Loading...
HomeMy WebLinkAboutSpecial 2021-02-22 Item 3G - Agreement - Sewer Lift Stations 2, 4 & 12 Design and Construction Management with Pace Engineers for $71,410COUNCIL AGENDA SYNOPSIS ,�J�' q�+ Initials ITEM 1V0. � ��� Meeting Date Prepared by M�or'.r review Council review � 2/22/21 JR Spec 3.G. 190E ITEM INFORMATION STAFF SPONSOR: ADIB ALTALLAL ORIGINAL AGENDA DATE: 02/ 22/ 21 AGENDA ITEM TITLE Sewer Lift Stations No. 2, 4, and 12 Design and Construction Management Agreement CATEGORY ❑ Discussion Mtg Date II Motion Mtg Date 2/22/21 ❑ Resolution Mtg Date ❑ Ordinance Mtg Date ❑ Bid Award Mtg Date ❑ Public Hearing Mtg Date Other Mtg Date SPONSOR ❑ Council ❑ Mayor ❑ Adm in Svcs ❑ DCD ❑ Finance ❑ Fire ❑ P&R ❑ Police PIF SPONSOR'S In 2016 PACE Engineers was hired as the consultant engineer to design upgrades to aging SUMMARY electrical and physical assets of Sewer Lift Stations No. 2, 4, and 12. In January of 2021 a crack was discovered along the force main of Lift Station No. 2 and must be fixed. PACE is needed to complete the remaining design and construction management services. Council is being asked to approve the design and construction management agreement with PACE Engineers in the amount of $71,410.00 for the Sewer Lift Stations. REVIEWED BY Trans&Infrastructure Svcs ❑ Community Svcs/Safety ❑ Finance & Governance ❑ Planning & Community DCA'. ❑ LTAC ❑ Arts Comm. ❑ Parks Comm. ❑ Planning Comm. DATE: 02/08/2021 COMMITTEE CHAIR: SEAL RECOMMENDATIONS: SPoNsoR/ADMIN. Public Works Department COMMITTEE Unanimous Approval; Forward to Consent Agenda Special Meeting COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $71,410.00 $150,000.00 $0 Fund Source: 402 SEWER FUND Comments: 2021 CIP pg, 68, 71, & 72 MTG. DATE RECORD OF COUNCIL ACTION 2/22/21 MTG. DATE ATTACHMENTS 2/22/21 Informational Memorandum dated 2/05/21 2021 CIP pages 68, 71, & 72 Pace Engineers Agreement, Scope of Work, & Fee Sewer Lift Station Drawings Minutes from the Transportation & Infrastructure Services Committee meeting of 02/08 129 130 City of Tukwila Allan Ekberg, Mayor Public Works Department - Hari Ponnekanti, Director/City Engineer INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Committee FROM: Hari Ponnekanti, Public Works Director BY: Adib Altallal, Utilities Engineer CC Mayor Allan Ekberg DATE: February 5, 2021 SUBJECT: Sewer Lift Stations No. 2, 4, and 12 Project Nos. 90440205, 91640202 Design and Construction Management Agreement ISSUE Approve design and construction management agreement with PACE Engineers for the Sewer Lift Station No. 2 Upgrades, Sewer Lift Station No. 4 Electrical Upgrades, and Sewer Lift Station No. 12 Wet Well Remediation projects. BACKGROUND The aging electrical and physical assets of Sewer Lift Stations No. 2, 4, and 12 prompted for investigative work in 2016 and the subsequent hiring of PACE as the consultant engineer to design the various upgrades necessary to provide a safe and functioning system. Additionally, in January 2021 during a routine repair of the Sewer Lift Station 2 force main, a sizeable crack was discovered along the entire force main connecting the sewer lift station to the manhole. DISCUSSION PACE was the primary design consultant on these projects and are well suited to perform the rest of the design and subsequent construction management services as required by the City. FINANCIAL IMPACT The PACE consultant contract is proposed in the amount of $71,410.00. The funds required to complete the construction management services will be from the 2021 Sewer budget for the Sewer Lift Station No. 2 Retrofit, Sewer Lift Station No. 4 Electrical Upgrades, and Sewer Lift Station No. 12 Wet Well Repair. PACE Contract Contract 2021 Budget $71,410.00 $150,000.00 RECOMMENDATION Council is being asked to approve the design and construction management agreement with PACE Engineers in the amount of $71,410.00 for the Sewer Lift Station No. 2 Retrofit, Sewer Lift Station No. 4 Electrical Upgrades, and Sewer Lift Station No. 12 Wet Well Remediation projects and to consider this item on the Consent Agenda at the February 22, 2021 Special Meeting. Attachments: 2021 CIP Pages 68, 71, 72 Pace Engineers Agreement, scope of work, & fee Sewer Lift Station Drawings hltps://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2021 Agenda Items/TIC 02-08-21/1. Sewer Lift Stations 2, 4 & 12 Design+CM/1. Info Memo 2021 Agreement LS2-4-12.docx 131 132 PRO ECT: DESCRIPTION: CITY 0 TUKW LA CAPITAL PRO ECT SUM RY 2021 o 026 ew r Lift Station No. 2 Upgrades Project No. 0440205 Install new pum s, m tors, control system backup generator and 2,700 LF of force m in from M nkler Blvd to Strander Blvd. JUSTIFICATIO : Sewer Lift Station No. 2 upgrade will account for the future full developm nt of Tukwila South. STATUS: G nerator replacem nt, concrete slab, pum upsizing, and replacem nt of pum 's m tor control system are scheduled for 2020/2021 M INT. IM ACT: Reduce liability if the existing slab breaks the power connection at the sewer lift station. CO NT: See Tukwila South developm nt agreem nt for future funding and ULID requirem nts. FINANCIAL hrough stim ted (in $000's) 019 020 2021 022 023 024 025 026 E EYO D O AL EXPENSES v, Project LocationS,�s& i,k - yew c,ses, �--J _ Design 102 0 aDOse rWewlan �. ,r, 100 232 Land (R/W ?V A,L I . Tm n Or < 0 Const. M . s i°,evse 0 0 14 + �. 00 270 Construction 35 00 50 ,000 ,985 TO AL EXPENSES 37 80 70 ,300 ,487 FUND SO RCES Awarded G ant 0 Proposed Bond/ULID 2,300 ,300 M tigation Actual 0 M tigation Expected 0 Utility Revenue 37 80 70 ,187 TO AL SO RCES 37 80 70 ,300 ,487 2021 - 2026 Capital Im rovem nt Program 72 133 v, Project LocationS,�s& i,k - yew c,ses, �--J _ aDOse rWewlan �. ,r, tit ?V A,L I . Tm n Or < 4,3 oi s i°,evse 14 + �. 2021 - 2026 Capital Im rovem nt Program 72 133 CITY 0 TUKW LA CAPITAL PRO ECT SUM RY 2021 o 026 PRO ECT: ew r Lift Stations & G nerator Upgrades Project No. 90440206 DESCRIPTION: This project will be used to replace/upgrade the seven sewer lift stations and backup generators in phases. JUSTIFICATIO : Aging sewer system requires the replacem nt of m tors, pum s, and controls at older lift stations to reduce m intenance. G nerators have a lifespan of 15 years and need to be replaced m re frequently than pum s. Sewer Lift Stations No. 3 & 4 are at the end of their life cycles and need to be rebuilt with backup generators. STATUS: Lift Station No. 4 is scheduled for 2020/2021, and Lift Station No. 3 is scheduled for 2024/2025. Lift Station No. 5 is in beyond. M INT. IM ACT: New pum s will reduce the liability of the existing pum s that are obsolete and prone to fail. CO NT: Additional right-of-way or property will be required for the new backup generators to be installed. FINANCIAL hrough stim ted (in $000's) 019 020 2021 022 023 024 025 026 EYO D 0 AL E EXPENSES Design 5 20 0 00 50 G nerators 50 5 0 0 0 05 Const. M . 0 0 0 0 00 20 Construction 300 00 00 00 00 ,000 TO AL EXPENSES 65 40 80 80 10 ,475 FUND SO RCES Awarded G ant 0 Proposed G ant 0 M tigation Actual 0 M tigation Expected 0 Utility Revenue 65 40 80 80 10 ,475 TO AL SO RCES 65 40 80 80 10 ,475 134 2021 - 2026 Capital Im rovem nt Program 71 CITY O TUKW LA CAPITAL PRO ECT SUM RY 2021 o 026 PRO ECT: nnual Sew r Repair Program Project No. 9xx40201 Reduce sewer line infiltration and inflow (1 & 1) through groundwater intrusion or storm events as a DESCRIPTION: result of dam ged deteriorating system or illicit connections. Includes sm 11 repairs and capital m intenance. JUSTIFICATIO : Decreases treatm nt, discharge, and pum ing costs. STATUS: Annual program is determ ned after pipeline TV inspection reports are com feted. M INT. IM ACT: Less m intenance costs through rehabilitation of aging system CO NT: 0 going project, only one year actuals shown in first colum . FINANCIAL hrough stim ted (in $000's) 019 020 2021 022 023 024 025 026 EYO D O AL EXPENSES Design 0 5 0 00 45 Land (R/W 0 Const. M . 0 12 20 05 05 15 15 00 82 Construction 0 5 50 00 00 00 00 00 ,000 ,425 TO AL EXPENSES 00 37 95 75 75 85 85 ,700 ,252 FUND SO RCES Awarded G ant 0 Proposed G ant 0 M tigation Actual 0 M tigation Expected 0 Utility Revenue 00 37 95 75 75 85 85 ,700 ,252 TO AL SO RCES 00 37 95 75 75 85 85 ,700 ,252 Project Location: Entire System 2021 - 2026 Capital Im rovem nt Program 68 135 136 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 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 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 design and construction management services in connection with the projects titled Sewer Lift Station 2 Retrofit, Sewer Lift Station 4 Electrical Upgrades, and Sewer Lift Station 12 Wet Well Repair. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibits "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, 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 all 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 follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibits "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $71,410.00 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. 137 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 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. 2. Commercial General Liability insurance with limits no less than $2,000,000 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 endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 138 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 limits 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. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. 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. 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 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. 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. CA revised May 2020 Page 3 139 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. 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. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Ken Nilsen, P.E. 11255 Kirkland Way #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. CA revised May 2020 140 Page 4 DATED this day of , 20 CITY OF TUKWILA CONSULTANT By: Allan Ekberg, Mayor Printed Name: Title: Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney CA revised May 2020 Page 5 141 142 PACE An Engineering Services Company November 3, 2020 Mr. Adib Altallal Public Works City of Tukwila 6300 Southcenter Blvd Tukwila, Washington 98188 Subject: Lift Station Retofit Projects (LS's #2, #4 and #12) Proposal for Construction Support Services - Revised Dear Adib: Engineers 1 Planners 1 Surveyors PACE Engineers, Inc., appreciates the opportunity to submit this proposal for providing construction administration support for the Lift Stations Retofit (LS #2, #4 and #12) Project. It is our understanding that the City will be providing the inspection and construction management for this project but would like support from the PACE team for specific items associated with the construction and pump station start-up. Follett Engineers, the electrical consultant on this project, will be supporting PACE in this effort along with QCIC which will provide coating inspection. Based on our understanding, our proposed scope of work is as follows: Scope of Work — Construction Support Services 1. Attend the pre -construction conference. 2. Review material submittals for compliance with the contract documents for all three lift stations with Follet Engineers coordinating all the electrical submittals. 3. Respond to RFIs and contractor questions for all three lift stations with Follet Engineers coordinating all the electrical RFI's and Systems Interface (under separate contract with the City) providing additional support on LS #4 as needed. 4. Prepare change orders as necessary, including all documentation and coordination with the contractor. 5. Attend the pump station start-up and testing for LS #2 and LS #4 (LS #12 does not require start-up). 6. Final walk through and punch list for all three lift stations with Follet Engineers coordinating all the electrical submittals. 7. Provide inspection of the coating for LS #12 wetwell rehab. QCIC has budgeted 3 -site visits for this process. Fee Estimate We propose to provide the services listed above on a time -and -expense basis for a fee of $48,412. The breakdown for the above fee is shown on the attached budget worksheets. This amount is not to be exceeded without prior authorization for revised or additional scope of services. If the City would like the PACE team to provide inspection or other construction support services, we would be happy to PACE Engineers, Inc. 11255 Kirkland Way 1 Suite 300 Kirkland, Washington 98033-6715 p 425.827.2014 1 f 425.827.5043 www.paceengrs143 November 3, 2020 Mr. Adib Altallal City of Tukwila Page 2 of 2 include those additional services. Engineers 1 Planners I Surveyors www.paceengrs.com Again, we are pleased to submit this scope of work to accomplish the above tasks for the Lift Station Retrofit Projects. Please do not hesitate to contact me at 425.827.2014 or kenn(4aceengrs.com if you have any comments or questions. Sincerely, PACE Engineers, Inc. Kenneth H. Nilsen, P.E. Vice President Attachment P:\P13\13497.00 City of Tukwila Sewer Lift Station No.2\CONSTRUCTION MANAGEMENT\PROPOSAL\Proposal for LS Retrofits CM Sery 144 An Engineering Services Company EXHIBIT A SCOPE OF SERVICES LS #2 REVIONS INCL. NEW FORCEMAIN, LS #4 and LS #12 Bid Documents Project Understanding The existing sanitary sewer Lift 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. The forcemain leaving Lift Station No. 2 recently experienced a break requiring emergency repairs. City staff would like to replace this existing forcemain with a new line that is sized for the future build out flows and to straighten the alignment within the road section. The PACE team had previously prepared a combined set of construction documents for LS #2, LS #4 and LS #12. It is the City's desire to split out LS #4 and LS#12 into a separate set of construction documents and also create a new set of construction documents for LS #2 including the proposed forcemain improvements with Andover Park West. This attached scope of work and budget plan provides for: • Creating a separate set of construction plans and specs for LS #4 and LS #12. This includes both civil and electrical work • Creating a new set of construction plans and specs for LS #2, including the previously designed civil and electrical improvements along with the new forcemain design within Andover Park West. • Scope of Services This proposal includes necessary civil and electrical services necessary to bring these projects to construction this winter. 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 $23,000 - (see Exhibit B). The budget is based on our 2021 Municipal Rates. 145 SCOPE OF WORK Task 1 — Project Management/Coordination/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 one review meeting with the City. • Coordination with subconsultant (Follett Engineering). • In-house project administration, scheduling, and direction of design team staff. • Quality Assurance review of all plans and documents. Task 2 — Construction Document Update The PACE Team will update the plans and specifications to produce new bid ready sets of bid documents with the anticipation of going to bid the winter. Specific items are as follows: • Update the Project Manual (specifications) specific to LS #2 improvements including the new forcemain. • Update the Project manual for a combined project including both LS #4 and LS #12. • Update the civil and electrical plans set specific to LS #2 including the new forcemain. • PACE will also confirm the hydraulics of the new forcemain to verify the size iof the new main (it is anticipated that an 18 -inch forcemain is sufficient) including the determination if there is sufficient size within the drywell to upsize the existing and proposed pipes and fittings. If there is insufficient room within the drywell, the upsizing would occur outside of the lift station. • Update the civil and electrical plans set specific to the combined project including LS #4 and LS #12 as previously designed. • Provide updated anticipated construction cost estimates for each project. 146 11/2/2020 $48,412.00 Location: Tukwila Prepared By: Task #:I Date: Labor Hours by Classification Senior Principal Project Sr. Project Engineer Engineer CAD Tech 0 Administrator Its 12 CM #4 CM ction LS#12 it Subtotal Total) Tukwila LS's Billing Group #: Reimbi Postage/Courier Plotter PhotoNideo Mileage/Travel/Per Diem Miscellaneous Technology Fee (2% of labor) Total Project Name Project #:. Staff Type # (See Labor Rates Table) Staff Type Hourly Rate Drawing/Task Title CM SUPPORT Task 5 - CM Support LS's Precon (one meeting all 3 LS's) Submittal Reviews (all 3 LS's - electrical to Vince) RFI's (all 3 LS's - electrical to Vince) Pump Station Start-up (#2 only - Vince only #4 and #12 not needed) Punch List and Final walk through (all 3 LS's) Addendums (all 3 LS's) Misc Items Hours Total Labor Total Expenses Printed: 11/4/2020, 9:54 AM File: Tukwila LS's CM 110320, Fee Worksheet 147 PACE Engineers $450.00 I Postage/Courier Plotter PhotoNideo Mileage/Travel/Per Diem Miscellaneous Technology Fee (2% of labor) 1 Labor Hours by Classification 20.0 46.0 24.0 18.0 $4,800 $7,820 $3,168 $2,160 Location:1 Tukwila 1 Prepared By: Task #:1 I Date: LS #2 Revisons Incl New Foremain Billing Group #:1 Sr. Project CAD Tech 111 Administrator Senior Principal Project Engineer Engineer Hours Total Labor Total Project Name Project #: Staff Type # (See Labor Rates Table) Staff Type Hourly Rate Drawing/Task Title Task 1 - Project Management Task 2 -Revisions to Plans Civil and electrical Civil Plans Electrical Plans Specifications Reimbursable Quantity Cost $450.00 $450.00 I Expenses Total Postage/Courier Plotter PhotoNideo Mileage/Travel/Per Diem Miscellaneous Technology Fee (2% of labor) Printed: 2/312021, 2:59 PM File: 7. LS2 Additional Design & CM, Fee Worksheet PACE Engineers, Inc. 2021 Washington Billing Rate Table = Engineer of Record Rates Staff Type ST# Billing Rate Senior Principal Engineer 1 $240.00 Senior Principal Planner 2 $240.00 Principal Engineer 10 $222.00 Sr. Project Manager 11 $205.00 Project Manager 12 $190.00 Sr. Project Engineer 13 $180.00 Project Engineer 14 $170.00 Sr. Engineer 15 $158.00 Engineer II 16 $132.00 Engineer I 17 $120.00 Jr. Engineer 18 $109.00 Sr. Structural Engineer 19 $180.00 Sr. Project Designer 20 $180.00 Project Designer II 21 $170.00 Project Designer I 22 $158.00 Project Designer 23 $144.00 Designer II 24 $120.00 Designer I 25 $109.00 Designer III 26 $132.00 Designer 27 $92.00 IT Manager 28 $180.00 Principal Planner 30 $222.00 Sr. Project Planner 31 $180.00 Project Planner 32 $170.00 Sr. Planner 33 $158.00 Planner III 34 $144.00 Planner II 35 $132.00 Planner I 36 $120.00 Jr. Planner 37 $92.00 Planner 38 $109.00 Intern 39 $74.00 Sr. Principal Surveyor 40 $205.00 Principal Surveyor 41 $190.00 Survey Project Manager 43 $180.00 Sr. Project Surveyor 44 $170.00 Sr. Survey Tech 45 $144.00 Project Surveyor 46 $158.00 Survey Tech II 48 $92.00 Survey Tech I 49 $74.00 Survey Tech IV 51 $120.00 Two-Person Crew 58 $205.00 Sr. Two-Person Crew 59 $222.00 GIS Analyst III 62 $144.00 GIS Analyst II 63 $132.00 GIS Analyst I 64 $120.00 GIS Tech 65 $109.00 Sr. Project GIS Analyst 66 $170.00 Sr. GIS Analyst 67 $158.00 Engineer III 68 $144.00 File: 7. LS2 Additional Design & CM, Labor Rates Page 1 of 2 Printed 2/3/2021, 2:59 PM 149 PACE Engineers, Inc. 2021 Washington Billing Rate Table = Engineer of Record Rates Staff Type ST# Billing Rate Survey Tech III 69 $109.00 CAD Manager 70 $158.00 Sr. CAD Tech 71 $144.00 CAD Tech 72 $92.00 Project CAD Tech 73 $158.00 CAD Tech III 74 $132.00 CAD Tech II 75 $120.00 CAD Tech I 76 $109.00 Jr. CAD Tech 77 $74.00 Sr. Project Inspector 80 $158.00 Sr. Inspector 81 $144.00 Inspector III 82 $132.00 Inspector II 83 $120.00 Inspector I 84 $109.00 Inspector 85 $92.00 Jr. Inspector 86 $74.00 Engineer Tech 87 $74.00 Engineer Tech I 88 $92.00 Planning Project Manager 89 $190.00 Project Administrator 91 $109.00 Sr. Office Tech 92 $92.00 Office Tech III 93 $74.00 Office Tech II 94 $63.00 Office Tech I 95 $49.00 File: 7. LS2 Additional Design & CM, Labor Rates 150 Page 2 of 2 Printed 2/3/2021, 2:59 PM 4..) 'OCT LL EL EVAll ON 3.) tT FINISHED GRADE ELEVAT1D4 ) 11,1FLUENT arvAn6s, WET WELL 7) FORCE MAIN ARGE ELEVATION 5.) DIScHARIX PIPIN ..EVATION Pumping tk(geneti) PUMP CONTROL EIOX Source: US EPA, Purdue University 1990 City of Tukwila City Council Transportation & Infrastructure Services Committee Meeting Minutes February 8, 2021- 5:30 p.m. - Electronic Meeting due to COVID-19 Emergency Councilmembers Present: Verna Seal, Chair, De'Sean Quinn, Thomas McLeod Staff Present: Hari Ponnekanti, Rachel Bianchi, Gail Labanara, Adib Altallal, Bryan Still, Nancy Eklund, Garron Herdt, Laurel Humphrey Chair Seal called the meeting to order at 5:30 p.m. I. BUSINESS AGENDA A. Agreement: Sewer Lift Stations No. 2, 4 & 12 Staff is seeking Council approval of an agreement with PACE Engineers in the amount of *$71,410.00 for design and construction management of the Sewer Lift Station No. 2 Upgrades, Sewer Lift Stations No. 4 Electrical Upgrades, and Sewer Lift Station No. 12 Wet Well Remediation projects. Committee Recommendation Unanimous approval. Forward to February 22, 2021 Special Consent Agenda. B. Fleet Purchase: Replacement Vactor Unit 2326 Staff is seeking Council approval of a replacement Vactor truck in the amount of $540,500. Funding was included and unused in the 2019/2020 Budget and inadvertently left out of the 2021/2022 Budget. Items for follow-up: Add clarifying financial details to the Council packet. Committee Recommendation Unanimous approval. Forward to February 22, 2021 Special Consent Agenda C. Grant Acceptance: 2021-2022 King County Solid Waste Recycling Staff is seeking Council approval of an Interagency Agreement with King County Solid Waste in the amount of $69,717.00 to support the Recycling Program through December 31, 2022. Committee Recommendation Unanimous approval. Forward to February 22, 2021 Special Consent Agenda 153