Loading...
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'