HomeMy WebLinkAbout21-033 - PACE Engineers - Construction Support Services: Sewer Lift Stations No. 2, 4 and 12City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 21-033 (a)
Council Approval 9/20/21
CONTRACT FOR SERVICES
Amendment # 1
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 21-033 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 $53,000.00, provided that the total
amount of payment to the Consultant shall not exceed $124,410.00 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
CITY OF TUKWILA CONSULTANT
C7/(Law 6A-Ge/cg
Key: .21,,,,oetc1DOScbec.laJ1,1,1,1SaJJ
Allan Ekberg, Mayor
10/12/2021
, 2021
...-_-._ ,v
Printed Name:
ATTEST/AUTHENTICATED APPROVED AS TO FORM
Key: ISslefc1,217eaSs122f01.5.1,50,52,c160
feK
Ke}: berSdeUflUS.217,12c1070,a,,,,c1b,
Christy O'Flaherty, MMC, City Clerk Office of the City Attorney
CA Reviewed May 2020
Page 1 of 1
PACE
An Enalneeriog Srsnrlees Company
August 30, 2021
Mr. Adib Altallal
Public Works
City of Tukwila
6300 Southcenter Blvd
Tukwila, Washington 98188
Subject: Lift Station Retrofit Projects (LS #2, #4, and #12)
Professional Services Contract Amendment
PACE Project No. 13497
Dear Adib:
ineerss l Planners surveyors
Based on our discussions from last week, PACE Engineers, Inc. (PACE) is submitting the following contract
amendment for City review and approval regarding professional services on the retrofit of Lift Stations #2, #4,
and #12. This amendment covers additional design costs and services during construction as 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:
• Increased design costs associated with City delays in the design and bid process timeline.
• Increased design costs associated with converting the project to the City's most current special
specification package.
PACE has been holding approximately $9,816 in design costs for prior work in getting these lift station projects
bid ready. PACE realizes that not all of this overage is attributable to work outside of the original scope of work.
Per our discussion, PACE is submitting a request for 50% of this overage ($4,908) for work not anticipated in the
original scope of work.
Additional Fee: $4,908
Scope of Work — Construction Support Services
The original contract included limited construction support by PACE. This support was primarily limited to
reviewing material requests and addressing any RFIs, with our subconsultants (electrical and coating specialist)
conducting limited site inspections. Due to staff limitations, the City has requested that PACE take a more active
role in the construction management of these projects. This additional work is as follows:
• Attend weekly construction meetings.
• Provide general construction engineering support including submittal reviews and RFIs.
• Provide limited onsite inspection as needed.
Additional Fee Estimate: $24,280
PACIii'r. fii!rrgineers, Inc.
11255 Kirkland Way suite 300
Kirkland, Washington 98033-6715
p 025.827.2010 f 025.827.5003
www.traceengrs.corn
August 30, 2021
Mr. Adib Altallal
City of Tukwila
Page 2 of 2
[Engineers I Planners I Surveyors
www,pm ngrs,cam
Management Reserve Fund
At this time the City is unsure if they will have an available inspector for the duration of Lift Station #2
construction. PACE, at the request of the City, has budgeted 120 hours of inspection time, if needed, in this
management reserve task. These funds can only be used at the direction of the City. This task may also be used
for any other unidentified task for which the City may need professional services support in the construction
and closeout of Lift Stations #2, #4, and #12.
Estimated Fee: $23,300
PACE proposes to provide the services listed above on a time -and -expense basis for a fee of $53,000 including
$23,300 in the Management Reserve Fund. 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 bring the Lift Station Retrofit Projects
to completion. Please do not hesitate to contact me at 425.827.2014 or kenn@paceengrs.com if you have any
comments or questions.
Sincerely,
PACE Engineers, Inc.
Kenneth H. Nilsen, P.E.
Vice President
Attachment
I'ir,pr,[„ilor ,Ilrn (el n,n (r;3011
PACE Engineers
Project Budget Worksheet - 2021 Washington Standard Rates
Project Name
Project 8:
f'S:a:01S2_=a'IC =2 -ASA
Location:I
_x: _a
I Prepared By:
Date:
KN
I Billing Group 8:
Task 8:1
1
8/30/2021
Staff Type 8 (See Labor Rates Table)
Staff Type Hourly Rate
Drawing/Task Title
Labor Hours by Classification
Labor
Code
Job
Title
1 13 118 75
$245
$186 $127
$127
Principal
Engineer
Sr. Project Sr. Project
Engineer Administrator
CAD Tech 11
Hour
Total
Dollar Total
Design Revisions(costs split 50/50 with City)
8 16 24 1 14.75 1
_
62.8
$9,857
Lift Station 82 Submittals/RFI's
2 36 -
38.0
$7,186
Lift Statioin 82 Weekly meetings (assume 1 hr incl minutes)
16 -
16.0
$2,976
Lift Station 82 General support during construction
12 _
12.0
$2,232
Lift Station 82 Basic Inspectsions (3 -inspections)
12 _
12.0
$2,232
Lift Station 82 Start up and final punchlist
2 4 i
E i
E
i6.0
$1,234
TOTAL
$15,860
Lift Stations 84/812 Weekly Meetings
16 -
16.0
$2,976
Lift Station 812 nightime inspection
12 -
12.0
$2,232
Lift Stations 84/812 General Support
2 16 -
18.0
$3,466
Lift Stations 84/812 Final inspection & start-up
2 8 _
10.0
$1,978
$10,652
MRF- OPTIONAL Lift Station #2 Inspection (assume 3 -weeks
@40 hrs/week)
4 120
124.0
$23,300
Hours Total
Labor Total
20.0: 268.0: 24.0: 14.8:
$4,900: $49,848: $3,048: $1,873:
326.8
326.8
$59,669.25
$59,669.25
Budget Remaining $29,940.00
1/2 Additonal design $4,928.63
PACE Additional CM Support $26,512.00
MRF -Optional Inspection $23,300
Reimbursable Expenses $1,193.39
Subconsultants to complete $26,919.00
TOTAL $52,913.01
Total Project ASA Budget Request $53,000.00
Expenses
Reimbursable
Subconsultants
rate/unit
Quantity i Cost
Utility Locate -
Coating Insp -
Electrical Engineer
Geotechnical Engineer -
I & C Engineer
Subconsultant Subtotal '
$4,025
$22,894
26,919.00
Postage/Courier
Plotter
Photo/Video
Mileage/Travel/Per Diem
Miscellaneous
Technology Fee (2% of labor)
$1,193.39
Total
$1,193.39 L............ _.........._.
Total $26,919.00
File: Tukwila Lift Stations ASA_083021, Fee Worksheet
Page 1 of 1
Printed 8/30/2021, 2:41 PM
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Annual Sewer Repair Program Project No. 9xx40201
Reduce sewer line infiltration and inflow (I & I) through groundwater intrusion or storm events as a
DESCRIPTION: result of damaged deteriorating systems or illicit connections. Includes small repairs and capital
maintenance.
JUSTIFICATION: Decreases treatment, discharge, and pumping costs.
STATUS: Annual program is determined after pipeline TV inspection reports are completed.
MAINT. IMPACT: Less maintenance costs through rehabilitation of aging system.
COMMENT: Ongoing project, only one year actuals shown in first column.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
0
15
75
75
70
70
70
70
500
945
Land (R/W)
0
Const. Mgmt.
10
112
120
105
105
115
115
200
882
Construction
0
75
750
800
700
700
700
700
1,000
5,425
TOTAL EXPENSES
0
100
937
995
875
875
885
885
1,700
7,252
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
100
937
995
875
875
885
885
1,700
7,252
TOTAL SOURCES
0
100
937
995
875
875
885
885
1,700
7,252
Project Location
Entire System
2021 - 2026 Capital Improvement Program
68
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Sewer Lift Stations & Generator Upgrades Project No. 90440206
DESCRIPTION: This project will be used to replace/upgrade the seven sewer lift stations and backup generators in phases.
JUSTIFICATION: Aging sewer system requires the replacement of motors, pumps, and controls at older lift stations to reduce
maintenance. Generators have a lifespan of 15 years and need to be replaced m cre frequently than pum ps.
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.
MAINT. IMPACT: New pumps will reduce the liability of the existing pumps that are obsolete and prone to fail.
COMMENT: Additional right-of-way or property will be required for the new backup generators to be installed.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022 2023 2024 2025 2026 BEYOND TOTAL
EXPENSES
Design
5
5
20
20
100
150
Generators
50
25
10
10
10
105
Const. Mgmt.
10
10
50
50
100
220
Construction
300
200
400
400
700
2,000
TOTAL EXPENSES
0
365
240
0
0
480
480
0
910
2,475
FUND SOURCES
Awarded Grant
0
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
365
240
0
0
480
480
0
910
2,475
TOTAL SOURCES
0
365
240
0
0
480
480
0
910
2,475
2021 - 2026 Capital Improvement Program
71
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2021 to 2026
PROJECT: Sewer Lift Station No. 2 Upgrades Project No. 90440205
DESCRIPTION: Install new pumps, motors, control system, backup generator and 2,700 LF of force main from
Minkler Blvd to Strander Blvd.
JUSTIFICATION: Sewer Lift Station No. 2 upgrade will account for the future full development of Tukwila South.
STATUS: Generator replacement, concrete slab, pump upsizing, and replacement of pump's motor control system are
scheduled for 2020/2021
MAINT. IMPACT: Reduce liability if the existing slab breaks the power connection at the sewer lift station.
COMMENT: See Tukwila South development agreement for future funding and ULID requirements.
FINANCIAL Through Estimated
(in $000's)
2019 2020 2021
2022
2023
2024
2025
2026
BEYOND TOTAL
EXPENSES
s�, Project Location
sew
Design
102
30
" �Z
I 9 f
TJ t
j1
'
1,11,
II
' �1g
_
- r
TwMrcR0.
111111111111110
11101,1101,1,1141,
4 "tea
100
232
Land (R/W)
lmlf9l�!l�ll�ll�ll�ll�ll2 �i�li�lilmillm��lmlilmlilmlilmli�li�li�li�li�li�P
IS
'"�,6 v.wIS
0
Const. Mgmt.
50
20
200
270
Construction
35
800
150
2,000
2,985
TOTAL EXPENSES
137
880
170
0
0
0
0
0
2,300
3,487
FUND SOURCES
Awarded Grant
0
Proposed Bond/ULID
2,300
2,300
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
137
880
170
0
0
0
0
0
0
1,187
TOTAL SOURCES
137
880
170
0
0
0
0
0
2,300
3,487
2021 - 2026 Capital Improvement Program
72
s�, Project Location
sew
•w,
" �Z
I 9 f
TJ t
j1
'
1,11,
II
' �1g
_
- r
TwMrcR0.
111111111111110
11101,1101,1,1141,
4 "tea
k+vy
010111 IMa
ill
CI. l� f !
m
7
n i
Wrt�mlI
u1l1
WI
� NI
lmlf9l�!l�ll�ll�ll�ll�ll2 �i�li�lilmillm��lmlilmlilmlilmli�li�li�li�li�li�P
IS
'"�,6 v.wIS
2021 - 2026 Capital Improvement Program
72
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 21-033
Council Approval 2/22/21
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.
1/1
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
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
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
Page 4
HP
DATED this 2nd
day of March 2021. ,
CITY OF TUKW LA CONSULTANT
eSignecl via SeamlessDocs.com
Allan Ekberg, Mayor 03/02/2021
Printed Name: kE.74 »
Tine: i7.11,/
Attest/Authenticated: Approved as to Form:
eSignecl via SeamlessDocs.com
Ch/tf:dg C36/(etheYMTg
Key: 3,1555,a2aJec,ScloSffer2aUer 2a1.1c5
e..gnea vla ..eamlessDocs.com
Key. ee.10f2.2a1,1tleJ1,-.1,12clabfaLJObbff
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
An Engineering StayIces 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 0 Pionne 0 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, Ono..
11255 Kirkland Ways 0 Suite 300
Kirkland, Washington 98033-6715
p 425.827.2014 0 6' 425.827.5043
vawwww.paceeincgirs.�arm
November 3, 2020
Mr. Adib AltaIlal
City of Tukwila
Page 2 of 2
include those additional services.
Engineers 0 Planners 0 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 kenna.paceencirs.com if you
have any comments or questions.
Sincerely,
PACE Engineers, Inc.
Kenneth H. Nilsen, P.E.
Vice President
Attachment
IliYASYI 3497i00 City di "TtilliwHa Sessm Statkin Ilits2tCONSTIlitliCSSIDN MAStAGEEMENSISPRADPOSAL.IPmipayd for LS IRstraffls CM Se
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.
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.
91.0
1 $15,840.001
PACE Engineers
Project Name
Project #:
--__8-s
Billing Group #:
Location:
Project Budget Worksheet - 2020 Municipal Rates
Task #:
Prepared By:
Date:
KHN
11/2/2020
Staff Type # (See Labor Rates Table)
Staff Type Hourly Rate
Drawing/Task Title
Labor Hours by Classification
Labor
Code
Job
Title
1 14 75 118
$236 $167 $118 $118
Senior
Principal Project Sr. Project
Engineer Engineer CAD Tech II Administrator
Hour
Total
CM SUPPORT
Task 5 - CM Support LS's
15
68
6
2
91
Precon (one meeting all 3 LS's)
Reimbursable
Quantity Cost
6
rate/unit
6.0
Submittal Reviews (all 3 LS's - electrical to Vince)
4
16
Total
20.0
RFI's (all 3 LS's - electrical to Vince)
2
12
14.0
Pump Station Start-up (#2 only - Vince only #4 and #12 not needed)
2
6
8.0
Punch List and Final walk through (all 3 LS's)
2
12
14.0
Addendums (all 3 LS's)
1
8
4
2
15.0
Misc Items
4
8
2
14.0
Hours Total
Labor Total
15.0 68.0 6.0 2.0
$3,540 $11,356 $708 $236
Expenses
Reimbursable
Quantity Cost
rate/unit
Postage/Courier
Plotter
PhotoNideo
Mileage/Travel/Per Diem
Miscellaneous
Technology Fee (2% of labor)
$316.80
Total
1
$316.80
File: Tukwila LS's _CM_110320, Fee Worksheet
Page 1 of 1
Subconsultants
Electrical LS #2 CM
Electrocal LS #4 CM
Coating Inspection LS#12
$12,274
$12,274
$3,500
Subconsultant Subtotal 28,048.00
Markup
15%
Totall $32,255.20
PACE Billed Labor Total
Reimbursable Expenses
Subconsultants
Total Project Budget
$15,840.00
$316.80
$32,255.20
$48,412.00
Printed: 1114/2020, 9:54 AM
PACE Engineers
Project Budget Worksheet - 2021 Washington EOR Rates
Project Name
Project #:
LS a2 Rev_ nn in ' nw l -n n n_n
Location:1
Tukwila
1Prepared By:
Date:
KN
Billing Group #:
Task #:1
112212021
Staff Type # (See Labor Rates Table)
Staff Type Hourly Rate
DrawingfTask Title
Task 1 - Project Management
Labor Hours by Classification
1 $450.00
Labor
Code
Job
Title
1
14
74
118
$240
$170
$132
$120
Senior Principal
Engineer
Project
Engineer
CAD Tech 111
Sr. Project
Administrator
Hour
Total
Dollar
Total
8
8.0
$1,920
Task 2 -Revisions to Plans Civil and electrical
Civil Plans
4 36 24
64.0
$10,248
Electrical Plans
2 2
4.0
$820
Specifications
2 i 4 i i 16 •
22.0
$3,080
QA
4
4
2
10.0
$1,880
• •
•
Hours Total
Labor Total
20.0
$4,800
46.0
$7,820
24.0
$3,168
18.0
$2,160
108.0
$17,948.00
Expenses
Reimbursable
rate/unit
Quantity € Cost
Postage/Courier
Plotter
PhotoNideo
MileagefTravel/Per Diem
Miscellaneous
Technology Fee (2% of labor)
$450.00
Total
1 $450.00
File: 7. LS2 Additional Design & CM, Fee Worksheet
Subconsultants
Utility Locate
Mechanical Engineer
Electrical Engineer
Geotechnical Engineer
I & C Engineer
Subconsultant Subtotal
$4,000
4,000.00
Markup
15%
Totall $4,600.00
Page 1 of 1
PACE Billed Labor Total
Reimbursable Expenses
Subconsultants
Total Project Budget[
$17,948.00
$450.00
$4,600.00
$22,998.00
Printed: 21312021, 2:59 PM
see Jogei `no +g u6lsea Ieuoi;!PPV ZS1 •L :91W
co
0
N
Old 69:Z `IZOZ/£/Z PeluPd
Staff Type ST# Billing Rate
Senior Principal Engineer 1 $240.00
Senior Principal Planner2 $240...00.....
Principal Engineer 10 $222.00.........
Sr. Project Manager
11 $205.00....
Project Manager
12 $..1...90.00.........
Sr. Project Engineer
13 $180.00....
Project Engineer 14 $1...10.00.........
Sr. Engineer
15 $158.00....
EngineerEngineerll���������������������������������������������������������������������������������������������������������������������������������������������������� 1 s $132.00.....
Engineer
l��������������������������������������������������������������������������������������������������������������������������������������������������������� 17 $120.00....
Jr. Engineer
18 $109.00
Sr.
Structural
Engineer��������������������������������������������������������� 19 $180.00....
Sr. Project Designer 20 $1..s0100.....
Project
Designer ll������������������������������������������������������������������������������������������� 21 $1..70.00....
Project Designer l������������������������������������������������������������������������������������������������ 22 $1..58.00.....
Project Designer
23 $144.00....
Designer II 24 $1..20.00.....
Designerl25 $109.00....
Designer III 26 $132100.....
Designer27 $92.00....
ITManager������������������������������������������������������������������������������������������������������������������������������������������������ 28 $180.00
Principal Planner 30 $222.00....
Sr.
Project
Planner���������������������������������������������������������������������������������������� 31 $180.00
Project Planner 32 $1..70.00....
Sr. Planner
33 $158.00
Planner
III��������������������������������������������������������������������������������������������������������������������������������������������������������� 34 $144.00....
Plannerll�������������������������������������������������������������������������������������������������������������������������������������������������������������� 35 $132.00.....
Planner
l������������������������������������������������������������������������������������������������������������������������������������������������������������������ 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 $..1...90.00.........
Survey Project Manager
43 $180.00....
Sr.
Project
Surveyor������������������������������������������������������������������������������ 44 $..1...70.00.........
Sr.
Survey
Tech��������������������������������������������������������������������������������������������������������������� 45 $144.00....
Project
Surveyor������������������������������������������������������������������������������������������������������� 46 $158.00
Survey
Tech
ll��������������������������������������������������������������������������������������������������������������������������� 48 $92.00....
Survey
Tech
1������������������������������������������������������������������������������������������������������������������������������� 49 $74.00.........
Survey
Tech lv�������������������������������������������������������������������������������������������������������������������� 51 $120.00....
Two-PersonCrew����������������������������������������������������������������������������������������������� 58 $205.�.00....�
Sr. Two-PersonCrew���������������������������������������������������������������������� 59 $222.00....
GISAnalyst lll���������������������������������������������������������������������������������������������������������������������������� 62 $1..44.�.00....�
GISAnalyst ll�������������������������������������������������������������������������������������������������������������������������������� 63 $132.00....
GIS
Analyst
l������������������������������������������������������������������������������������������������������������������������������������� 64 $120.00
GISTech���������������������������������������������������������������������������������������������������������������������������������������������������������������� 65 $109.00....
Sr. Project GIS Analyst���������������������������������������������������������� 66 $1..7o.00.....
Sr.
GIS
Analyst������������������������������������������������������������������������������������������������������������������� 67 $158.00....
EngineerIII ������������������������������������������������������������������������������������������������������������������������������������������������ 68 $1..44.00.....
PACE Engineers, Inc. 2021 Washington
Billing Rate Table = Engineer of Record Rates
see Jogei `no +g u6lsea Ieuoi;!PPV ZS1 •L :91! j
Old 69:Z `IZOZ/£/Z PeluPd
O
cn, '0, m, m, c, 5 5 5 5 cn- cn, c— 0
CDCn CCP) CD al a
rt; cD A
'0_ -I_ -I_ rt_ __ __ __ n P. CD
3 �. cD' 3 3 co)
.a
rt rt cD
0
rt
0
1
VI VI VI VI VI VI VI VI VI VI VI VI
CD: O_ CD: CD: -.I_-.1_ co: O_cm: O_N_W_tr_CD: Oi 0
N- CD- O- NN- CD- O- N- -_ W _ -_ CD- O- N- OD_ N- -_ W _ CD
666666666666666666666
0 0 0'