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