Loading...
HomeMy WebLinkAboutUtilities 2011-02-15 Item 2B - Agreement - Storm Lift Station #15 Improvements Design with PACE Engineers J�.tJILA ,4".4%, City of Tukwila Jim Haggerton, Mayor 2 7 90= INFORMATIONAL MEMORANDUM TO: Mayor Haggerton UTILITIES COMMITTEE FROM: Public Works Director DATE: February 9, 2011 SUBJECT: Storm Lift Station No. 15 Improvements Project No. 91041203 Consultant Recommendation and Agreement ISSUE Approve a Consultant Agreement with PACE Engineers, Inc. to design pump station improvements. BACKGROUND Storm Lift Station No. 15 drains approximately 200 acres of the northern portion of the Tukwila South Development. The station was built in 1977, has four pumps, a total capacity of 43.7 cfs and is the largest pump station in the City. The electrical controls and pumps are located below ground and the station does not have generator backup power. The Tukwila South Project will construct the north storm pond with a total capacity of approximately 15 acre -feet of storage. This pond will then be connected to Storm Lift Station No. 15 through a 36" storm pipe. Development of the Tukwila South Project will significantly increase the discharge to this station. ANALYSIS Failure and flooding at Storm Lift Statiofi No. 15 could result from a power failure or storm flows over the station capacity. Flooding of the station would result in the loss of the station and significant costs due to damaged electrical panels, controls, and pumps. Planned improvements to reduce these risks are: Installation of a back -up power generator to run all or a portion of the pumps Installation of an electronically activated gate that reduces discharge to the station during flood events Sealing the dry portion of the station so that stormwater cannot enter through drains connected to the wet well The current Consultant Roster was reviewed and three firms were short- listed to perform this design. The firms were: KPG, PACE Engineers and Parametrix. PACE, Inc. was selected as the firm that best met the requirements for this type of project as PACE has performed similar work for other cities. PACE also completed the Drainage Study for this pump station in 2010. Staff met with the proposed Project Manager and developed a scope of work that includes design upgrades to the station. BUDGET SUMMARY This project will be funded through the 412 Surface Water Fund. Cost Budci PACE Engineers, Inc. 59,839.00 60,000.00 RECOMMENDATION The Council is being asked to approve a Consultant Agreement with Pace Engineers, Inc. in the amount of $59,839.00 for consideration at the February 28, 2011 Committee of the Whole meeting and subsequent March 7, 2011 Regular Meeting. Attachments: Page 146, 2011 CIP Consultant Selection Score Sheet Consultant Agreement W: \PW Eng PROJECTS \A- DR Projects \91041203 (Storm Lift Station No 15 Improvements) \Info Memo Design PACE.doc 5 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2011 to 2016 PROJECT: Storm Lift Station No. 15 Improvements Project No. 91041203 DESCRIPTION: Upgrade Storm Lift Station No. 15 to provide an on -site generator and gates to protect station from damage due to power or pump failure. JUSTIFICATION: The Tukwila South development will significantly increase storm flows to Lift Station #15. STATUS: New project for 2011 2016 CIP. A drainage study with improvement recommendations was completed in 2010. MAINT. IMPACT: Potential for station failure will be reduced. COMMENT: FINANCIAL Through Estimated (in $000's) 2009 2010 2011 2012 2013 2014 2015 2016 BEYOND TOTAL EXPENSES Design 14 60 74 Land (R/W) 40 40 Const. Mgmt. 40 40 Construction 362 362 TOTAL EXPENSES 0 14 100 402 0 0 0 0 0 516 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 City Oper. Revenue 0 14 100 402 0 0 0 0 0 516 TOTAL SOURCES 0 14 100 402 0 0 0 0 0 516 a Project Location <o;� 6166 St 8 5119 ����T�. a is I 6 16 t: 6 16051 �C Pkwy 1 z j 2Q D I' j761 .-0 T S e I -00 u a Tre t ck Dr t a f 1 8 I raider H. 0 N eo upiane or 2 1 A o roves. W E Se w1 e e 8 r a low i f '5it I ,a f: Z.: a GIS 2011 2016 Capital Improvement Program 146 6 CONSULTANT SELECTION Pump Station 15 Design KPG PACE x Parametrix Project Manager 1 1 1 Stormwater Pump Station Experience 3 1 2 Firm Expirence General 1 1 1 Working with Tukwila? Program Knowledge 1 1 5 3 .,n Familiarity with Tukwila South P Drainage Basin 2 1 3 PS &E Experience with Tukwila 3 v 4 TOTALS 9 6.5 13 Score consultant 1 to 4, with 1 being highest and 4 being lowest. Lowest score is consultant ranked highest. CONSULTANT AGREEMENT FOR DESIGN SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and PACE Engineers, 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 Design services in connection with the project titled Stormwater Pump Station No. 15 Improvements. 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. Time for Performance. Work under this contract shall commence upon the giving of 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 prior to December 31, 2011, 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 $59,839.00 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 is 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 state for a period of three (3) years after final payments. Copies shall be made available upon request. 8 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 to be rendered under this Agreement. 7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its officers, agents and employees, from and against any and all claims, Losses or liability, including attorney's fees, arising from injury or death to persons or damage to property occasioned by any act, omission or failure of the Consultant, its officers, agents and employees, in performing the work required by this Agreement. With respect to the perform- ance of this Agreement and as to claims against the City, its officers, agents and employees, the Consultant expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the obligation to indemnify, defend and hold harmless provided for in this paragraph extends to any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually negotiated by the parties. This paragraph shall not apply to any damage resulting from the negligence of the City, its agents and employees. To the extent any of the damages referenced by this paragraph were caused by or resulted from the concurrent negligence of the City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid and enforceable only to the extent of the negligence of the Consultant, its officers, agents and employees. 8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this contract comprehensive general liability insurance, with a minimum coverage of $500,000 per occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/ aggregate for property damage, and professional liability insurance in the amount of $1,000,000. Said general liability policy shall name the City of Tukwila as an additional named insured and shall include a provision prohibiting cancellation of said policy except upon thirty (30) days prior written notice to the City. Certificates of coverage as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde- pendent 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 2 9 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. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age, sex or the presence of any physical or sensory handicap 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. Attorneys Fees and Costs. In the event either party shall bring suit against the other to enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to recover its costs, including reasonable attorney's fees, incurred in such suit from the losing party. 3 10 16. 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: PACE Engineers, Inc. 11255 Kirkland Way, Suite 300 Kirkland, WA 98033 17. Integrated Agreement. 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. This Agreement may be amended only by written instrument signed by both the City and the Consultant. DATED this day of 20 CITY OF TUKWILA CONSULTANT By: Mayor Printed Name: Title: Attest /Authenticated: Approved as to Form: City Clerk Office of the City Attorney 4 11 EXHIBIT A SCOPE OF SERVICES STORMWATER PUMP STATION 15 IMPROVEMENTS Project Understanding The existing Lift Station No. 15 serves the Tukwila south property. The general boundaries of the Tukwila south property are South 180 Street to the north, I -5 to the west, Green River to the east and South 204 Street to the south. Lift Station No. 15 was constructed in the late 1970's and has a total capacity of 43.7 cfs (19,614 gpm). Currently, Lift Station No. 15 conveys stormwater flows from the Northeast Basin which is mostly commercial. It will also take future flows related to the new development to the south. To date there have been no major reports of mechanical problems with the lift station. There is currently no on -site emergency back -up power if there were to be a complete failure of the pumps due to a power outage. To resolve this issue the City has requested PACE provide: Bid ready contract documents for the installation of a 600 kW standby generator with a 1,000 gallon subbase -fuel tank adjacent to the lift station to provide power to the pumps during power outages. Provide drawings to seal the electrical room from the wet well Provide power to the new actuated sluice gate that will be constructed as part of the North Pond. Evaluate the cost and benefits to replace the existing motor starters with VFD's and the replacement of the existing control panels. Scope of Services This proposal includes necessary civil and electrical engineering services through the design phase of this project. PACE will be the prime consultant for the entire Scope of Work and will oversee and administer this Scope of Work. PACE will complete all civil engineering and survey services in- house. PACE will subcontract with Follett Engineering for the electrical engineering portion of the project. Based upon our discussions we have not included the services of a professional land acquisition specialist on this project. If during the course of the project, a specialist is required to assist with obtaining an easement for the generator location the scope and budget would need to be modified accordingly. We anticipate starting this work immediately and proceeding on a preliminary layout to submit to the City for review. The estimated cost for this work is approximately $59,839 (see Exhibit B). The budget is based on our 2011 rates. SCOPE OF WORK Task 1- Project Management /Coordination /Meetings PACE will provide administration and coordination of the project. The following items are included in this task: Attend coordination meetings with the City as required. For budgetary purposes 12 12 City of Tukwila February 2, 2011 Page 2 hours have been allotted for meetings. Since the amount of meeting time is not under our control, any time in excess of the budgeted 8 hours will be billed on a time and material basis. Conduct a field reconnaissance of site and other facilities with the design team and City staff. Coordination with subconsuitant. In -house project administration, scheduling, and direction of design team staff. Preparation of monthly progress reports Quality Assurance including a review of all plans and documents at the preliminary design and final design stages of the project Task 2- Site Survey PACE will provide a topographic survey of the project area in accordance with the following items: Vertical Datum will be NAVD 88 based on City of Tukwila control points. Horizontal Datum will be NAD 83/91 Washington State Plane coordinate system, North Zone also based on City of Tukwila control and matching the datum. Right of entry to the site will be provided by the Client. The City will provide available as -built drawings of existing pump station and the adjacent strip mall. The limits of the survey will include the southern half of the parking lot between the two driveways and including two rows of parking stalls in a northerly direction. The existing parking stall locations will be surveyed along with all surface features and subsurface utilities as located in the field. The survey will extend across S 180 Street to the proposed location of the new sluice gate. Task 3 Preliminary Design PACE will prepare a preliminary layout of the proposed improvements to submit to the City for review and comment. This work includes: Prepare preliminary site plan for the proposed generator and appurtenances. Utilize lift station as- builts provided by the City to prepare details associated with sealing of the electrical room from the wet well. Preliminary layout of the CMU wall and access gate to enclose the generator. Prepare preliminary electrical site plan with generator and conduit placement. Instrumentation and control drawings for communication and operation of the generator. Prepare preliminary construction cost estimate. Task 4 Final Design Based upon City comments on the preliminary design as well as input from the property owner, PACE will prepare the final design and contract bid documents in accordance with City standards using the City's standard template and the most recent version of the Washington State Department of Transportation `Standard Specifications for Road, Bridge and Municipal Construction. The design will include the following items: 13 City of Tukwila February 2, 2011 Page 3 Existing Site Conditions TESC Plans and Details Site Plan and Details of the new generator, enclosure, landscaping and associated appurtenances Electrical Design Contract Documents Estimate of Probable Construction Costs PACE will incorporate any City forms or special bid /construction requirements within the bid document. It is assumed that the City will advertise, open bids and award the project with support from PACE. Task 5 Electrical Pre Design Follett Engineers will prepare the following electrical design and evaluation: Determine /confirm the size of generator needed to run 4- 150HP pumps and other appurtenances. Determine automatic transfer switch (ATS) size and options including interface with the existing system. Develop options to replace the motor starters with VFD's. Review the existing control system and develop alternative analysis for replacement. Prepare preliminary electrical drawings. Prepare a preliminary construction cost estimate of the above items Summarize the above items in a Technical Memorandum. Task 6 Final Electrical Design Follett Engineers will prepare the final electrical design for the new generator and appurtenances based upon review comments from the City. This task excludes final design on converting the motor starters to VFD's and the control pan replacement design. Both of those items are optional design elements based upon city comments and available construction budget. If the City decides to add these items to the scope of work the fee estimate would need to be adjusted accordingly/ Task 7- Easement Acquisition PACE will negotiate with the property owner for a permanent easement at the location of the proposed generator. Work under this task will include: PACE will secure the latest title report on the property PACE will prepare Legal exhibit and for the proposed easement as needed. Communication with property owner on the need and benefit of the easement. Determine assessed value of easement based on current square footage value. Finalize easement for recording. It is that the property owner is a willing participant and condemnation will not be required. 14 City of Tukwila February 2, 2011 Page 4 Task 8 Property Appraisal PACE Engineers will secure the services of an appraiser to determine the value of the land required for the proposed generator. This value will be the basis for the easement acquisition. with VFD's. The estimated cost for this work is $2,750.00 Task 9 Construction Services (Option Item Not in Contract) PACE is a full- service engineering and surveying company that will be pleased to provide the following construction services to the City of Tukwila in support of this project if requested by the City. PACE proposes the following services during construction: 1. Bid assistance (City will advertise the project) 2. Construction management 3. Construction surveying /staking 4. Construction inspection 5. Shop drawing review 6. Progress payment processing 7. Record drawing preparation 15 EXHIBIT B PACE Engineers Project Budget Worksheet 2011 Standard Rates Project Name Project Name 15th Street PS w/o optional tasks Location:1Project Location Tukwila I Prepared By: KHN Project Proj Number I Billing Group #:I 00 Task #:I 001 Date: 16- Feb-11 Labor Hours by Classification Staff Type (See Labor Rates Table) 1 12 16 74 41 43 46 48 59 91 Staff Type Hourly Rate $185 $150 $110 $110 $150 $140 $120 $110 $189 689 Labor Senior Project Cad Drafter Principal Project Project Survey Tech 2 -Man Project Hour Dollar Drawing/Task Title Code Principal Manager Engineer II III Surveyor Manager Surveyor II Survey Crew Administrator Total Total Task 1• Project Management 22 I 12 I 0 t 0 I I 0 I 0 i 0 0 I 0 I 4 38 $6,226.00 Meetings 8 4 12.0 $2,080 Field Recon 4 4 8.0 $1,340 Coordination 2 4 4 10.0 $1,326 OA Prelim and Final 8 8.0 $1,480 Task 2 Site Survey 1 4 16 16 4 41.0 $5,890.00 Task 3 Preliminary Design 0 20 0 12 I 0 0 0 0 0 I 0 32 $4,320.00 Site layout 16 12 28.0 $3,720 Cost Estimate 4 4.0 $600 Task 4 Final Design 0 38 4 32 I 0 I 0 I 0 I 0 I 0 I 8 82 $10,372.00 TESC 4 8 12.0 $1,320 Site Plan and Details 24 24 48.0 $6,240 Specifications 10 8 18.0 $2212 Cost Estimate 4 4.0 $600 Task 5 Prelim Electrical (see below) 0.0 $0 Task 6 Final Electrical (see below) 0.0 $0 Task 7 Easement Acquisition 18 8 4 8 I 20 0 0 0 I 0 10 68 69,740.00 Title Report 4 4.0 $600 Exhibits and Legal Description 8 8 8 6 30.0 $3,814 Easement Negotiation 16 16.0 $2960 Determine assesed Value 4 4.0 $440 Finalize Easement 2 8 4 14.0 $1,926 Task 8 Appraisal (see below) Hours Total 40.0 79.0 8.0 52.0 0.0 24.0 0.0 0.0 16.0 16.0 26.0 261.0 Labor Total $7,400 $11,850 $880 $5,720 $0 $3,600 $0 $0 $1,760 $3,024 $2,314 1 $36,548.00 Expenses Reimbursable Subconsultants 1 rate /unit Quantity Cost Task 5 Prelim Elec $6,160 Utility LOCATE $500.00 Task 6 Final Elec $9,590 Title Report $500.00 Task 8 Appraisal $3,500 PACE Billed Labor Total $36,548 PhotoNideo Reimbursable Expenses $1,731 Mileage/Travel/Per Diem Subconsultants $21,560 Miscellaneous SubconsultantSubtotal $19,250 Total Project Budget 1 $59,839 I Technology Fee (2% of labor) $730.96 Markup 12% Total $1,731 Total i $21,560 I R.,. T.,., U,.. 2011 5.,..,.... R I File: PS 15 Final budget EXHIBIT B.xls, Fee Worksheet Page 1 of 1 Printed: 219 /2011,10:28 AM N Q)