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