HomeMy WebLinkAboutTIS 2024-02-26 Item 2H - Contract - Lift Station #2 Structural Modifications Design with PACE EngineersCity of Tukwila
Pub& Works Oep artrrment - Hari Farrnekanti, Director/City Engineer
Thomas McLeod, Mayor
INFORMATIONAL MEMORANDUM
TO: Transportation & Infrastructure Services Committee
FROM: Hari Ponnekanti, Public Works Director/City Engineer
BY: Adib Altallal, Utilities Engineer
CC: Mayor Thomas McLeod
DATE: February 23, 2024
SUBJECT: Lift Station No. 2 Structural Modifications
Design Agreement
ISSUE
Approve design agreement with PACE Engineers for the Lift Station No. 2 Structural
Modifications Project.
BACKGROUND
In 2015, upgrades to the pumps, control panels, and force main were identified as a critical
project. The project was approved for design in 2021 and construction took place in 2022. New
pumps, valves, piping, and other appurtenances were installed. The upgrades have seen an
improvement in reliability and a decrease in maintenance and upkeep needs.
DISCUSSION
The lift station 2 project was divided into two phases: the construction phase and the
maintenance improvement phase. As construction has concluded and the maintenance and
operations staff have had enough time to get used to the systems, it is time to start phase two.
The maintenance access phase will view the safety of the City staff and the public as
paramount. Improving access to the staff will make sure the structural integrity of the existing
station remains intact, which will be the primary focus of this design contract and the
subsequent construction project.
FINANCIAL IMPACT
LS2 Structural Modifications
Contract Budget
$80,194.00 $100,000.00
RECOMMENDATION
The Council is being asked to approve a design agreement for design services with PACE in the
amount of $80,194.00 for the Lift Station No. 2 Structural Modifications Project and consider this
item on Consent Agenda at the March 4, 2024 Council Meeting.
ATTACHMENTS
PACE Lift Station No. 2 Structural Modifications Contract
Fee Estimate & Scope
129
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 services in
connection with the project titled Lift Station No. 2 Structural Modifications.
2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "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, 2024 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, 2024 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 Exhibit
"B" attached hereto, provided that the total amount of payment to the Consultant shall not
exceed $80,194.00 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.
130
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
131
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
132
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:
PACE Engineers
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
133
DATED this day of , 2024.
CITY OF TUKWILA
Thomas McLeod, Mayor
PACE ENGINEERS:
By:
Printed Name:
ATTEST/AUTHENTICATED: Title:
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CA revised May 2020
Page 5
134
Project Estimates should consider a 10%to 15% contingency for unknown conditions where applicable.
Project Estimates should consider escalation for projects extending over one calendar year.
PACE Engineers
Select this
column to
add more
Fee Schedule:
Free Form Input - Project Budgeter can define work item descriptions, expense and subconsultant as required
Defined Input - Project budgeter must use defined Labor Codes and Staff Type from Deltek FMS Project Mgmt System (Tables Attached)
Rev. 12/15/2023
STANDARD
Project Budget Worksheet - 2024 Standard Rates
Project Name
Project#:
Tukwila LS2 - Structural Mods
Location:I
1111111111g, WA
'repared By:
Date:
SD and PK
P23505 Billing Group#:
Task#:I I
12/19/2023
Staff Type # (See Labor Rates Table)
Staff Type Hourly Rate
Drawing/TaskTitle
Labor Hours by Classification
Labor
Code
Job
Title
12
19
103
17
75 132 i
J
Ma
Dollar
Total
$238
$222
$209
$151
$151
$222
Hour
Total
Project
Manager
Sr.
Structural
Engineer
Structural
Engineer
Engineering
Staff I
(Engineer I)
CAD Tech II
Tech
Services
Manager
PM and coordination w/ City
6
16
8
30.0
$5,980.00
MH / Pavement Repair
2
10
4
16.0
$2,590.00
Review of existing conditions:
- Record drawings
6
12
18.0
$3,066.00
- Geotechnical information
2
6
8.0
$1,324.00
Structural analysis:
-floorslabanalysis
16
32
48.0
$8,176.00
-radialwallanalysis
16
32
48.0
$8,176.00
- overall buoyancy and stability
8
16
24.0
$4,088.00
- new monorail support design
12
24
36.0
$6,132.00
Drawings
40
8
48.0
$7,816.00
QA/QC
32
12
4
48.0
$10,500.00
Pickup review comments
6
4
16
16
42.0
$7,000.00
Final submittal to the city
2
2
8
16
4
32.0
$5,612.00
Contingency--15%
6
15
20
9
4
54.0
$9,734.00
Hours Total
Labor Total
Expenses
10.0
$2,380
46.0
$10,212
Reimbursable
115.0
$24,035
Cost
192.0
$28,992
73.0
$11,023
Subconsultants
16.0
$3,552
PACE Billed
Reimbursable
Subconsultants
Total Project
Labor Total
Expenses
Budget
452.0
$80,194.00
$80,194.00
rate/unit
Quantity
Utility Locate
Engineer
Postage/Courier
Printing Costs
PhotoNideo
Mileage/Travel/Per Diem
Miscellaneous
Mechanical Engineer
Electrical Engineer
Geotechnical
I & C Engineer
SubconsultantSubtotal
I $80,194.00
Markup
Total!
15%
Total
File: Tukwila LS2 Structural Mods - Fee - PK 12.19-2023 • 2024 rates, Fee Worksheet
Page 1 of 1
Printed: 12/20/2023, 9:37 AM
135
AA PACE
WATER I LAND I INFRASTRUCTURE I FACILITIES
Scope of Services
Professional Civil Engineering Services
Lift Station No. 2 Structural Modifications
December 20, 2023
Project Understanding
The City of Tukwila would like to complete structural modifications at the existing sanitary sewer Lift
Station No. 2. The existing lift station has three dry well submersible pumps located in a below grade
concrete structure. The structure is split into two rooms — the control room above and the pump room
below. Due to the fact that there is not sufficient access between the control room and the pump
room, the City would like to modify the control room floor by expanding one existing hatch and
installing one new access hatch above the pumps. The City would like to install a new monorail and
trolley system to allow for lifting and removing the pumps. In addition to the structural modifications,
it is understood that the City would like to repair a section of settled pavement surrounding an
existing manhole adjacent to the lift station's driveway.
Scope of Work
PACE proposes to provide the following services based on our current understanding of the project:
• Estimate code -required gravity and lateral loads based on the Washington State Building
Code that takes effect March 15, 2024.
• Design modifications to the existing floor slab to accommodate one new hatch and enlarging
one existing hatch.
• Determine impacts to the gravity load -carrying system of the floor slab gravity from the hatch
modifications.
• Determine impacts to the exterior walls due to the reduced diaphragm stiffness of the existing
floor slab.
• Verify the lift station is still heavy enough to counteract the effects of buoyancy.
• Design one monorail beam that can remove a pump or components of the pump assembly.
Secondary elements of the design will include:
o Connections between the monorail and the roof slab or exterior wall.
o Specification of a hoist.
o Trolley stops.
• Evaluate the configuration of the existing spiral staircase between the control room and the
pump room and provide recommendation for revising the configuration if needed based on
layout of the access hatches.
• Evaluate and provide recommendations for the repair of pavement and manhole located in
the southbound travel lane of Andover Park W.
• Participate in one kickoff meeting and one mid -point review meeting. Kickoff meeting will be
held in -person at the lift station.
• Prepare structural calculations and summarize PACE's design in CAD -based drawings
stamped by a Professional Engineer licensed in the State of Washington.
136
December 20, 2023
City of Tukwila
LS#2 Structural Modifications —Scope
Page 2 of 2
Assumptions
The above scope of work is based on the following assumptions:
• PACE will use their original design drawings and as-builts that illustrate the reinforcing steel.
• The City will provide guidance on preferred hatches and hoists.
• The as -built drawings substantially match the existing conditions.
• The existing concrete is of sound condition and does not exhibit signs of deterioration.
• The floor slab and exterior walls do not require strengthening to accommodate the new
hatches.
• The roof slab does not require strengthening to accommodate the monorail beam.
• All meetings will be held virtually with the exception of the kickoff meeting to be held in -
person at the lift station.
Exclusions
The following services are not included in this proposal:
• All services not explicitly delineated in the Scope of Work.
• Design of strengthening details to the slabs and walls.
• Additional site visits beyond the kickoff meeting.
• Review of existing equipment anchorage and utility supports.
• Permitting and bidding assistance.
• Services during construction.
Project Costs
The costs associated with the above described work are shown on the attached spreadsheet.
P:\KIR\P23\2023 PROPOSALS\ENGINEERING\P23-505 Tukwila LS2 Structural Mods\Tukwila LS2 Structural Mods - Scope - PK edits.docx
AA P�,4CE