HomeMy WebLinkAboutTIS 2024-07-22 Item 2C - Contract Amendment #1 - Sewer Lift Station #5 Retrofit Construction Management with PACE EngineersCity of Tukwila
Thomas McLeod, Mayor
Public Works Department - Pete Mayer, Interim Director
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Services Committee
FROM: Adib Altallal, Utilities Engineer
CC: Mayor Thomas McLeod
DATE: July 19, 2024
SUBJECT: Sewer Lift Station 5 Retrofit — Construction Management Supplement
Project No. 92340201
Contract No. 23-019, Amendment #1
ISSUE
Approve supplemental agreement for Contract No. 23-019 with PACE Engineers for the Sewer Lift
Station 5 Retrofit project.
BACKGROUND
Sewer Lift Station 5 is located near the 1-405 ramps at Interurban Ave S, along Fort Dent Way. The
sewer lift station was originally constructed in 1980 and later updated in 2000. No significant
improvements have taken place since. The pumps, fittings, and electrical components have neared
their useful life and have resulted in an increased need for maintenance. The existing pumps are
obsolete, and the electrical components will need to be brought up to code to prevent unsafe access by
City staff. Rebuilding Sewer Lift Station 5 will reduce maintenance costs and reduce the risk of failure.
DISCUSSION
The Sewer Lift Station 5 design portion of the project went according to plan and was under budget and
on time. We were also successful in advertising the project as the bids came in below the allocated
budget. To save further money, our Capital Improvement Inspector will act as the primary inspector for
the Sewer Lift Station 5 project. Due to the complex nature of lift stations, we will also need the services
of specialty inspectors, such as electrical and geotechnical inspectors. We will also require the services
of the project engineer from PACE if assistance is needed in interpreting the project documents.
FINANCIAL IMPACT
The contract supplement is for $129,476.30, which will bring the contract total to $366,277.55 for the
construction management services portion of the Sewer Lift Station 5 Retrofit project. The project costs
are within budget and are 100% funded by the sewer enterprise fund.
PACE Contract 2023-2024 Design Budget
Original Contract $236,801.25
Supplement Contract _ 129,476.30
Total $366,277.55
$550,000.00
RECOMMENDATION
Council is being asked to approve a supplemental agreement for construction management services
with PACE in the amount of $129,476.30 for the Sewer Lift Station 5 project and consider this item on
the Consent Agenda at the August 5, 2024 Regular Meeting.
Attachments: 2023 CIP, Page 67
PACE Supplemental Agreement
53
wq City of Tukwila
sy
y 6200 Southcenter Boulevard, Tukwila WA 98188
2
B
Agreement Number:
CONTRACT FOR SERVICES
Amendment #1
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 23-019 between the City of Tukwila and PACE Engineers is hereby
amended as follows:
Section 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, 2025, 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, 2025 unless an extension of such time is granted in writing by
the City.
Section 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 $366,277.55 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
day of , 2024.
CA Reviewed May 2020
Page 1 of 54
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number:
CITY OF TUKWILA PACE ENGINEERS:
Thomas McLeod, Mayor
By:
Printed Name:
ATTEST/AUTHENTICATED: Title:
Andy Youn, City Clerk
APPROVED AS TO FORM:
Office of the City Attorney
CA Reviewed May 2020
Page 2 of 55
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 23-019
Council Approval 2/13/23
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 thelmutual benefits, terms, and conditions hereinafter specified.
1. Project Desi nation. The Consultant is retained by the City to perform design services in
connection with the project titled Sewer Lift Station No. 5 Rebuild.
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 A reement Time for Perforrnance. 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
"6" attached hereto, provided that the total amount of payment to the Consultant shall not
exceed S236,801.25 without express writtenlmodification 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.
56
47
5 Ownership and Use of Documents. Aii 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. Com Hance 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 MI 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 concurrentInegligence 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 Inegligence. 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 cams 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 S1,000,000 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 IkabNty coverage.
2. Commercial General Liabiity insurance with limits no less than S2,000,000 each
occurrence, S2,000,000 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 persona 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.
Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
CA revised May 2020
48
Page 2
57
4. Professional Liability with limits no less than S2,000,000 per claim and S2,000,000
policy aggregate limit. Professional Liability insurance shall be appropriate to the
Consultants 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. Linde endent 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 A ainst Continent 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
58
49
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,Inational 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. Assionment. 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 Con s u It a nt
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. Severabilitv 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
50
Page 4
59
DATED this 17th day of February , 20 23
CITY OF TUKWILA
Key: 40266ff6-fc1 a6914839034e9a126e
Allan Ekberg, Mayor
2/17/23
PACE Engineers:
By: --- - /21 C,g�
Printed Name:
Kenneth H Nilsen
ATTEST/AUTHENTICATED: Title:
eSignad via Seamleaer eee rem
C` h tt1 O /(Orhe/t.J
___-- Key: 5,2463a f817e 4006 6°98 f8f4391v2adal
Christy O'Flaherty, City Clerk
APPROVED AS TO FORM:
eSicnecl via 3eamlessDocs.com
Office of the City Attorney
President
CA revised May 2020
Page 5
60
Scope of nf
Services~
Professional Ci~|Eng'Mpering Services
Station
Scope of Work
A detailed proposal consisting of fourteen (24) tasks follows. This proposal includes necessary civil,
struc1uca[survey, e|ec1rica|andQectechnica|services through the design phase ofthisprojec1. Aseparate
scope of work and budget for construction administration will be prepared prior to bidding the work and
will bebased onthe [ity'sneeds.
PACE will be the prime consultant for the entire Scope of Work and will oversee and administer all work on
the project. PACE will complete all civil, survey and permitting services in-house and will subcontract with
Follett Engineering for electrical engineering and AES| for Qectechnica| evaluations. Quality Coating
Inspections and Consulting will also be utilized in the preparation of coating specifications for the Lift
Station wet well upgrade and for inspection of coating applications during the construction phase.
ToskI—PnojectMa
PACE will provide administration and coordination ofthe project. The following itemsare included inthis
2. Attend coordination meetings with the City. It is anticipated that up to 4 meetings will be held.
Ma]ordesiQn review meetings will be held in -person with other review meetings to be done via
Teams. The following major review meetings are anticipated:
a. Schematic Design Review
b. 30% Design Development Review
c 6096 Design Development Review
d. 90% Design Development Review
Z Conduct one field reconnaissance of site with the design team and City staff.
3. Review existing information provided bythe[ity—as'bui|ts, maintenance records, etc.
4. Coordination with subconsu|tants.
5. In-house project administration, scheduling, and direction ofdesign teamstaff.
6. Preparation of monthly progress reports.
61
53
LS5Retrofit
Scope of Work
Page 2
Task 2—Topographic Survey
PACE will provide a topographic and boundary map showing all locatable utilities and surface conditions'
environmental constraints and other relevant itemsat the following locations:
The following iterns are included in this task:
2. Research and confirm primary control pointsfor use on the project.
Z Establish horizontal and vertical control work points a|ongtheroute.
3. Surveythecorridor locating surface improvements, type ofmaterial and changes in elevation.
4. All identifiable underground utilitieswill besurveyed, based on surface indications, radiofrequency
locating and readily available mapsfromthe service provider.
5. The rights of way and adjoining properties will be calculated from record information and
recovered monuments.
6. The survey/ base rnapwill be prepared in AutoCAIDat a scale of I' = 29, showingthe rights of way
and lot lines, two -foot contours, and surveyed features. Other features from City G|Sdata
(sensitive areas, setbacks, etc. will may beincluded toaugmentthesurvey).
PACE will provide the City with an AutoCad drawing and pdf of the basernap.
Task 3-Gaotmchnica|Evaluation
AES| will provide a gectechnica| evaluation of the LS No. 5 site. This evaluation will include one soil boring
12-feet deep in the vicinity of the new meter vault and prepare a Qectechnica| design memorandum (See
theattached Scope ofWork fromAES|formoredetai|sontheQectechnica|eva|uation)
Task4 -EasenleMtPneparat|onandAcqUisit|on
|tisaoumedthat the project will not require any permanent orternporary construction easernents. If that
is not the case any required work will beonatimeand expense basis.
Task 5—Public Involvement
PACE will provide support to the City for the public involvement process. This includes preparing
information for and attending one community meeting. The cornrn unity meeting will be for the businesses
in the project vicinity. The City will be responsible for setting up the meeting tirne and location and notifying
the businesses. PACE will prepare a written summary of the community meeting. Additional public
invo|vementmay berequired forthe SEPAprocess andisinindudedinTask 2O.
Based on the site survey,PACE will prepare upto3+conceptua|alternatives for LSNo. 5for City review and
comment. Specific itemsrequested bythe City include:
w Replace the two existing vertical turbine pumps from the drywell, with two submersible
pumps located within thevvstvve||
• Pa|nt|nQofthewet vve||
• A new electrical control and instrumentation building
• Additional site ||Qht|nQ
mmps:/Itukwinawa-sharepoint-com$kes/publlicworks/engineering/IPW lDropB0x/}l11C Agoda,/2 23 Agenda
Ibeomsr7DCO2~06,23/7.Lift Station No. 5 Design Contract/Scope Vl'W0zk LS 5 O6Dl22.dVcx
62
54
LS5Retrofit
Scope of Work
Page 3
Potential relocation ofthe existing generator based onthe site layout
Replace the existing lawn within the median with a hard surface that does not require
frequent maintenance
Pa|nt the curbaroundthe rned|an(it |sassurned|tcanbersta|ned).The C|tyvw|||prov|de
covers over the exist! nQbo|lards
Remove the irrigation meter and upsize the second water meter to a 2-inch meter for
greater capacity. This may requ|re a new PRVand backf|ovv preventor
Evaluate the antenna for the telemetry
Replace the existing flow meter with! n a new vault, preferably outside ofthe travel lane if
possible.
|nsta||anew yardhydrantfor vvashdovvnofthetsc|||ty
Task 7—Schematic Design (3Q96design)
Based on the [ity's selection of the preferred layout based on the conceptual designs, PACE will prepare a
schematic design of the proposed improvements for the lift station retrofit. PACE will also prepare an
estimateofprobable constmc1ion costs forCity review andcorn ment.Thiswork indudez
2. Schemzticlayout ofthe new metervault
Z Schematicretrofit ofthe existing wet well
3. Schematiclayout ofthe new electrical control shelter
4. Schematiclayout ofproposed improve ments
5. Prepare budget -level construction costestimate.
Task @—Design Development Plans (6056Plans, Specificationsand
Based on City commentson the Schematic Design' PACE will prepare Design Development Plans (6D1yo) of
the improvements. We will also prepare an outline of the specifications and prepare an estimate of
probab|econstruction costs forCity review andcorn ment.Thiswork indudez
2. Recommendztionsfor bypassing the flow during construction.
Z Design ofthe new metervault
3. Design ofthe new wet well retrofit
4. Design ofthe electrical control shelter
5. Design of the site improvements discussed in Task 6
6. Outline ofthe proposed specifications using APVVA/VVSDOTformat.
7. Prepare budget -level construction costestimate.
Task 9—Electrical and Specifications
Follett Engineering will evaluate the project and will provide plans and specifications for site power needs
as well as the required communicationsand controls for Lift Station No .5. It is assumed that we will utilize
the existing generator. Specific itemsare asfollows:
mmps:/Itukwinawa-sharepoint-com$kes/publlicworks/engineering/IPW lDropB0x/}l11C Agoda,/2 23 Agenda
Ibeomsr7DCO2~06,23/7.Lift Station No. 5 Design Contract/Scope Vl'W0zk LS 5 O6Dl22.dVcx
63
55
LS5Retrofit
Scope of Work
Page 4
Electrical Pre -Design
Follett Engineering will prepare the following electrical design and evaluation:
w Determine/confirmthe adequacy ofthe existing generator for the new submersible pumpdesign
w Work closely with City for design and installation of Calvert Technical Services controls.
w Prepare pre|iminary electrical drawings.
w Prepare apreliminary construction cost estimate ofthe above items.
• Summahzethe above itemsinaTechnical Memorandum.
�F|MalBectMcal Design
Follett Engineering will prepare the f inal electrical design and appurtenances based upon review cornments
from the City. The final electrical design includes the demolition of all electrical and |&[ equipment and
replacement with all new electrical equipment including the mctorcontro| center and ATS and all new
controls and instrurnentation and provide a Technical Mernorandurn outliningthe various options including
costs to the City for their review and approval of the recommended alternative. Follett Engineering will
prepare constmc1ion level plans and specifications based upon City review corn ments.
Task ID-SEPA
PACE vviUpre pareaSEPAcheck|istfortheproposed work. |tisaoumedthat theCity vviUact asits own lead
agency andvviUissue the Determination. |tisaoumedthat theCity vviUmai|andpost the SEPAdocuments
inaccordancewit hSEPArequirements.PACE vviUassist theCity wit hapub|ichearinQtoso|icitcorn menton
theSEPAdetermination ifrequired.
TaskII—Permittina
PACE will coordinate with the required permitting agencies and prepare all necessary permit applications.
This task will be initiated early in the design process, based on the 60% Design Development plans. It is
assumed that the City of Tukwila Park Right -of -Way Use Permit will be the only permit required for this
project.
We assurne that all permit fees to be paid directly by the City.
Task 12-Construction Document Development /10091oPlans specificationsand
PACE will provide construction level docurnents based upon City comrnentsfrorn the Design Development
(60% plan review). Atthisstagevvewill also have developed fairly complete project specifications. We will
utilize contract documentsand general provisions from past City projects and will create specific technical
specifications as needed. We anticipate the project will bid as one schedule and that the bid documents
vviUbebauedonthemostrecentVVashingtonStateDepartmentofTransportation^StandardSpecifications
for Road' Bridge and Municipal [onstruc1ion^' It is assumed that based on the City's review of these
documentsthere will beone set ofrevisions to get the documents ^Bid'Ready^
|norder toassure that the final plans and specifications are complete, accurate and appropriate, PACE will
conduct a Quality Assurance review of the docurnents prior to each subrn ittal to the City. The review will
consist of a cornplete sheet -by -sheet and contract docurnent review to assure the City that thedocuments
meet the 'standard level of care' of our industry.
mmps:/Itukwinawa-sharepoint-com$kes/publlicworks/engineering/IPW lDropB0x/}l11C Agoda,/2 23 Agenda
56
LS5Retrofit
Scope of Work
Page 5
Task I4— Management Reserve Fund
If directed bwthe City, PACE will provide services needed toassist the City with tasks related tothis
project that were not specifically addressed in this scope of work. When requested by the City, PACE will
provide ascope and budget for the task identified bwthe City. PACE will not proceed with the task until
written authorization has been provided bythe City.
Task 15-Construction Services
This task includes management of the project during the bidding and construction period. We have not
included a budget herein for construction services; however, PACE is available to provide construction
services as needed. PACE will prepare a construction administration proposal foUowinQcomp|etion of
design and once the [ity's needs are known. Some of the services that could be provided under this task
include the following:
2. Bid the project through abidding service such asBuilders Exchange.
Z Answer questions during the bidding period.
3. Issue addenda asnecessary.
4. Attend a pre -bid meeting as required.
5. Attend the bid opening.
6. Conduct reference checks of the low bidder and prepare recommendation of award.
7. A1tendanddirec1the pre -construction conferenceandprovide meetingminutes toa||attendees.
8. Review materia|submitta|sforcorn p|iancevvithcontract documents.
9. Provideconstruction stakinQfortheimprovements.
20. Reviem'approve andprepareconbac1payestimates.
22. Prepare change orders as necessary, including all documentation and coordination with the
contractor.
22. Attend and conduct construction meetings as required and prepare and distribute meeting notes.
23. Monitor construction to determine contractor compliance and prepare all letters and
documentation regarding same. We assume that the City would provide an inspector for the
project and PACE staff would visit the site asnecessary.
24.Add reoconstruction questionsasthey arise.
25. Prepare punch lists and conduct final inspection, and prepare recommendation of project
acceptance.
26. PrepareAs'Bui|t drawings.
�PR0BTCOSTS
The costs associated with the above described work are shown on the attached spreadsheet.
mmps:/Itukwinawa-sharepoint-com$kes/publlicworks/engineering/IPW lDropB0x/}l111C Agoda,/2 23 Agenda
Ibeomsr7DCO2~06,23/7.Lift Station No. 5 Design Contract/Scope Vl'W0zk LS 5 O6Dl22.dVcx
65
57
PACE Engineers
Project Name
Project #:
Staff Type # (See Labor Rates Table)
aff Type Hourly Rate
Drawing/Task Title
Task 1 - Project Management
Coordination Meetings (4-total)
Field Review/Records Research
Team Coord incl subs/invoicing
Task 2- Topographic Survey
Task 3 - Geotechnical Evaluation
Task 4 - Easements (NIC)
Task 5 - Public Involvement
Task 6 - Conceptual Design
Task 7 - Schematic Design (30%)
Task 8 - 60% Plans
Specifications
Cost Estimates
Task 9 - Electrical & Telemetry
Task 10 - SEPA
Task 11 - Permitting
Task 12 - Construction Documents
Task 13 - QA
Task 14 - Management Reserve Fund
Task 15 -Construction Services (NIC)
Hours Total
Labor Total
Lift Station #5
Billing Group #:
Labor
Code
Job
Title
2
1
4
16
Sr. Principal
Engineer
EXHIBIT B
Location:)
Tukwila - Fort Dent
Task #: I
Labor Hours b Classification
12 33 14 66 74
Project
Manage
8
4
8
1
1 2
Sr. Planner
8 8 16
4 16
4 12
4 24
8 8
1 2
1 8
8 24
4 12
48 8
Project
Engineer
16
16
24
8
6
6
Sr. Project GIS
Analyst
2
4
CAD Tech III
8
16
40
48
64
Project Budget Worksheet - 2023 Washington Standard Rates
Prepared By:
Date:
KHN
12/20/2022
19 41 43 58 113 118
Sr. Structural
Engineer
4
12
24
4
Principal
Surveyor
Survey Project
Manager
Two -Person
Crew
Survey Tech V
Sr. Project Ad
ministrator
Hour
Total
Dollar Total
16.0 $3,976
10.0 $2,224
20.0 $5,064
2 = 11 20 = 16 50.0 $10,241
3.0 $722
16
4
24
40.0
54.0
76.0
112.0
40.0
9.0
15.0
42.0
17.0
220.0
20.0
$8,136
$10,694
$13,988
$21,176
$7,808
$1,892
$3,242
$8,060
$3,356
$41,136
$5,192
76.0 161.01 60.01 128.01 6.01
$20,672 $36,225: $10,920: $24,960: $1,170:
176.01 44.01 2.01 11.01 20.01
$27,456: $9,240: - -
16.01 44.0
$450: $2,310: $4,760I $2,496: $6,248
744.0
$146,907.001
Expenses
Reimbursable
rate/unit
Quantity : Cost
Postage/Courier
Printing Costs
Photo/Video
Mileage/Travel/Per Diem
Miscellaneous
$500.00
Total
I $500.00
File: Tukwila LS #5_revised122022, Fee Worksheet
Subconsultants
Utility Locate
Geotechnical Engineer
Electrical Engineer
$ 2,000
$9,750
$44,245
I & C (City Provided - Calvert)
Subconsultant Subtotal 55,995.00
Markup
15%
Totall $64,394.25I
Page 1 of 1
Please note this project is budgeted as a whole and not by task.
PACE Billed Labor Total
Reimbursable Expenses
Subconsultants
Management Reserve Fund
Budget Reconcilation LS 4&12
Total Project Budget
$146, 907.00
$500.00
$64,394.25
$15,000.00
$10,000.00
$236,801.25
Printed: 212812023, 9:40 AM
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: Sewer Lift Station No. 5 Rebuild Project No. 92340201
DESCRIPTION: Rebuilding of sewer lift station 5 will reduce maintenance costs and reduce the risk of failure.
Aging sewer lift station requires the replacement of motors, pumps, and controls at older lift stations to reduce
JUSTIFICATION:
maintenance.
The sewer lift station has been seeing a lot of issues with maintenance of pumps and motors. The existing
STATUS:
panels and valves are in a confined space and will need to be moved to grade for safer access.
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)
2021 2022 2023
2024 2025 2026 2027 2026 BEYOND TOTAL
EXPENSES
Design
250
50
300
Land (RNV)
0
Const. Mgmt.
50
200
250
Construction
1,000
1,000
2,000
TOTAL EXPENSES
0
0
1,300
1,250
0
0
0
0
2,550
FUND SOURCES
Awarded Grant
0
Proposed Bond/ULID
0
Mitigation Actual
0
Mitigation Expected
0
Utility Revenue
0
0
1,300
1,250
0
0
0
0
2,550
TOTAL SOURCES
0
0
1,300
1,250
0
0
0
0
0
2,550
-.,,•?, Project Location
---4.?
--'-i—X )
I
-1
%• \
-.......6-0-
'-•
I '
II,' 0 1
a
II'II,„ I
4 --\"r1
7—
.I.E.._./ I /
1 ,
:a I I
kipo''
I
..,
.
is. TYPuk
'11III.'
. g
Ii
3
g a
I
, \
-
%., JP Of
\ Mrdlarrl
,r, ,. 4
0, , , ,
,, ,,,, i , ! i P",---,_
0 Azt.„6. , i 0.3;
,T
, „te- .0
2023 - 2028 Capital Improvement Program
67
45
PACE Engineers
Project Budget Worksheet - 2024
Project Name
Project #:
Lift Station #5 Retrofit- CE Services
Location:I
Tukwila, WA
I Prepared By:
Date:
K Nilsen
23415 I Billing Group #:I
Task #:I I
6/20/2024
Staff Type # (See Labor Rates Table)
Staff Type Hourly Rate
Staff Name
Drawing/TaskTitle
Labor Hours by Classification
Labor
Code
Job
Title
1 12
16 75
19 118
$288
$238
$166
$151
$222
$151
Sr.
Principal
Engineer
Project
Manager
Engineering
Staff II
CAD Tech
II
Sr.
Structural
Engineer
Sr. Project
Administra
tor
Hour
Total
Dollar
Total
Task 1 - Project Management
5
8
8
2
23.0
$4,974.00
Bid Assistance
Addenda
2
4
8
6
20.0
$3,762.00
Team Coord/Invoicing (assumes 8 months)
4
8
12.0
$2,480.00
Task 2 - Construction Administration
Pre -Construction Meeting
2
2
4
8.0
$1,716.00
Shop Drawing & Submittal Review (25 Reviews)
8
12
24
8
52.0
$10,920.00
RFI Review and Responses (10 RFIs)
6
6
16
2
4
34.0
$7,002.00
Pay Application Review & Preparation (assumes 8)
4
6
16
26.0
$5,236.00
Change Order Review & Preparation (assumes 2)
2
6
12
4
2
26.0
$4,902.00
Task 3 Construction Inspections
Construction Meetings
8
24
32.0
$5,888.00
Site Visits (max. 10 visits)
5
12
28
45.0
$8,944.00
Task 4 Geotechnical Support
2
4
6.0
$1,240.00
Task 5 Electrical Support (see costs below)
2
4
6.0
$1,240.00
Task 6 Project Closeout
Punchtist & Final Inspection
2
8
16
4
30.0
$6,024.00
As-Builts
2
2
8
12
2
26.0
$4,636.00
Hours Total
Labor Total
Expenses
46.0
$13,248
74.0
$17,612
Reimbursable
180.0
$29,880
18.0
$2,718
18.0
$3,996
Subconsultants
10.0
$1,510
346.0
$68,964.00
rate/unit
Quantity Cost
Utility Locate
PACE Billed
Reimbursable
Subconsultants
Total Project
Labor Total
Expenses
Budget
$68,964.00
$480.00
$60,032.30
Project Administration
Total
$480.00
Mechanical
Electrical Engineer
Geotechnical
I & C Engineer
Subconsultant
Engineer
$37,000
Postage/Courier
Printing Costs
PhotoNideo
Mileage/Travel/Per Diem
Miscellaneous
Engine $15,202
Subtota
i 52,202.00
I 15
$60,032.30
I $129,476.30
$480.00
Markup
Total
File: Tukwila LS5 - CE services fee estimate, Fee Worksheet
Page 1 of 1
Printed: 612112024, 11:15 AM
68
PROJECT DESCRIPTION
This project will provide construction support to the City of Tukwila for the PACE -designed
improvements to the Sanitary Lift Sation #5 near Fort Dent Park. Construction of an above ground
electrical building with new controls and installation of a new meter vault and new submersible
pumps, piping, and valves. The project includes rehab work (demolition, cleaning, and coating) in
the existing wet well, installation of miscellaneous site improvements, relocation of the existing
generator, and other work necessary to complete the Work as specified and shown in the Contract
Documents. The project also includes the relocation of existing gravity sewer, installation of
approximately 55 lineal feet of new 4-inch ductile iron forcemain, and connection of the new
forcemain to the existing forcemain.
SCOPE OVERVIEW
Specific tasks under this contract are shown below:
TASK 1 - PROJECT MANAGEMENT
PACE will be responsible for conducting ongoing coordination between the CITY and the
contractor as needed as well as overall project management.
Deliverables:
• PACE will assist the CITY during the construction bid process, prepare up to 2-addenda
and attend the bid opening. It is assumed that the CITY will manage the bid opening
meeting.
• PACE will prepare and provide a monthly status/progress reports itemized by task and
subtask, to the CITY, describing work performed by the PACE's project team during the
current reporting period.
TASK 2 - CONSTRUCTION ADMINISTRATION
Material Submittal Review
PACE will review contractor -provided material submittals to assure the proposed materials are
in accordance with the project's specifications. Copies of the submittal review documents will
be furnished to the CITY, the Contractor, and the Inspector.
Assumptions:
The time it takes to conduct the required material submittal/review process can vary widely
depending on the Contractor's chosen material submittal process. This scope and
associated fee assume a maximum of 25 items to review. Any additional hours that are
necessary due to multiple rounds of contractor submittals may be billed on a time and
expense basis.
69
Deliverables:
• One (1) pdf copy of initial contractor -provided material submittals with PACE
comments along with master submittal log.
• One (1) pdf copy of resubmittal contractor -provided material submittals with PACE
comments along with updated master submittal log.
Preconstruction Conference
PACE will work with the CITY to prepare a draft preconstruction meeting agenda for the CITY. It
is assumed that the CITY will facilitate and lead the preconstruction meeting, prepare meeting
minutes and distribute the minutes to attendees.
Deliverables:
• One (1) pdf copy of draft construction conference meeting agenda
Responding to Requests for Information (RFIs)
PACE will respond to RFIs from the Contractor as they pertain to design elements and existing
conditions shown on the contract plans and in the contract specifications as necessary.
Assumptions:
• The time it takes to conduct the required RFI reviews can vary widely depending on
the Contractor. For budgeting purposes PACE has estimated ten (10) RFI
responses. Any additional RFI responses that are necessary may be billed on a
time and expense basis.
• All RFI responses shall be provided to the contractor directly by the PACE through
email while cc'ing CITY staff.
• RFI's that are a result from a change of conditions in the field or outside the original
project design will be billed on a time and expense basis
Deliverables:
• Up to ten (10) RFI responses in pdf format.
Preparing Change Orders
PACE shall prepare all required Change Orders for CITY issuance as defined in the contract
specifications.
Assumptions:
• PACE shall coordinate with CITY on all proposed CHANGE ORDERS regardless of size
or scope. While PACE shall coordinate with CONTRACTOR on executing any required
change orders, CITY will approve prior to issuance.
70
• For budgeting purposes PACE has estimated two (2) Change Orders. Any additional
Change Order required responses that are necessary may be billed on a time and
expense basis.
Deliverables:
• Up to two (2) change orders in pdf format for execution by the CITY and the Contractor
in accordance with the project specifications.
Preparing Contractor Pay Requests
PACE will prepare Progress Payment Requests from the Contractor and transmit them to the
CITY's Project Manager for processing by the CITY. These payment requests will cover all
aspects of the work as outlined in the bid proposal. PACE's inspector will review and
coordinate with the CITY the actual quantities for payment for the requested work by CITY
staff.
Assumptions:
• For budgeting purposes PACE has estimated 8 contractor pay requests processed on
a monthly basis based on the proposed schedule and allowable working days in the
contract. Any additional contractor pay requests that are necessary may be billed on
a time and expense basis.
Deliverables:
• Up to eight (8) contractor pay requests in pdf format.
TASK 3 - CONSTRUCTION INSPECTION
PACE will provide limited construction inspection at critical stages of the project. It is assumed
there will be a maximum of 10 site visits to the project site. Inspection reports will be provided in
pdf format to the CITY and Contractor following each site visit.
TASK 4 - GEOTECHNICAL CONSTRUCTION SUPPORT
AESI will provide limited construction inspection at critical stages of the project
TASK 5 - ELECTRICAL CONSTRUCTION SUPPORT
Follet Engineers will provide limited construction inspection at critical stages of the project
TASK 6 - PROJECT CLOSEOUT
The PACE will assist the CITY in formal closeout of the project. Specific tasks include:
• Final site visit with CITY to develop final punch list to be provided to the contractor.
• Provide all required Substantial Completion correspondence in accordance with the
project specifications.
71
• Create record drawings of the project based on the redlined construction drawings
provided by the contractor as well as the PACE's field records. Record drawings will meet
CITY formatting requirements.
• Production of a Recommendation of Project Acceptance letter provided to the CITY.
The PACE team will perform the above -described services on a Time and Expense basis at their
2024 Rates with a not to exceed amount of $129,476, as shown on the attached spreadsheet. The
project budget will be tracked on the overall budget not by tasks which are for budget purposes
only.
END SCOPE OF WORK
72