HomeMy WebLinkAbout21-022 - PACE Engineers - Design Services: Macadam Road South - Watermain/Sidewalk ImprovementsCity of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 21-022(d)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment #4
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 21-022 between the City of Tukwila and PACE Engineers is
hereby amended as follows:
Section 04a:
4a. Payment for the work provided by the Consultant shall be made as provided on
Exhibit "B" attached hereto, will increase the contract amount by $36,000.00, provided that
the total amount of payment to the Consultant not exceed $327,939.16 without express
written modification of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this 18th day of August , 2022.
CITY OF TUKWILA PACE ENGINEERS
HP
C7/(Leu/& 6A-Ge/cg
Key. J.1.1,1c1,,1711.1e,e2,00.0,1UJ.20e3,
Allan Ekberg, Mayor
08/18/2022
Printed Name:
Kenneth H Nilsen
ATTEST/AUTHENTICATED APPROVED AS TO FORM
eSigned via SeamlessDocs.com
Ch/te:dg C36/(etheYMT1
Key: a0e,e.e.e0Uelea07,5.7.1.1t..2.5broJfe
eSigned via SeamlessDocs.com
oe. %.5)adi-eK
Key: Uff,....a.,ebbflUID.2_,11.27,firE.Sc.2e.1,
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
An Engineering Services Company
July 13, 2022
Mr. Adib Altailal
Public Works
City of Tukwila
6300 Southcenter Blvd
Tukwila, Washington 98188
Engineers ( PBanners yors
Subject: Macadam Road and Sidewalk Improvements- Professional Services Contract
Amendment #4
Dear Adib:
Based on our discussions, PACE Engineers Inc. (PACE) is submitting the following contract
amendment for City review and approval regarding additional construction management and inspection
support on the Macadam Road Watermain and Sidewalk Improvement Project. This additional work is
described as follows:
Additional Construction Management/Inspection Services
The original construction budget was based on an assumed number of construction days for inspection
and overall construction management with the contractor. This estimate was prepared prior to the
selection and award of the construction contract and a full understanding of the contractor's schedule.
This additional inspection and construction management work occurred in the following areas:
• Total number of working days increased, resulting in more inspection time than originally
estimated.
• Increased number of material submittal reviews from the contractor than was originally
budgeted.
• Increased daily coordination between the construction superintendent and our PACE
construction engineer.
• Request for a Record Drawing Plan set based on contractor and inspector redlines.
• Redesign of the water line in several locations based on previously unknown or unidentified
underground utilities.
PACE proposes to provide the services listed above on a time -and -expense basis at a not -to exceed
amount of $36,000 (see attached spreadsheet for back-up).
Again, we are pleased to submit this updated scope of work and budget needed to bring this project
through construction close-out. Please do not hesitate to contact me at 425.827.2014 or
;,n r,caceerrgrs.corrn if you have any comments or questions.
Sincerely,
PACE Engineers, Inc.
Kenneth H. Nilsen, P.E.
Vice President
PACE Enginneers, Vnc.
255 KirkEarid Way 1 Suite 300
KirkEand, Washington 98033-07'15
p 425.827.20'14 1 f 425.827.5043
www.paceeng rs.com
MACADAM ROAD BUDGET ANALYSIS
7/12/2022
Cost to complete (see table below)
Estimated Shortfall
Change Order #4
TOTAL CONTRACT AMOUNT
TASKS REMAINING
$ 35,856.00
$ 35,856.00
$36,000.00
$327,939.16
Ken Bill Sam John CAD Survey
Support Punchlist / Final Inspection 10 10
PE #4 1 10 10
PE #5 1 10 10
Recommendation of acceptance 2 10 10
as-builts 4 10 10 10 36 16
Contingency 4 20 10
TOTAL HOURS 12 20 70 40 46 16
TOTAL COST $ 3,000.00 $ 5,000.00 $ 12,460.00 $ 6,000.00 $ 5,796.00 $ 3,600.00
TOTAL $ 35,856.00
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
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: Project now scheduled for 2021/2022.
MAINT. IMPACT: The new waterline will eliminate maintenance time for flushing the dead end line while increasing service
reliability.
COMMENT: Pedestrian/Bicycle Program grant for sidewalks unsuccessful in 2018, with water funds used as a match.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
68
100
50
50
268
Land (R/W)
0
Const. Mgmt.
250
50
300
600
Construction
300
300
950
1,550
TOTAL EXPENSES
68
0
650
400
1,300
0
0
0
0
2,418
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
68
0
650
400
1,300
0
0
0
0
2,418
TOTAL SOURCES
68
0
650
400
1,300
0
0
0
0
2,418
2021 - 2026 Capital Improvement Program
61
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 21-022(c)
Council Approval 3/21/22
CONTRACT FOR SERVICES
Amendment #3
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 21-022 between the City of Tukwila and PACE Engineers is
hereby amended as follows:
Section 04a:
4a. Payment for the work provided by the Consultant shall be made as provided on
Exhibit "B" attached hereto, will increase the contract amount by $150,000.00, provided that
the total amount of payment to the Consultant not exceed $291,939.16 without express
written modification of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this 24th day of March , 2022.
CITY OF TUKWILA PACE ENGINEERS
HP
eSiCfnea via SeamlessDocs.com
C7/(Leu/& 6A-Ge/g
Allan Ekberg, Mayor 03/24/2022
4#
Printed Name: ecishyt-To.. /11
ATTEST/AUTHENTICATED APPROVED AS TO FORM
eSignecl via SeamlessDocs.com
Chi C36/(etheyetz`T1
Key: 7315f1D61,0,31,73f397276,17.30015
e,ignecl via ,e,mlessDocs.com
cj' oe. (t_S)adi-eK
Ka, 0,919.3a,laelb.MeZelOcbc1 =Of
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
PACE
An Engineering Services Company
January 25, 2022
Mr. Adib Altallal
Public Works
City of Tukwila
6300 Southcenter Blvd
Tukwila, Washington 98188
[Engineers 11 f °Ilam r;r
Subject: Macadam Road and Sidewalk Improvements- Professional Services Contract
Amendment for Construction Inspection
Dear Adib:
[I Surveyors
Based on our prior discussions, PACE Engineers Inc. (PACE) is submitting the following contract
amendment for City review and approval, to provide full time construction inspection for the Macadam
Road Watermain and Sidewalk Improvement Project. This amendment covers costs necessary to provide
full time inspection services including necessary support staff as described below.
Construction Inspection
PACE will provide a full-time inspector for this project as requested by the City. Duties include but are
not limited to:
• Onsite Inspection
• Coordination with Contractor
• Coordination with City
• Tracking of Quantities
• Pay Requests
• Project Closeout
• Other Tasks as needed.
Previously approved scope and budget included responding to RFI's, review of Material Submittals and
attendance at the preconstruction meeting. This contract does not include any required special
inspections such as compaction testing which will be provided by the City under a separate contract.
PACE proposes to provide the services listed above on a time -and -expense basis not to exceed
$150,0000. The breakdown for the above fee is shown on the attached budget worksheet. This amount
shall not to be exceeded without prior authorization from the City.
Again, we are pleased to submit this updated scope of work and budget to support the Macadam Road
Watermain and Sidewalk Improvement project through construction bidding. Please do not hesitate to
contact me at 425.827.2014 or Ikg. n,n..,.pagg.gn,g,ir ;.,c.. if you have any comments or questions.
Sincerely,
PACE Engineers, Inc.
Kenneth H. Nilsen, P.E.
Executive Vice President
PA..CliE [Engineers, Inc -
11255 Kiridand Way 1 Suite 300
Kirldand, VVashington 98033-6715
n 425.827.2.014 1 f 425.827.5043
www. ppaceeng rs.com
PACE Engineers
Project Name
Project #:
` rt
Billing Group #:I
Project Budget Worksheet - 2022 Washington EOR Rates
Location:1
Task #:I
IPrepared By:
Date:
KN
1/24/2022
StaffType # (See Labor Rates Table)
StaffType Hourly Rate
Drawing/Task Title
Labor Hours by Classification
Labor
Code
Job
Title
1 _ 15 81 91
$250
$165
$150
$115
Sr. Principal
Engineer
Sr. Engineer
Sr. Inspector
Project Adminlstrator
Hour
Total
Dollar Total
Task 1- Inspection Support
Full time inspection assume 90 days (10 hr days)
900
900.0
$135,000
Project Initiation
8
8.0
$1,200
Project Closeout
8
8.0
$1,200
Coordination
12 24 24
60.0
$9,720
Hours Total
Labor Total
12.01 240 916.01
$3,000 s $3,960 s $137,400 s
24.01
$2,760 s s s
s s s s
976.0
$147,120.00I
PACE
Reimbursable
Total Project
Billed Labor Total
Expenses
Subconsultants
Budget
Expenses
Reimbursable
Quantity 1 Cost
Subconsultants
rate/unit
Utility Locate
Mechanical Engineer
Electrical Engineer
Geotechnical Engineer
I &C Engineer
Subconsultant Subtotal €
Postage/Courier
Printing Costs
Photo/Video
Mileage/Travel/Per Diem
Miscellaneous
$2,942.40
$147,120.00
$2,942.40
I $150,062.40
Markup
15%
Total
$2,942.40
File: Macadam Exhibit B1, Fee Worksheet
Total
Page 1 of 1
Printed: 21212022, 4:39 PM
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 21-022(b)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment #2
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 21-022 between the City of Tukwila and PACE Engineers is
hereby amended as follows:
Section 04a:
4a. Payment for the work provided by the Consultant shall be made as provided on
Exhibit "B" attached hereto, will increase the contract amount by $37,000.00, provided that
the total amount of payment to the Consultant not exceed $141,939.16 without express
written modification of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this 15th day of December , 20 21
CITY OF TUKWILA PACE Engineers
HP
eSignecl via SeamlessDocs.com
C7/(Leu/& 6A-Ge/gi
Key: UrSaab0.5101,1e15,,,,11,05,2,1,0
Allan Ekberg, Mayor
12/15/2021
Printed Name:
EN/V)
ATTEST/AUTHENTICATED APPROVED AS TO FORM
eSignecl via SeamlessDocs.com
Ch/te:dg C36/(etheYMT1
Gj' oe. (1,5e6ri-eK
Key: 9,17bcfriebb0Salec10,1,13,3elcetlab Key: UbelDfOol,lea,106baa.25e,11c1,17,17,1b
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
An Engineering Services Company
November 30, 2021
Mr. Adib Altallal
Public Works
City of Tukwila
6300 Southcenter Blvd
Tukwila, Washington 98188
Subject: Macadam Road and Sidewalk Improvements- Professional Services Contract
Amendment #2
Dear Adib:
eyors
Based on our discussions from earlier this month, PACE Engineers Inc. (PACE) is submitting the
following contract amendment for City review and approval regarding professional services on the
Macadam Road Watermain and Sidewalk Improvement Project. This amendment covers additional
design costs and creates a management reserve fund (MRF) that could be accessed to provide services
during construction depending on the City's needs. These tasks are described below.
Additional Design Services
PACE expended additional design costs in bringing this project to completion beyond what was
contemplated in the original scope of work. The primary areas of additional costs were as follows:
• Additional effort in preparing the Project Manual including the use of the latest GSP's.
• Additional effort in finalizing the Bid Plan set beyond what was anticipated.
• Coordination with the City on several alternative connections along Southcenter Blvd.
• Modifications to the water profile to minimize pipe depth and the number of utility crossings.
Additional Cost: $12,000
Management Reserve Fund (MRF)
These funds can only be used with written permission from the City. It is anticipated that these funds
may be used during the construction services phase of this project, depending on City staffing
availability. Tasks could include but are not limited to:
• Attendance at the preconstruction meeting
• Review of Material Submittals
• Responding to RFI's
• Onsite inspections including a final inspection
• Construction management duties
• Other items that may be requested by the City
Management Reserve Fund: $25,000
IDACf::i! liii!n¢.�ineers, Inc.
255
Kirkland Way Suite 300
Kirkland, Washington J8033-6715
p 425.827.2014 f 425.827.5043
www.paceengrs.com
November 30, 2021
Mr. Adib Altailal
City of Tukwila
Page 2 of 2
IEngiineers 1 Plllanners 1 Surveyors
www.paceengrs.com
PACE proposes to provide the services listed above on a time -and -expense basis at a not to exceed
amount of $37,000 with the MRF to be used only with written permission from the City.
Again, we are pleased to submit this updated scope of work and budget to support the Macadam Road
Watermain and Sidewalk Improvement project through construction bidding. Please do not hesitate to
contact me at 425.827.2014 or nrn(?aceengrs.corn if you have any comments or questions.
Sincerely,
PACE Engineers, Inc.
--/v/ 7i.
Kenneth H. Nilsen, P.E.
Vice President
G \I I,ei...AIxnilsen\:)ocuirrz,nt;\I'').r. I//lacacia rrr Id[,cad A,,,AYF2,cioox
P,A►ICE
An Engineering $oMcos Company
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 21-022 (a)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment # 1
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 21-022 between the City of Tukwila and PACE Engineers is
hereby amended as follows:
Sections 03 and 04a:
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 31,2022, 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 31,2022 unless an extension of such time is granted in
writing by the City.
4A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B"
attached hereto, will increase the contract amount by $27,600.00, provided that the total
amount of payment to the Consultant shall not exceed $104,939.16 without express written
modification of the Agreement signed by the City.
All other provisions of the contract shall remain in full force and effect.
Dated this 12th day of October , 2021
CITY OF TUKWILA CONSULTANT
PACE Engineers, Inc.
C7/(Law 6A-Ge/cg
Key: JaalUOID,,,,,Jcbl5b5,1,20a,111.1
Allan Ekberg, Mayor 10/12/2021
Printed Name: Kenneth H Nilsen
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Ch C3/M1
eSvia ignecl
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
EXHIBIT B
PACE Engineers
Project Budget Worksheet - 2021 Washington Standard Rates
Project Name
Project #:
Macadam 'ca. ASA
Location:)
T...,..w L, sa
I Prepared By:
Date:
KN
I Billing Group #:
Task #:I I
8/30/2021
Staff Type # (See Labor Rates Table)
Staff Type Hourly Rate
Drawing/Task Title
Design Revisions
Labor Hours by Classification
$541.02
labor
Code
Job
Title
1 13 118
75
$541.02
$245
$186
$127
$127
Senior
Principal
Engineer
Sr. Project
Engineer
Sr. Project
Administrator
CAD Tech 11
Hour
Total
Dollar
Total
8 24 4
24
60.0
$9,980
change Design from 8 -inch to 12 -inch at 95% submittal
Develop overlay design options incl quantyity takeoffs and cost est.
Delay in project schedule
Parking layout at north end adjacent to park
Bid Support
10 67 7 I 10
94.0
$17,071
RFPs
1 6 2
2
11.0
$1,869
Bid Opening
3 1
4.0
$685
Adendum
1 422
9.0
$1,497
Submittal Reviews (assumes 16 @ 0.5 hr each)
8
8.0
$1,488
Attend Biweekly meetings (assume 10 meetings @3 hrs each)
2 30
32.0
$6,070
Public Outreach (prepare flyers, exhbits and attend two meetings @ 3 hrs
each)
61 6 2
6
30.0
$4,700
Hours Total
Labor Total
18.0'. 91.0'.: 11.0
$4,410'. $16,926'; $1,397
34.0'.:
$4,318';
154.0
$27,051.00
$27,051.00I
Expenses
Reimbursable
rate/unit
Quantity
Cost
Postage/Courier
Plotter
Photo/Video
Mileage/Travel/Per Diem
Miscellaneous
$541.02
Total
1
$541.02
File: Tukwila Macadam ASA 083021, Fee Worksheet
Subconsultants
Utility Locate
Coatinglnsp
Electrical Engineer
Geotechnical Engineer
I & C Engineer
Subconsultant Subtotal
Total
Page 1 of 1
Design Revisions $9,980.00
Bid support $17,071.00
Reimbursable Expenses $541.02
Subconsultants to complete
TOTAL $27,592.02
Total Project ASA Budget Request $27,600.00
Printed: 8/30/2021, 2:04 PM
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
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: Project now scheduled for 2021/2022.
MAINT. IMPACT: The new waterline will eliminate maintenance time for flushing the dead end line while increasing service
reliability.
COMMENT: Pedestrian/Bicycle Program grant for sidewalks unsuccessful in 2018, with water funds used as a match.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
Design
68
100
50
50
268
Land (R/W)
0
Const. Mgmt.
250
50
300
600
Construction
300
300
950
1,550
TOTAL EXPENSES
68
0
650
400
1,300
0
0
0
0
2,418
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
68
0
650
400
1,300
0
0
0
0
2,418
TOTAL SOURCES
68
0
650
400
1,300
0
0
0
0
2,418
2021 - 2026 Capital Improvement Program
61
City ���o�
Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 21-022
Council Approval 2/1/21
PROFESSIONAL SERVICES AGREEMENT
(Inc/udes consuftant.s, architects, engineers, accountants, and other professiona/
THIS AGREEMENT is entered into between the City of Tukwila, VVaShiOgƒOn, hereinafter
referred to as "the City", and PACE Engineers, hereinafter referred to as "the Consultant", in
consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Designation. The Consultant is retained by the City to perform construction
management services in connection with the project titled Macadam Rd S Water Upgrade.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "K
attached hereto, including the provision of all labor, rnmterio|s, 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, 2021, 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 aN services and provide all work product required pursuant to this
Agreement no later than December 31, 2021 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 foliows:
A. Payment for the work provided by the Consultant shall be made as provided on Exhibit
"B" attached hereto, provided that the total amoun.t of payment to the Consultant shall
not exceed $77.339.16 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 the[eOf, payment shall be
made to tbe Consultant : 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 perfD[nned.
services rendenad, and for aIF nnGtar|a|0, 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 3h8|| be made available upon
request.
1/1
5 Ownership and Use of Documents. All dooumen\m, dravvings, 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 prject specified in this Agreement.
�.
Compliance with Laws. The Consultant sh8N, in performing the services contemplated by
this Agreement, faithfully observe and comply with all federal, state, and local laws,
ordinances and regulatioris, applicable to the services rendered under this Agreement.
7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers,
of[iCia|S, 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 /\oreernent, 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, OffiCia|s, 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 Industria Insurance, Title 51 RCW, solely for the
purposes of this indemnification. This waver has been mutually negotiated by the parties.
The provisions of this section shall survive the expiration or termination of this Agreement.
�
Insurance. The Consultant shall procure and maintain for the duration of the Agreement,
nsurance against claims for iuries to persons or damage to property which may arise from
or in connection with the performance of the work hereunder by the Conmu|toOr, 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 o[ in equity.
A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the
types and with the Iimits 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 Dvvmed, 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 nec8sS8ry, the policy
shall be endorsed to provide contractual liabiity coverage.
2. Commercial General Liability insurance with limits no less than $2,000,000 each
occurrence, $2,000,000 general aggreute.CVDlnnerda|(]anoroULiabil[ty
insurance shall be at Ieast 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 Ieast as broad as ISO endorsement form CG 20 26.
CA revised May 2020
Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
Page 2
4. Professional Liability with limits no less than $2,000,000 per claim and $2.000.000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultant's profession.
B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher
insurance Iimits than the minimums shown above, the Public Entity shall be insured for
the full available limits of Commercial General and Excess or Umbrella liability
maintained by the Contractor, irrespective of whether such limits maintained by the
Contractor are greater than those required by this Contract or whether any certificate of
insurance furnished to the Public Entity evidences limits of liability lower than those
maintained by the Contractor.
C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are to contain, or be endorsed to contain that they
shall be primary insurance with respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Consultant's
insurance and shall not be contributed or combined with it
D. Accebi| Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not Iess than A:VII.
E. Verification of Coverage. Consultant shall furnish the City with Original certificates and
a copy of the amendatory endonsennmnta, including but not necessarily limited to the
additional insured endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upon request by the City, the Consultant shall
furnish certified copies of all required insurance policies, including endorsements,
required in this Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with written notice of any
policy cancellation, within two business days of their receipt of such notice.
G. Failure to Maintain insurance. Failure on the part of the Consultant to maintain the
insurance as required shall constitute a material breach of contract, upon which the City
may, after giving five business days notice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance
and pay any and all premiums in connection therewith, with any Surns so expended to be
repaid to the City on dennand, or at the sole discretion of the City, offset against funds
due the Consultant from the City.
S. 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 here1o. 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 p[0grarn, otherwise assuming the duties of an employer with respect to
the Conau|tan[, or any employee of the Consultant.
10. Covenant Against Contingent Fees. The Consultarit warrants that he bas not employed or
retained any company or person, other than a bonafide employee working solely for the
Consultant, to solicit or secure this oonLract, and that he has not paid or agreed to pay any
company or person, other than a bonafide employee working solely for the ConsVlt8n1, 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 |iab||i(y, or in its discretion
to deduct from the contract price or consideration, or otherwise recover, the full amount of
such fee, commission, percentage, brokerage fee, gift, or contingent fee.
CA revIsed May 2020
Page 3
11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this
Agreement, will not discriminate on the grounds of race, re|igiOn. Cr8ed, oolor, national origin,
age, veteran status, sex, sexual ori8nt8M80, gender identity, marital status, political affi|ioUon,
the presence of any disability, or any other protected class status under state or federal law,
in the selection and retention of employees or procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this
Agreement without the express written consent of the City.
13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall not constitute a waiver of any other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice to the Consultant.
B. In the event of the death of a nmennbar, 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 Agreennent, 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 Consutant 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,
regu|aUons, and ruUes, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukvvila. 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. M any ternn, 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 tbeir sense and context are reasonably intended to
survive the oonmp|eUon, 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 foMowing address:
City Clerk
City ofTukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the foliowing address:
Ken Nilsen, P.E.
11255 Kirkland VVoy#3QO
Kirkland, WA 98033
18. EntireAgreement; Modification. This Agreement, together with attachments or addenda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, representations, or agreements written or oral. No
amendment or modification of this Agreement shall be of any force or effect unless it is in
writing and signed by the parties,
CA re%Ased May 2020
Page 4
HP
DATED this 3rd day of February
CITY OF TUKWILA
C-4(Leut ..65e -g
Key
Allan Ekberg, Mayor
02/03/2021
, 2021
CONSULTANT
By: — -
Printed Name: t 4:iv/via-TR Ai/ .-->e:A"
Title: 66-7,7
Attest/Authenticated: Approved as to Form:
Oh4.€9 6,6,7(eth&9
coy oe.
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
EXHIBITA
CITY OF TUKWILA
MACADAM ROAD SOUTH - WATERMAIN/SIDEWALK IMPROVEMENTS
SCOPE OF WORK
PACE Engineers had previously prepared a 75% design for the Macadam Road South
Water improvements prior to the City putting the project put on hold. The watermain
improvements are 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. In addition, to finalizing the design for these
watermain improvements, they City would like to have a sidewalk constructed along the
missing sections of Macadam road to improve pedestrian safety and mobility. The
installation of a sidewalk would also require a new piped storm drainage to convey
stormwater runoff. The specific tasks of the scope are described as follows:
BASE DESIGN SERVICES
Task 1— Project Management & Meetings
This task is for general project management and meetings relating to the project including
communication and coordination with the City and internal team, and preparation of
invoices & pertinent backup materials, progress reports, responding to general client
questions and reviewing.
Task 2 — Watermain Design
Under this task, PACE will progress the existing watermain design estimated at 75%
complete to bid set package of plans and project specifications This work includes
submitting the existing 75% plan set to the City for review and comment. PACE will then
incorporate any City comments into a final bid -ready plans and project manual.
Task 3 — Sidewalk/Storm Design
Under this task, PACE will prepare a 30% preliminary layout of the new sidewalk and
associated road drainage system similar to the schematic layout submitted as part of this
proposal. PACE has budgeted 1 -day of survey to pick up any missing information needed
for the sidewalk design. Following City comments of this submittal, PACE will then
incorporate any City comments into a final bid -ready plans and specifications. The
specifications will be incorporated into the overall project manual. PACE will sperate the
costs for the storm design and sidewalk design for ease in City allocating the design costs
to the appropriate City fund.
Assumptions:
Since the sidewalk would be located horizontally in the same location as the existing
paved shoulder adding no new impervious area therefore no flow control would be
required and since this sidewalk is a non -pollution generating surface no water quality
treatment is required.
Macadam Rd. Water
Scope of Work
Page 2
Task 4— Geotechnical Evaluation
PACE will retain the services of a geotechnical engineer to provide consultation during the
deign process on soil conditions and slope stability. Including in this task we have
budgeted up to two borings upto 15 -feet deep. PACE has included a $10,000 place holder
for this task.
OPTIONAL DESIGN SERVICES
Task 5 Environmental
If required by the City, PACE will conduct a delineation along the western edge of the
wetland located along the east side of Macadam Road South along with a determination
of the wetland classification. It appears that all work will be outside of the wetland but
there may be wetland buffer impacts that may require mitigation. Specific tasks are as
follows:
Item 1 — Desktop Review: PACE will conduct a desktop review of available site
information to obtain historical and regional regulatory information on any
onsite critical areas.
Item 2 - Wetland Delineation: PACE will conduct a site investigation to establish
wetland boundary, buffers and habitat and identify any other critical areas in the
project area. Data points will be located in the field and the boundaries and
ordinary high water marks will be flagged in the field for location and
identification by the City or their representative.
Item 3 — Wetland Report: PACE will prepare a report using the data collected in
the field per City Code TMC 18.45 to include address wetland and habitat. Report
will include data and rating forms as required by the Washington State
Department of Ecology.
Item 4 — Mitigation Planning and Monitoring: PACE will prepare a mitigation plan
for impacts to critical areas buffers as required by City Code TMC 18.45. PACE
will also provide mitigation monitoring and reporting services as required by
LFPMC 16.16.120 for a period of no less than five years as determined by the City
Planning Director. Annual reports/memos will be provided to the City with
recommendations for maintenance if deemed necessary.
Item 5 — Washington Department of Fish and Wildlife (DFW) Hydraulic Project
Approval (HPA): PACE will prepare documentation and necessary materials for
submittal to DFW's APPS online permitting system for review of possible habitat
impacts and to obtain an HPA if required by DFW.
httpsV/tukwilawa..sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2021 Agenda Items/01-25-
21 TIC/L. Water - Macadam PE/Macadam water main ÷ sidewalk scope_110420..docx
Macadam Rd. Water
Scope of Work
Page 3
Assumptions:
• Project will not require SEPA
• Permitting will be done by the City
• Mitigation work will be performed by others
• Mitigation monitoring and reporting is for a period of no less than 5 years per
TMC 18.45
• All work will be performed outside of the ordinary high water mark of any water
body
• A USACE permit will not be required
Services During Bidding, Award and Construction
These services are anticipated to be included in a future funding application and are not
included in this scope of work.
Fee Estimate
PACE proposes to provide the services listed above on a time -and -expense basis as
follows:
BASE DESIGN SERVICES (incl. geotechnical) for a fee of $55,425.
OPTIONAL DESIGN SERVICES (environmental) for a fee of $21,915
The breakdown for the above fee is shown on the attached budget worksheet. This
amount is not to be exceeded without prior authorization for revised or additional scope
of services.
httpsV/tukwilawa..sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2021 Agenda Items/01-25-
21 TIC/L. Water - Macadam PE/Macadam water main ÷ sidewalk scope_110420..docx
EXH I BIT B
PACE Engineers
Project Budget Work sheet • 2020 Municipal Rates
Project Name
Project
Macadam Road 0 oaitalutSidw gl, Or Path
Location'
1 AMID .]
Prepared By
Date
101
I Billing Group 41____________
Task it LI
116412620
Staff Type # (See Labor Rades Table)
Staff Type 8014 0010
rawbeask Title
BASE DESIGN
UM: 1 .. Project Management
Task 2 . Malin Waterman, Design
submit 75% plans and specs to City for review and comment
prepare 106% plans and specs for City review
fibnalize bld docs
Task 3 . Design of S klew Mk 31114 storm drain system and Submit TO City
survey pick-ups Ms sumo 1.day)
Prepare Preliminary 000070* for sjeleaulk and storm drainage
Corridor modeling ath sections elm? 25 -feet
Preapre 100% sidewalk plans and specs for City Review
Preapre 100% sthundrain plans and specs for City Review
Finalize Bid Doc s
OPTIONAL DESIGN S EAMES
Task 4 .Environmental
Task 1- Delineation Desktop Review
Task 2 . Field Delineation
Task 3 - Delineation Ro.pod
Task 4 .luatigation planning A Monitming 6 Reporting
Task 5 - Hydraulic Project Approval
I 31,794.16
Labor BOWS by Classgicalion
Labor
Cade
Job
Title
111
4230
Senior Ftric011
toljneer
.
; 14
$1187
Roject
InnOneer
.
75
$11110
CAD tech III
.
118 !
0118
1618004106
Mministulto
43
$1177
160004 1800444
Lfaragm
2 48 2
000
Survey Tech III
58
9200
Two -Person
Crew
------
! 33 !
$155.
54 Plarrom
68 !
$4411
tolOneog ON
20
$177
St IPEM
Oeskjne,
! 31
$1177
3018480*
Meow
67
4155
SrGflSMrO�
Hour
1 Total
1
12 24 18
1
6 16 8
4 a 6
15 80 _ 85
1 i
4 8 ! 116
2 40 i 16
4 10 i 24
4 8 20
4 8 ! 4
_--
9 I - :
1. .
4 .-- .-- .--
- - ,
4
8 4_ 4 8 -- .--
--
i .--
. .-
4
4
86 1 12
6i
8 i6 _
aa !
24
.- 12
_ - - -
14 I 12 I 42
12
44 4 !
81
61.0
2031
836
51
15.0
60.0
42.6
12.0
Hours Total
Labor Total
39.0 10401 *66
84204 611,3 4111028
17 06 0 351k 12.N
. . .
02000 8704 6200 06600 413,836 ! 41082 !
14 Oi 4206 120
$2,470 ! $2,124 ! $1,860
408.0
86400400
Expenses
Reimbursable
PotageiCourier
Plokm
Pholonldeo
MileagefrraveldPer Dem
Mtscellaneous
Technology Fee .l2% of labor)
.
.
i $500.00
I 91,201 16
Total
I 31,794.16
Ego, Macadam Design Cost to complete with sialemalk_110420, Fee Worksheet
Sulmonsultants
Utility Locate
kitchen.] Engineer
Electrical Engineer
Geolechnical Engineer 3 410,000
1816 Engineer
SuboonsultamtSubtotal 6 110,000.00
Markup
115%
Total! 311,500 00
Page
4014
PACE Billed Labor Tolal 954,050 00
Bombers shle E xpenses 11,761 16
Subconsultants 911,505 50
Total Project Budget
Dollar
Total
811,684
89,700
63,548
430086
846270
121,481
3413*
12,058
60,420
44,428
411,400
3211,414
Priotell- 11542020, 322 PM