Loading...
HomeMy WebLinkAboutReg 2015-06-15 Item 4G - Agreement - Andover Park East Water and Sewer Replacement / Macadam Road South Water Upgrade with PACE Engineers for $359,858 COUNCIL AGENDA SYNOPSIS ' ----------------------------------Initialr--------------------------------- ITEMNO. Meeting Date Prepared b Ma or's review Council review BG• 06/15/15 • 4.G . ITEM INFORMATION STAFF SPONSOR: BOB GIBERSON ORIGINAL AGENDA DATE: 06/15/15 AGENDA ITEM TITLE Andover Park E Water&Sewer Replacement& Macadam Rd S Water Upgrade Consultant Agreement with PACE Engineers CATEGORY ❑ Discussion M Motion ❑ Resolution ❑ Ordinance ❑BidAzvard ❑ Public Hearing ❑ Other Mtg Date Mtg Date 06/15/15 Mtg Date Mtg Date Mtg Date Mtg Date Mt g Date SPONSOR ❑ Council ❑Mayor ❑ HR ❑ DCD ❑ Finance ❑Fire ❑ IT ❑P&R ❑ Police ® PW SPONSOR'S This contract is for design of the Andover Park East Water&Sewer Replacement Project SUMMARY and the Macadam Road S Water Upgrade. Five engineering firms were evaluated and PACE Engineers was determined to be the most qualified. The project includes upgrading the water and sewer main in Andover Park E and the water main in Macadam Rd S. Council is being asked to approve the design contract with PACE in the amount of$359,858.00. REVIEWED BY El COW Mtg. ❑ CA&P Cmte ❑ F&S Cmte ❑Transportation Cmte ® Utilities Cmte ❑Arts Comm. ❑ Parks Comm. ❑Planning Comm. DATE: 06/09/15 COMMITTEE CHAIR: DENNIS ROBERTSON RECOMMENDATIONS: SPONSOR/ADMIN. Public Works Department COMMITTEE Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $359,858.00 $381,000.00 $0.00 Fund Source: 401 WATER FUND&402 SEWER FUND(PAGES 63,75,&61, 2015 CIP) Comments: MTG. DATE RECORD OF COUNCIL ACTION 06/15/15 MTG. DATE ATTACHMENTS 06/15/15 Informational Memorandum dated 06/05/15 Consultant Rating Sheet Consultant Agreement, Scope of Work, and Fee Pages 63, 75, and 61, 2015 CIP Minutes from the Utilities Committee meeting of 06/09/15 53 54 City of Tukwila Jim Haggerton, Mayor •�= INFORMATIONAL MEMORANDUM TO: Mayor Haggerton Utilities Committee ���'�'G FROM: Bob Giberson, Public Works Director BY: Michael Cusick, Senior Program Manager DATE: June 5, 2015 SUBJECT: APE Water & Sewer Replacement and Macadam Rd S Water Upgrade Project Nos. 99940103, 91440204 and 90440105 Consultant Recommendation and Agreement ISSUE Approve PACE Engineers, Inc. (PACE) to provide design services for the Andover Park East Water and Sewer Replacements and Macadam Rd S Water Upgrade Projects. BACKGROUND The existing water and sewer mains in Andover Park East between Strander Blvd and Tukwila Pkwy that were installed in the early 1960's need to be replaced with larger mains to facilitate the anticipated growth proposed in the this area of the Central Business District. The existing 8" and 6" cast iron water mains in Macadam Rd S were installed in 1968 and 1976 and the proposed water main is required for better fire flow and water quality on the north side of Tukwila Hill. ANALYSIS & FISCAL IMPACT City of Tukwila staff reviewed 5 design engineering firms listed on the Municipal Research and Services Center Roster and chose PACE. PACE has completed other design work for the City in the past and their work was satisfactory. Consultant CIP Design Agreement Budget for 2015 Andover Park E Water $129,708.00 $136,000.00 Andover Park E Sewer 88,366.00 90,000.00 Macadam Rd S Water Upgrade 141,784.00 155.000.00 Total $359,858.00 $381,000.00 RECOMMENDATION Council is being asked to approve the design agreement with PACE Engineers, Inc. in the amount of $359,858.00 for the Andover Park E Water and Sewer Replacement Projects and Macadam Rd S Water Upgrade Project and consider this item on the Consent Agenda at the June 15, 2015 Regular Meeting. Attachments: Consultant Rating Sheet Consultant Agreement with Scope of Work 2015 CIP Sheets 63,75 and 61 WAPW Eng\PROJECTS\A-WT Projects\APE Water Main Replacement(99940103)\Info Memo PACE APE Water Sewer and Macadam Water-so gl.docx 55 56 2015 MACADAM RD WATER UPGRADE ication Review Consultant Total (Highest Total Score is best) 65 61 53 38 38 Firm Ranking 1 2 3 4 4 2015 APE WATER / SEWER UPGRADE alification Review G``' �•j`,'/ ?/ �g /54t Consultant Total (Highest Total Score is best) 65 62 49 38 38 Firm Ranking 1 2 3 4 4 W: \PW Eng \PROJECTS\A- WT Projects\APE Water Main Replacement (99940103)\APE WATER AND SEWER Proposal Rating SHEET (3) gl.xis 58 City Of Tukwila Contract Number: 6200 Southcenter Boulevard, Tukwila WA 98188 CONSULTANT AGREEMENT FOR ENGINEERING DESIGN SERVICES FOR THE ANDOVER PARK EAST WATER AND SEWER LINES MACADAM ROAD WATER LINE THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter 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. Proiect Designation. The Consultant is retained by the City to perform the services, identified on Exhibits A and 1A in connection with the projects titled Andover Park East Water and Sewer Replacement and Macadam Road Water Upgrade 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit A and 1A 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 , 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 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 Exhibits B and 1 B attached hereto, provided that the total amount of payment to the Consultant shall not exceed $359,858.00 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. 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 59 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. CA revised 1-2013 Page 2 60 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 61 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 62 17. Notices. Notices tothe City of Tukwila shall besent to the following address: City Clerk City ofTukwila 02OOGouthmanterBoulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: PACE Engineers, Inc 11255 Kirkland Way, Suite 30O Kirkland, \0mQ8D33 18. . This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negoi|stiono, repreeentodonG, 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 OFTUKVV|LA CONSULTANT PP�r& By: Mayor, Jim Haggerton Printed Name: Title: _ Attest/Authenticated: Approved amtuForm: City Clerk, Christy CyFlahenty Office of the City Attorney Cx revised : 1-2018 Page 64 EXHIBIT A CITY OF TUKWILA ANDOVER PARK EAST WATER AND SEWER REPLACEMENT SCOPE OF WORK The Andover Park East Water and Sewer Replacement will replace approximately 2200 feet of existing 12" water main in Andover. Park East from Strander Blvd. to Tukwila Parkway with 16" water main. It will also extend approximately 950 feet of 10" water main in Christensen Road from approximately the SPU pipeline ROW northerly to an existing main to complete a fire loop. Also included along Christensen Road is approximately 750 feet of 8" fire services to reconnect the fire systems of buildings to the west. The project also involves construction of a new sewer main (size to be determined) in Andover Park East from. Strander Blvd. to approximately Baker Blvd. This main'will replace an existing 10" main that flows north. The intent is to redirect flow south to an existing King County main in Strander Blvd. to transfer flows that currently are served by the City's Lift Station No. 2. This will take some of the burden off of that facility, which has minimal capacity for upgrades. This new sewer line will be sized to accommodate all future development within the service area. Although we will be producing a single plan set for the water and sewer improvements, we will track the design costs separately and submit under separate invoices to allow the City to track costs associated with each and pull from appropriate funds. Many work tasks are common to both the water and sewer and will be performed simultaneously as part of the overall project. However, the time associated with each task will be apportioned as well as possible to reflect the level of effort needed for water and sewer design. Task 1 — Project Management& Meetings This task is for general project management and meetings relating to the project. More specifically, meetings are expected to include plan and specification review meetings with the City at major phases of the design. We have assumed 3 plan review meetings during the course of design. General project management, including communication and coordination shall involve internal project administration, review and preparation of invoices & pertinent backup materials, progress reports, responding to general client questions and reviewing and coordinating survey updates as necessary. Task 2—Survey/Mapping The survey work along the corridor has already been completed by the City for preliminary design efforts. However, the survey is over 10 years old. Oe therefore propose to send a crew out to verify and update survey information as necessary and modify mapping accordingly. This should be a minimal effort but we feel it is important to pick up any new features since the initial work was completed. 65 Andover Water and Sewer Scope of Work Page 2 Task 3 —Geotechnical Investigations As discussed at the preliminary design meeting with the City, we are proposing three new soil borings to 35-foot depth at appropriate locations to discern the soil and groundwater characteristics. This is most critical for the sewer installation, which w! ill be fairly deep at the southern end of the project. We will be utilizing Landau Associates for the geotechnical work. Landau will also review other geotechnical information from the general vicinity as appropriate/applicable for this work. Task 4— Basin Studv In order to appropriately size the proposed sewer line; PACE will prepare a basin study of the contributing area to determine ultimate flows that must be handled by the new main. This study. will take into consideration the area whose flows currently go to Lift Station No. 2. It will also make allowances for flows from the planned hotels and other future growth potential. The basin study will also make recommendations for location placement of the water and sewer lines. Task 5—Coordination w/King County and SPU Since the plan calls for a new sewer connection to the King County gravity facility in Strander Boulevard, coordination will be required with the County to confirm the capacity of that line and whether the County has planned for this flow. Most of that coordination has already occurred through contact between City and County staff. PACE has allowed time herein for follow-up and final coordination of the connection and other issues. The project will also be impacted by the presence of an existing 60" SPU water main located in Andover Park East. This will require contact and coordination with SPU on potential water and sewer service crossings and requirements for working in close proximity to their main. Task 6— Preparation of Design Plans Under this task, the design of the new water and sewer mains and associated appurtenances will be prepared. Preliminary water design drawings prepared by City staff will be assumed and continued towards completion, with appropriate changes made as agreed by all parties. The sewer design will be shown on the same plan set. With the addition of sewer design and appurtenances it is assumed that the total number of plan sheets will be 18. to 20 with sheets designated for standard details, erosion control, traffic control, etc. Three Copies of the full size plans and contract documents will be submitted for City review at the 30%, 60% and 90% stages of development and it is assumed that design review meetings will be held at each stage. Task 7—Specifications and Contract Documents Contract documents similar to those recently prepared by PACE for other City of Tukwila projects will be prepared for this project, with technical specifications added as appropriate. The project bid documents will include two bid schedules, one for water and one for sewer to allow separate tracking of costs. P:\P15\15412 Andover Park E Water and Sewer\Doc\Andover Scope.doa 66 Andover Water and Sewer Scope of Work Page,3 Task 8 - Permits and Approvals We know that the SEPA process has been completed by City staff and that a Shoreline Substantial Development permit was issued. However, the Shoreline Permit has since expired and will have to be renewed. We have included time in this proposal to update the Shoreline Permit. The City has also received approval from the US Army Corps of Engineers for construction of the water main in Christensen Road, which is considered by the Corps to be on a flood control levee. The only other permits that may be required are potentially a grading permit and a right-of-way use permit. It is assumed City staff will obtain those permits as necessary and that PACE efforts in that regard will not be required. Task 9 - Services During Bidding and Award PACE will provide all services as necessary during the bidding phase of the project. These would include distribution of plans and specifications to contractors, answering questions during the bidding period, preparing and distributing addenda as necessary, preparation and attendance at a pre-bid meeting if necessary and attendance at the bid opening. Task 10—QA/QC For quality assurance during design, a senior level principal will thoroughly review all documents before they are submitted to the City. This will typically occur at each of the review stages and at final document preparation. Task 11 - Construction Administration This.scope does not include construction administration services. Should construction assistance be requested of PACE, a scope and fee for those services can be developed and provided to the City prior to the start of construction. A list of typical services that could be provided includes: 1. Attend and direct the pre-construction conference and provide meeting minutes to all attendees. 2. Review material submittals for compliance with contract documents. 3. Provide construction staking for the improvements (line and grade). 4. Review, approve and prepare contract pay estimates. 5. Prepare change orders as necessary, including all documentation and coordination with the contractor. 6. Attend and conduct construction meetings as required and prepare and distribute` meeting notes. . 7. Monitor construction to determine contractor compliance and prepare all letters and documentation regarding same. 8. Provide construction inspection as needed. 9. Address construction questions as they arise. 10. Prepare punch lists and conduct final inspection, and prepare recommendation of project acceptance. 11. Prepare As-Built drawings. P:\P15\15412 Andover Park E Water and Sewer\Doc\Andover Scope.docx 67 68 EXHIBIT 1 A CITY OF TUKWILA MACADAM ROAD SOUTH WATER UPGRADE SCOPE OF WORK The.Macadam Road South Water Upgrade is intended to replace an existing undersized water main and extend it to the south to Southcenter Boulevard to complete a loop, thereby increasing fire flow and reliability to the Tukwila Hill area. The project consists of the installation of approximately 4,300 lineal feet of 10-inch water main in Macadam Road from Southcenter Boulevard to South 144th Street. This scope of work includes design of the improvements through assistance with the bidding phase of the project. The specific tasks of the scope are described as follows: Task 1 — Project Management&Meetings This task is for general project management and meetings relating to the project. More specifically, meetings are expected to include plan and specification review meetings with the City.at major phases of the design. We have assumed 3 plan review meetings during the course of design. General project management, including communication and coordination shall involve internal project administration, review and preparation of invoices & pertinent backup materials, progress reports, responding to general client questions and reviewing and. coordinating survey updates as necessary. Task 2—Survey/Mapping PACE will be using our in-house survey staff to complete all field survey work on this project, resulting in production of base topographic plans for use by our design staff. Items to be performed under this task include the following: 1. Order design locates and marking of all existing underground utilities. 2. Acquire available as-built utility maps. 3. Conduct research in public records for necessary survey information. 4. Control will be tied to monuments required to establish street rights-of-way. 5. Set additional control points/ benchmarks as needed. 6. Show all topographic data within proposed design/construction limits. 7. Show contour lines at 2-foot intervals within rights-of-way and easements. 8. Show survey control points with elevations and point numbers for use in construction staking. 9. Show all identified utilities including individual service lines where possible. 10. Provide base mapping at scale of 1 = 20'. 11. Walk all topo surveys after base maps are complete to verify visible features are noted. Task 3 — Design and Specifications Under this task, the design of the new water main and associated appurtenances will be prepared. Contract documents similar to those recently prepared by PACE for other City projects will be prepared for this project. Water main design will be shown in both plan 69 Macadam Rd. Water Scope of Work Page 2 and profile and is expected to cover approximately 10 sheets with additional sheets designated for standard.details, erosion control, traffic control, etc. Task 4 - Permits and Approvals The only permit anticipated for this project is a City of Tukwila right-of-way use permit. As on past projects, it is anticipated that the City will obtain this permit. Other than minimal time for coordination, this scope does not include any permitting effort by PACE. Task 5 - Services During Bidding and Award PACE will provide all services as necessary during the bidding phase of the project. These would include distribution of plans and specifications to contractors, answering questions during the bidding period, preparing and distributing addenda as necessary, preparation and attendance at a pre-bid meeting if necessary and attendance at the bid opening. Task 6 —QA/QC For quality assurance during design, a senior level principal will thoroughly review all documents before they are submitted to the City. This will typically occur at each of the review stages and at final document preparation. Task 7 - Construction Administration This scope does not include construction administration services. Should construction assistance be requested of PACE, a scope and fee can be developed at that time. Services that could be provided during construction include the following: 1. Attend and direct the pre-construction conference and provide meeting minutes to all attendees. 2. Review material submittals for compliance with contract documents. 3. Provide construction staking for the improvements (line and grade). 4. Review, approve and prepare contract pay estimates. 5. Prepare change orders as necessary, including all documentation and coordination with the contractor. 6. Attend and conduct construction meetings as required and prepare and distribute meeting notes. 7. Monitor construction to determine contractor compliance and prepare all letters and documentation regarding same. 8. Provide construction inspection as needed. 9. Address construction questions as they arise. 10. Prepare punch lists and conduct final inspection, and prepare recommendation of project acceptance. 11. Prepare As-Built drawings. P:\P15\15411 Macadam Water\Doc\Macadam Scope.docx .70 PACE Billed Labor Total Reimbursable Expenses Subconsultants Total Project Budget) PACE Engineers, Inc. Project Name Project #: Staff Type # (See Labor Rates Table) Staff Type Hourly Rate Drawing/Task Title Task 1 - Project Management Task 2 - Survey /Mapping Task 3 - Geotechnical Investigations Task 4 - Basin Study (N /A) Task 5 - Coordination w /KC & SPU Task 6 - Preparation of Design Plans Task 7 - Specifications and Contract Docs Task 8 - Permits and Approvals Task 9 - Services During Bidding Task 10 - QA/QC Task 11 - Construction Admin. (TBD) EXHIBIT B Andover Park E Water Replacement 15412 Billing Group #:I 00 Location:I Project Budget Worksheet - 2015 Standard Rates Task #:I City of Tukwila [00] 1 Prepared By: Date: Labor Hours by Classification DH 11- May -15 Labor Code 1 $200 Principal Engineer 12 $165 Project Manager 60 48 2 1 4 16 19 33 75 $115 Engineer II 4 24 8 24 60 160 12 40 40 2 € 4 4 12 8 36 12 $155 Sr. Structural Engineer $135 Sr. Planner 24 $105 CAD Drafter I I 160 41 $165 Principal Surveyor 46 $135 Project Surveyor 52 $83 Instrument Person 48 $115 Survey Tech II 2 4 8 _ 8 _ 12 2 91 $95 Project Administrator 12 20 8 Hour Total 122.0 32.0 6.0 0.0 36.0 404.0 112.0 30.0 32.0 50.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Hours Total Labor Total 144.0] 204.0] 216.0] .01 24.0] 160.01 8.01 8.0] 8.0] 12.01 $28,800: $33,660 1 $24,840 1 $0 1 $3,240 1 $16,800: $1,320 1 $1,080 1 $664 1 $1,380: $3,800 $115,584.00 40.0 824.0 Expenses Reimbursable rate /unit Quantity = Cost Postage /Courier = $100.00 Plotter $500.00 PhotoNideo Mileage/Travel /Per Diem Miscellaneous Technology Fee (2% of Labor) $2,311.68 Total ( $2,912+ Subconsultants Utility Locate Geotechnical Engineer $9,750 Electrical Engineer Geotechnical Engineer I & C Engineer Subconsultant Subtotal $9,750 Markup = 15% Total � $11,213 P:1P15115412 Andover Park E Water and SewertDoclAndover Water Budget Page 1 of 1 $115,584 $2,912 $11,213 $129,708 Rate Table Used: 2015 Standard Rates Printed: 5/1112015, 2:03 PM PACE Engineers, Inc. Project Budget Worksheet - 2015 Standard Rates Project Name Project #: Staff Type # (See Labor Rates Table) Staff Type Hourly Rate Drawing/Task Title Task 1- Project Management Task 2 - Survey /Mapping Task 3 - Geotechnical Investigations Task 4 - Basin Study Task 5 - Coordination w /KC & SPU Task 6 - Preparation of Design Plans Task 7 - Specifications and Contract Docs Task 8 - Permits and Approvals Task 9 - Services During Bidding Task 10 - QA/QC Task 11 - Construction Admin. (TBD) ndover Park E Sewer Replacement 15412 Billing Group #: 10 Location:I City of Tukwila I Prepared By: Task #: [00] 1 Date: abor Hours by Classification DH 11- May -15 Labor Code 1 $200 Principal Engineer 12 $165 Project Manager 48 40 16 19 33 75 $115 Engineer II $155 Sr. Structural Engineer $135 Sr. Planner $105 CAD Drafter I I 2 4 8 = 4 _ 16 8 2 12 4 16 48 48 = _ = 120 4 24 24 2 € 2 4 8 8 20 41 $165 Principal Surveyor 50 52 $95 Party Chief $83 Instrument Person 48 $115 Survey Tech II 2 2 4 4 6 91 $95 Project Hour Administrator Total 12 16 6 102.0 16.0 6.0 36.0 18.0 232.0 68.0 4.0 26.0 20.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 Hours Total Labor Total 104.0] 142.0: 84.0: 0.01 18.0 = 128.0: 4.0 4.0 4.0] 6.0 34.0 528.0 $20,800: $23,430: $9,660: $0 1 $2,430 $13,440 $660 $380 $332 $690 $3,230 $75,052.00 Expenses Reimbursable rate /unit Quantity 1 Cost Postage /Courier _ $100.00 Plotter $500.00 Photo /Video Mileage/Travel /Per Diem Miscellaneous Technology Fee (2% of Labor) $1,501.04 Total I $2,101 P:1P15115412 Andover Park E Water and SewerlDoc\Andover Sewer Budget Subconsultants Utility Locate Geotechnical Engineer Electrical Engineer Geotechnical Engineer I & C Engineer Subconsultant Subtotal Markup Total $9,750 $9,750 5% $11,213 PACE Billed Labor Total Reimbursable Expenses Subconsultants Total Project Budget $75,052 $2,101 $11,213 $88,366 Rate Table Used: 2015 Standard Rates Page 1 of 1 Printed: 5/1112015, 2:02 PM PACE Engineers, Inc. Project Name Project #: Staff Type # (See Labor Rates Table) Staff Type Hourly Rate Drawing/Task Title Task 1 - Project Management Task 2 - Survey/Mapping Task 3 - Design and Specifications Task 4 - Permits and Approvals Task 5 - Services During Bidding Task 6 - QA/QC Task 7 - Construction Administration (TBD) EXHIBIT 1 B Macadam Road South Water Upgrade 15411 Billing Group #:( [001 Project Budget Worksheet - 2015 Standard Rates Location: j City of Tukwila Task #: [00] Prepared By: Date: Labor Hours by Classification DH 8- May -15 Labor Code 1 $200 Principal Engineer 40 .. 4 40 8 48 12 $165 Project Manager 72 8 100 4 16 16 16 19 33 75 41 $115 Engineer II 12 160 4 16 $155 Sr. Structural Engineer $135 Sr. Planner $105 CAD Drafter II 200 $165 Principal Surveyor 24 46 $135 Project Surveyor 78 52 $83 Instrument Person 16 48 $115 Survey Tech II 82 91 $95 Project Administrator 20 24 12 Hour Total 144.0 212.0 524.0 8.0 52.0 64.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0,0 0.0 Hours Total Labor Total 140.0 $28,000 216.0 $35,640 192.0 $22,080 0.0 $0 0.0 $0 200.0 24.0 $21,000 ; $3,960 78.0 $10,530 16.0 $1,328 82.0 $9,430 56.0 1004.0 $5,320 $137,288.00 Expenses Reimbursable Quantity : Cost rate /unit Postage /Courier $100.00 Plotter $500.00 PhotoNideo Mileage/Travel/Per Diem Miscellaneous Technology Fee (2% of Labor) $2,745.76 Total I $3,346 Subconsultants Utility Locate Mechanical Engineer Electrical Engineer Geotechnical Engineer & C Engineer SubconsultantSubtotal Markup Total $1,000 $1,000 15% $1,150 P:1P15115411 Macadam WaterlDoclDesign Budget Page 1 of 1 PACE Billed Labor Total Reimbursable Expenses Subconsultants Total Project Budget $137,288 $3,346 $1,150 $141,784 Rate Table Used: 2015 Standard Rates Printed: 518/2015, 9:37 AM 74 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Andover Park E Water Main Replacement Project No. 99940103 DESCRIPTION: Design and construct 2,000 LF of new 16"ductile iron pipe along Andover Park East from Tukwila Pkwy to Strander Blvd and 1,100 LF of 10"DIP in Christiansen Rd. JUSTIFICATION: Support future growth within this area of the CBD as aging cast iron system has suffered frequent failures. STATUS: Survey and in-house design is complete. Phase I is scheduled for 2016 and includes construction from Strander Blvd to Baker Blvd. Phase II will be from Baker Blvd to Tukwila Parkway. MAINT. IMPACT: A new pipe will significantly reduce impact on crews from the risk of cataclysmic events. COMMENT: A proposed PWTF was rescinded in 2014 by the State Legislature.Another application was submitted for 2015. FINANCIAL Through Estimated (in$000's) 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL EXPENSES Design 63 136 199 Land(R/W) 0 Const. Mgmt. 173 211 384 Construction 1,253 1,532 2,785 TOTAL EXPENSES 63 0 136 1,426 0 0 0 1,743 0 3,368 FUND SOURCES Awarded Grant 0 Proposed PWTF 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 63 0 136 1,426 0 0 0 1,743 0 3,368 TOTAL SOURCES 63 0 136 1,426 0 0 0 1,743 0 3,368 Project Location P/ $ts st ® i 8100 st Q„ Tutwq. � @ I ®® Tre W 0 a � $ 0® hmM.rstw f Q = N �+ urwrw or + C rest. or E S. � w D"M Or S ® 81808 � a m 2015-2020 Capital Improvement Program 63 75 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Andover Park East Sewer Replacement Project No. 91440204 DESCRIPTION: Design and construct 1,600 LF of 15"and 12"sanitary sewer from Strander Blvd.to 1-405 in Andover Park E. JUSTIFICATION: Sewer improvement will provide additional capacity for future development along Andover Park East. STATUS: Applied for a Public Works Trust Fund Loan(PWTF)in 2016 in conjunction with the APW Water Main Project. MAINT. IMPACT: COMMENT: Phase I is scheduled for 2016 and includes construction from Strander Blvd to Baker Blvd. Phase II will be from Baker Blvd to Tukwila Parkway in 2020. FINANCIAL Through Estimated (in$000's) 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL EXPENSES Design 90 90 Land (R/W) 0 Const. Mgmt. 115 141 256 Construction 1,122 1,004 2,126 TOTAL EXPENSES 1 0 0 90 1,237 0 0 0 1,145 0 2,472 FUND SOURCES Awarded Grant 0 Proposed PWTF/Bond 0 Mitigation Actual 0 Mitigation Expected 290 290 Utility Revenue 0 0 90 947 0 0 0 1,145 0 2,182 TOTAL SOURCES 0 0 90 1,237 0 0 0 1,145 0 2,472 Project Location L ,:e,sas i1 •� y e,s s, ®B `D N we A �osr Tm.ntl or s ® s,eos, A e °r ro 76 2015-2020 Capital Improvement Program 75 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2015 to 2020 PROJECT: Macadam Rd S Water Upgrade Project No. 90440105 DESCRIPTION: Design and construct 4,300 LF of 10"waterline in Macadam Rd S from S 144th St to Southcenter Blvd. JUSTIFICATION: Improve fire flow water quality to the north side of Tukwila Hill. STATUS: Design will begin in January 2015 with construction to begin in late summer 2015 and continue into 2016. MAINT. IMPACT: The new waterline will eliminate crew maintenance time for flushing the dead end line. COMMENT: FINANCIAL Through Estimated (in$000's) 2013 2014 2015 2016 2017 2018 2019 2020 BEYOND TOTAL EXPENSES Design 155 155 Land (RNV) 0 Const. Mgmt. 50 150 200 Construction 600 800 1,400 TOTAL EXPENSES 1 0 0 805 1 950 1 0 0 0 0 0 1,755 FUND SOURCES Awarded Grant 0 Proposed Grant 0 Mitigation Actual 0 Mitigation Expected 0 Utility Revenue 0 0 805 950 0 0 0 0 0 1,755 TOTAL SOURCES 0 0 805 950 0 0 0 0 0 1,755 Project Location $1 128 S'30 St � ®� N b � \ w E S, s< ��,® s S130 a � `42 S 144 St 1 St = Wg F 4 _X Q N 0 5150 St %S 156 slyest � �tq 1 eo st q TUkwea Pkwy 2015-2020 Capital Improvement Program 61 77 78 City Of Tukwila Utilities Committee UTILITIES COMMITTEE Meeting Minutes June 9, 2015— 5:30 p.m. — Foster Conference Room, 6300 Building PRESENT Councilmembers: Dennis Robertson, Chair; De'Sean Quinn, Verna Seal Staff: Bob Giberson, Gail Labanara, Robin Tischmak, Pat Brodin, Ryan Larson, Mike Cusick, and Laurel Humphrey i CALL TO ORDER: Committee Chair Robertson called the meeting to////,order at 5:30 p.m. I. PRESENTATIONS °o II. BUSINESS AGENDA A. Bid Award: 2015 Annual Small Drainage Program Staff is seeking Council approval to award the construction contract for the 2015 Annual Small Drainage Program to Green River Construction in the amount of $182,142.50. This program constructs drainage projects that are too large for City st' 'but smaller than a typical capital improvement project, and prioritized based on a variety of factors. Green River Construction is the low bidder and has successfully constructed past drainage projects. For 2015 the program will provide drainage improvements at sites'on 3 tn Place South, 51st Place South, and Gilliam Creek at Tukwila Parkway/Andover Place East. ','separate project at Longacres Way South was completed under a s karate contract in coordination with WSDOT paving. UNANIMOUS APPROVAL. FORWAI TO JUNE 15, 2015 REGULAR CONSENT AGENDA. B. Andover Park East W afer& Sewer /Replacemeht:,and Macadam Road South Water Upgrade Staff is seeking Council approv"of a design"agreement with PACE Engineers, Inc. in the amount of $359,858 for tEYe°1ndover Park East Water and Sewer Replacement Projects and Macadam`//R/ oad-South Water,Upgrade Project. Existing water and sewer mains in Andover Park E t between 8trander Boulevard and Tukwila Parkway need to be replaced in light of anticipad growth in the area. Existing cast iron water mains in Macadam Road South must be replaced for better fire flow and water quality on the north side of Tukwila. PACE was selected from five firms on the MRSC Roster and has completed satisfactory work in the City. UNANIMOUS APPROVAL. FORWARD TO JUNE 15, 2015 REGULAR CONSENT AGENDA. %.. III. MISCELLANEOUS Committee Chair Robertson requested that the next Committee meeting include a review of the work plan. Meeting adjourned at 5:42 p.m. Next meeting: Tuesday, June 23, 2015—5:30 p.m. — Foster Conference Room Committee Chair Approval Minutes by LH, Reviewed by GL 79