibility Criteria 2
2
6
8
18
$ 3,720
$ - $ -
$ -
$ 252
$ 252
$ 3,972
330
Prepare Preliminary Site Layouts 1
4
12
24
40
81
$ 14,180
$ -
$ -
$ -
$ -
$ 1,134
$ 1,134
$ 15,314
340
Planning -level Cost Assumptions 1
2
8
24
35
$ 6,740
$ -
$ -
$ 490
$ 490
$ 7,230
350
Hydraulic Verification 2
16
4
22
$ 3,840
$ - $ -
$ -
$ 308
$ 308
$ 4,148
360
Comparison and Ranking of Alternatives 1
4
12
24
41
$ 8,180
$ - $ -
$ -
$ 574
$ 574
$ 8,754
Task 400 - Feasibility Study Report ' - 46 1. - - 16
= 120
$
- $ 1,680 $ 1 1,680
$ 24,890
410
Prepare Draft and Final Feasibility Study Report 4
4
40
40
16
104
$ 19,720
$ -
$ - $ -
$ -
$ 1,456
$ 1,456
$ 224
$ 21,176
$ 3,714
420
Comments Review Meeting 2
4
4
6
16
$ 3,490
$ - $ -
$ -
$ 224
TOTAL 16 16 44 24
427
$ 89,180
, 57,632
$ 400 $ 5,978 $ 6,378
$ 153,190
Print Date: 6/15/2023
Budget 52
Page 1 of 1 c:\pw_working\projectwise\ewaligorski\d0625187\Tukwila_StorageFeasibility_DRAFT_VerB.xlsx