HomeMy WebLinkAbout20-037 - PACE Engineers, Inc - Sewer Lift Station No. 2 UpgradesCity of Tukwila
6200 Southcenter coulevard, Tukwila WA 98188
20-037(a)
Agreement Number Council Approval N/A
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and PACE Engineers, Inc.
That portion of Contract No. 20-037 between the City of Tukwila and PACE Engineers, Inc.
is hereby amended as foliows:
Section 2: Scope of Services, provide construction plans, specifications and cost
estimates for the installation of Submersible grinder pumps. The changing of the
pumps from vertical turbine to submersible also requires upgrading the generator
size. Prepare and coordinate a Project Manual for lift stations 2, 4 and 12. See
Exhibit A from PACE dated September 15, 2020.
Section 4.A: Payment, shall be amended as follows:
A. Payment for the work provided by the Consultant as part of this supplement
shall be made and the total amount of payment to the Consultant for this work
shall not exceed $38,130.00 without express written modification of the
agreement signed by the City. See Exhibit B from PACE.
All other provisions of the contract shall remain in full force and effect.
CA RevieNve( May 2020
Page 1 of 2
Dated this
City of Tukwila
6200 Southcenter Boutevard„ Tukwila WA 98188
day of
CITY OF TUKVVILA
.?"(ta. &me/e'
Allan Ekberg, Mayor 09/29/2020
Agreement Number:
6 rt, ,20 2c)
CONTRACTOR
Printed Name: ie e e7# hi .A1 e
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Oh4.€4t-96_,6,7(eth&,9
Christy O'Flaherty, MMC, City Clerk
CA Reviewed May 2020
cji e(r---)te; Q.5erwee
Office of the City Attorney
Page 2 of 2
M lEnigneerling Serylees
September 1, 2020
Mr, Adib Altailel
Public Works
City of Tukwila
6300 Southcenter Blvd
Tukwila, Washington 98188
EEngneers Plarrfleus
Subject: Lift Station Retrofit Projects - Proposed Contract Amendment LS's #2
Dear Adib:
ased on prior discussions, i" ACE Engineers, Inc, is submitting the following request for a contract
amendment to the City's proposed Lift Station #2 Retrofit Project for additional work not included in the
original scope of work. Per your direction PACE has continued with these design efforts to meet the
City's proposed fall 2020 construction schedule, As requested, the following items are included as
separate documents for easy insertion into contract documents:
• Exhibit A - Scope of Work
• Exhibit - Budget Worksheet
We propose to provide the services listed above on a time -and -expense basis at a not -to -exceed
amount of $13,000 as shown in the attached budget worksheet Thus amount is not to be exceeded
without prior authorization for revised or additional scope of services.
Again, we are pleased to submit this scope of work and budget for the Lift Station #2, Please do not
hesitate to contact me at 425 827 2014 or kenn •aceen s,con if you have any comments or
questions.
Sincerely,
PACE Engineers, Inc.
Kenneth H. H NiIsen, RE,
Vice President
Attachments
Exhibit A
Exhibit B
PACE Eriginaiers,
11255. Kakianiit Way SLR* 300
Kiralanirl Washington 5140:33-57
42 / 1 1425,827.5013
iaraCeen.gragoir
LIFT STATION #2
Scope of Work
EXHBIT A
Task 1 — Lift Station #2 Out of Scope Work - The original scope of work called for replacement of
the existing verticat turbine pumps with new vertical turbine pumps, The City decided instead to
go with submersible grinder pump, This required several iterations with the pump vendor to come
up with a design that would fit and not require structural modifications. The changing of the pumps
from vertical turbine to submersible also required upgrading the generator size and design layout
Task 2 — Prepare a combined Project Manual for ail three projects in accordance with the outline
in the August 13, 2020 email from PACE Engineers to the City/ Specificalty, PACE will prepare a
combined Front End and Division 1 covering all three lift station projects PACE and Follet
Engineers will also be finalizing the Special Provisions for LSis #2 based on the final design and
combine into a single Project Manual.
Task 3 — Bid Support — PACE will provide bid support as needed including but not limited to
responding to contractor questions and preparing any addendums as needed
Task 4 — Management Reserve — This task will provide a contingency for any unexpected items
that may arise. This task will require written approval from the City prior to accessing the funds.
PACE Engineers
Protect Name
Prcieci
Stall Type # (See Labor Rales Table)
Stall Type Hourly Rate
Drawing/Task Title
DESIGN
Task 1 . LS 82 , Out of Scope Wert
Task 2 . Combined Project Manual!. combined plans set
Combined Projel Manual
Combine Plan set incl new [Over sheet
Coordination with St on Specs
Tukwila LS 2 Contract Amendment
Billing Group4.
EXHBIT B
Project Budget Worksheet - 2020 Municipal Rates
Lootlon:1 Tukwila I Prepared Eyi
Task #:1
Dale -
KHN
911f2020
Labor Hours larg ChatincatIon
Labor
Code
Job
Tele
1
14
75 118
9236
3157
1118
1118
Senior
Principal
Engineer
Project
Engineer
CAD Tech
Pried
Adrnagualcf
Hour
Total
a 16 i 8
2 4 8
2
—t--
2
8
26
21_
2
32,0
40.0
25.0
10.0
4.0
Hours Total
abor 1601
Dollar
Total
55,504.00
55,152.00
134:: 20 ODi 100012602
2200 03210:01000'01260,
Expenses
REI-rtursLt.
aaleionit
Quantify CM
Postage1Counar
Platter
PholoAntlen
MileagerTrakredPer Dern
Miscellaneous
Technology Fee {2% of labor)
Total
I
Fite: Tukwila 2.52 CO 9901211, Fee Worksheet
Subconsultante
E lectrical Goord 48/SI
82,000
Subconsultant Subtotal 2.000.00
Markup
1555
Tonal 62,300.00
Page Icf1
72.00 910,656 00
$10,656.01
• •-•
PACE El Med Labor Tole
Reimbursable Expenses
Monona tants
Total Project Budget
510,056.00
9Z220-20
1912989.021
Say $13,000
Printedt: 91102020, 12:55 P8
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
20-037
Contract Number:
Council Approval N/A
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter
referred to as "the City", and PACE, 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 and
construction management services in connection with the project titled Sewer Lift Station No,
2 Upgrades.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A"
attached hereto, including the provision of all labor, materials, equipment and supplies.
3 Duration of Agreement; Time for Performance. This Agreement shall be in full force and
effect for a period commencing upon execution and ending December 31, 2020, unless
sooner terminated under the provisions hereinafter specified. Work under this Agreement
shall commence upon written notice by the City to the Consultant to proceed. The
Consultant shall perform all services and provide all work product required pursuant to this
Agreement no later than December 31, 2020 unless an extension of such time is granted in
writing by the City.
4. yment. 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 $25,130.00 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
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 knits 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) forrn CA 00 01 or a
substitute form providing equivalent liability coverage. If necessary, the policy
shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall
cover liability arising from premises, operations, stop -gap independent contractors
and personal injury and advertising injury. The City shall be named as an
additional insured under the Consultant's Commercial General Liability insurance
policy with respect to the work performed for the City using an additional insured
endorsement at least as broad as ISO CG 20 26.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised December 2016
Page 2
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 Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors' coverage.
E. Notice of Cancellation. The Consultant shall provide the City with written noticeof 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 Consuitant.
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. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin,
age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies,
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
CA revised December 2016 Page 3
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time !imitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to complete the work under the terms of this Agreement, if requested to do
so by the City. This section shall not be a bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply with, all applicable federal, state and local laws,
regulations, and rules, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly laid in King County, Washington. The prevailing party in
any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
16. Severability and Survival. If any term, condition or provision of this Agreement is declared
void or unenforceable or limited in its application or effect, such event shall not affect any
other provisions hereof and all other provisions shall remain fully enforceable. The
provisions of this Agreement, which by their sense and context are reasonably intended to
survive the completion, expiration or cancellation of this Agreement, shall survive termination
of this Agreement.
17, Notices. Notices to the City of Tukwila shall be sent to the folio ing address:
City Clerk
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
Ken Nilsen, PE
PACE
11255 Kirkland Way, Suite 300
Kirkland, WA 98033
18. Entire Agreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties.
GA revised December 2016
Page 4
DATED this 15th day of April, 2020.
CITY OF TU
LA
Allan Ek rg, Mayor 5/5 izpzo
At t es VALI t h e nti c a ted
Oh4.€4t-9
City Clerk, Christy Oflaherty
CA revised December 2016
CONSULTANT
By:
Printed Name:
A iLt,AC
Title: Let: /4-)e 4
Approved as to Form:
ocuzu.-e,G
cq
Office of the City Attorney
Page 5
EXHIBIT A
SCOPE OF SERVICES
PUMP STATION NO, 2 RETROFIT
Project Understanding
The existing sanitary sewer Pump Station No. 2 located at the southwest corner of Andover
Park West and Minkler Boulevard is a critical infrastructure serving the area south of Minkler
Boulevard from 1-5 on the west to the Green River and City limits on the east, Pump Station No.
2 discharges to a 21 -inch -diameter interceptor located within the Andover Park West right-of-
way. This pump station also serves the Tukwila South property.
On August 2014 PACE submitted to the City bid ready plans and specifications but for a variety
of reasons the improvements have not yet been constructed. The City recently approached
PACE requesting a scope and budget to review and update those plan and specifications as
needed to comply with current codes and regulations including updating to the City's current
front-end specifications for anticipated construction this summer. In addition, the City would like
to add the following items to this project
• replacement of the existing pumps (3 -total) due to the fact that parts are now nearly
impossible to secure. It is our understanding that the City would like to convert the
pumps from vertical turbine to submersible pumps.
• Review the equipment previously specified to ensure they still fit dimensionally.
• Review LS #12 wet well and develop alternatives along with a recommendation to repair
the failing concrete surface,
• Review LS #4 Special Provisions prepared by others and prepare a Project Manual that
meets the City's current requirements.
Scope of Services
This proposal includes necessary civil and electrical services necessary to bring these projects
to construction this summer. 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
services in-house. PACE will subcontract with Follett Engineering for the electrical engineering
portion of the project.
We anticipate starting this work immediately. The estimated cost for this work is approximately
$25,130 (see Exhibit B). The budget is based on our 2020 rates.
SCOPE OF WORK
Task 1 — Project ManagementiCoordination/Meetings
PACE will provide project 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 we
are budgeting two review meeting with the City.
• Coordination with subconsultant (Follet and Systems Interface).
• In-house project administration, scheduling, and direction of design team staif
Quality Assurance review of all plans and documents.
Task 2 — Construction Document Update - LS #2
PACE will update the plans and specifications to produce a new bid ready set of bid documents
with the anticipation of construction this summer, Specific items are as follows:
• Update the Project Manual (specifications) to incorporate the latest City boiler plate (to
be provided by the City).
Add to the project the replacement of the two existing vertical turbine pumps. It is
anticipated that the pumps will be submersible non -clog pumps at a size similar to the
existing pumps. PACE will confirm with the City that the assumptions from the 2014
Tech Memo on flows is still valid.
Review the availability and dimensions of the equipment previously specified to confirm
it is still available and that it fits dimensionally.
Task 3 — Electrical Design -LS #2
Follett Engineering will review the existing electrical plans and specifications and make changes
as necessary to bring the plan set into compliance with current codes and technology. It is
assumed that the City will provide any required coordination with PSE as needed prior to
construction.
Task 4 — Wetwell Review - LS #12
It is our understanding that a portion of the concrete wall of the LS #12 wetwell has significantly
deteriorated due to hydrogen sulfide and other chemical processes within the wetwell, PACE
will review the existing condition of the wetwell along with City provided record drawings of the
lift station and develop alternatives along with a recommended approach to repair this wetwell.
The findings will be summarized in a Technical Memorandum.
Task 5 — Project Manual Update - LS #4
PACE will confirm that the Special Provisions previously prepared by others are still valid. PACE
would then incorporate those specials provisions into a ready to bid Project anual, utilizing the
City's current front-end specifications. PACE would coordinate with Follett Engineers to confirm
that his prior peer review of the electrical portion of the special provisions is still valid. Any
technic& changes in the electrical design would be coordinated with Systems Interface (SI), the
project designer,
Exhibit B
PACE Engineers
Project Budget Worksheet - 2020 Municipal Rates
Project Name
Project /7
LS IQ • 2020 Revisions
Loca(i0tj,
Protect Location
1 Prepared By:
Date:
KN
1
Dollar
Total
34713
Billing Group A F
Task P.
4/1/2020
Staff Type 0 (See Labor Rates Table)
Staff Type Hourly Rate
Drawing/Task Tile
Task 1 - Project ManagemenUCoor/Meeting
coord mtgs w/Gity (2 mee4ngs)
Coord w(subs
in-house coot and QA
Task 2 - Revision Design - LS/2
Spec Revisions
Plan REMSiOnS ftncloding dimensional analysis)
Pump Replacement
Task 3 • Electrical IDesign • LS#2
Task 4 Wetwell review LS*12
Labor Hours by Classification
:
I Labor
l Code
300
1 Title
i
1
5235
Sender
Pranc/pal
nyenee,
15
5155
Sr. En yi rkeer
75
$118
005 Teen II
91
5107
Project
AdnenvalQr
58
5700
Two-Pereon
Crew
Follel.1
Engonee,
Hour
Total
1B
6
4
5
12
8
2
2
2 1
3
3
22
2
a
12
12
16
4
12
12
12
2
See Below
1
1
1
21.0
620
59,414
$5 060
16.0
$2,4L
Task 5 Project Manual 4
8
. 12 . - i
.
200
$3172
Reimbursable
i 1 i .
$225
1
1
1 ,
. ,
: .
•
,
: .
l 1 1 1
*25,130
Hours Total
Labor Total
40.0
$9,440
37,01 i€5 260 i ; 1 1 t
. .
55,735 1 $1,888 : $2,782 : 1 , .
L
1150
519,845 00
rExpenses
Reimbursable
rale/unit
Quantity
Cosi
PostagelGoirler
Plotter
PholoNldec
Mileagefiravel/Per Diem
Miscellaneous
Technology Fee (752 of labor)
li
1
1
:
522500
Total
622500
File: LS 62 4440, Fee Worksheet
ubconsultants
Wilily Locale
Electricall Engineer LS 62
Electr1c,al, Engineer 15 04
GeolechricHl Engineer
5 C Engineer
ubconsultant Subtotal
arkup
Page 1 of 1
Total
PACE Billed Labor Total
Reimbursable Expenses
Subcansultants
Total Project Budge
51054505
5225 on
$ R60 00
Printed: 4/10/7020 50:19 AM