HomeMy WebLinkAbout23-019 - Contract - PACE Engineers - Design and Construction Management: Sewer Lift Station No. 5 RebuildAmendment #2
Agreement Number: 23-019(b)
Council Approval 8/4/25
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 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 $465,377.30.
All other provisions of the contract shall remain in full force and effect.
Dated this 5th day of August 2025.
CITY OF TUKWILA
Signed by:
EEr4'38ti'S�45Bz1
Thomas McLeod, Mayor
ATTEST/AUTHENTICATED:
Signed by:
Any 67K-489 , City Clerk
APPROVED AS TO FORM:
Signed by:
O is "OrRMI�'torney
CONSULTANT:
Printed Name: Kenneth H Nilsen
Title: President
CA Reviewed May 2020 Page 1 of 1
JJAk PACE
ADDITIONAL SERVICES AGREEMENT #1
TO: City of Tukwila
c/o Adib Altallal, PE
6300 Southcenter Blvd, Suite 100
Tukwila, Washington 98188
FROM: Ken Nilsen, PE
SUBJECT: Scope Revision — Inspection Services
PROJECT NAME: Tukwila LS #5 - Retrofit
PROJECT NO.: 23415
DATE: April 14, 2025
This Service Agreement is intended to advise that a request for services has been made which is
not in our Scope of Services or Fee. The subject contract is herein amended to incorporate the
following scope of services:
SCOPE OF SERVICES
The addition of engineering inspection services for the first half of the Tukwila Lift Station #5 —
Retrofit project has been requested by The City of Tukwila. The following narrative is meant to be
an expansion of the currently executed contract between the City of Tukwila and PACE Engineers,
Inc.
PACE Engineers, Inc. (PACE) proposes to amend the current contractual scope to include
engineering inspection services. These services or tasks are listed below and provide a brief
description of what each task entails. The Terms and Conditions and approved rates under the
existing contract for Tukwila Lift Station #5 — Retrofit will remain in effect for this Additional
Services Agreement.
TASKS
PACE will provide administration and coordination throughout the duration of
construction activities, including contracting and invoicing, scheduling, and Client
coordination. PACE will conduct regular coordination and update meetings virtually
with the City of Tukwila Staff at project milestones and as needed.
Inspection services related to demolition of the existing infrastructure as labeled on
the approved plans. This work will include compliance with specified demolition
depths, application of backfill for pipe and structure abandonment, and removal of
existing curb and gutter.
Inspection services performed will include observation and reporting of installation
and backfill of gravity pipe, force main pipe, external bypass connection, and
sanitary sewer manhole. This task will also include observation of connections to the
existing systems for water and sewer.
11255 Orldarid Way, Sufte 300
K.Oirlk.9wid, Washington 98033 3 341 7
425 82.7.2014
April 11, 2025
Adib Attalla[, PE
City of Tukwila Public Works
Additional Services Agreement #1
Page 2 of 3
Inspection services for Electrical inspection will include observation and reporting of
contractor and subcontractor installation activities. This task also includes
inspections by the Electrical Engineer on an as -needed basis. Inspection services
and additional review under this task will be performed by Follett Engineering and
will not exceed 25 hours.
11;MJ2J17!!1J�;[JrJJ:I '11 Fill 11111 •111 • •
Inspection services for wet well and meter vault inspection will include observation
of meter vault installation, pipe alignment, backfill, wet well retrofit with riser and
hatch, wet well pipe penetrations, pumps and all required appurtenances, setting of
floats and sensors, grouting and coating, and wet well piping.
Inspection services for site improvements will include observation and reporting of
contractor and subcontractor installation activities related to items such as bollards,
grass pavers, relocation of existing generator, site lighting, installation of FRP
electrical building, and installation of site water services.
mill V
• • •
Inspection services for this task will include observation of pressure testing of the
installed force main, pump and electrical operational testing, punchlist development
and walkthrough, and final project acceptance assistance.
DELIVERABLES
• Daily inspection reports which will include written documentation of onsite contractor
labor, machinery, and material deliveries.
• Confirmation of approved materials being used on the project and collection of delivery
tickets.
• Project compliance with the approved plans, specifications, and other applicable
standards.
• Photo documentation.
• Inspector's as -built markups and documentation.
• Punchlist walkthrough and administration.
ASSUMPTIONS
• Inspection services will occur over the course of 50 days. Each day will consist of
8 hours, which includes travel time.
• The City of Tukwila Inspection staff will take over at the project halfway mark.
• RFIs and any additional submittals will be handled by the Engineer as part of the existing
Construction Administration contract.
• The Engineer is budgeted for 60 total hours over the course of the 50 days for technical
and design support.
,,'JA& PACE
IIIrI', ,,ki� I I I ? , I A II'P, M'r3 I' [., I`I'III'"IM, ULI''AI^II IHII4AU1 ,f Ir �r,I'.I IIH,I7LCII I, ILII 1 ,:;4 [ k)IIaI[, A,1,I I-IAI I Jdl,:n
April 11, 2025
Adib Attalla[, PE
City of Tukwila Public Works
Additional Services Agreement #1
Page 3 of 3
The existing Construction Administration contract had a budget of $14,832.00 for
Construction inspections and site visits and $10,660.00 for project closeout. The total of
$25,492.00 remains from this original contract amount for construction administration.
EXCEPTIONS
FEE
Special inspections are not included under this agreement and may only occur with the
Owner's approval and at the Contractor's expense.
Client agrees to pay PACE for the above services on the basis of an hourly labor rate plus
reimbursable expenses, not to be exceeded without written authorization from the Client.
Specifically, PACE will invoice the Client for the additional services of project inspection as
mentioned above.
For inspection services, we are requesting a change order of $99,100.00.This includes the
tasks and deliverables as mentioned in this amended services agreement, approximately
466 hours of effort on a time -and -expense basis. This will provide site project management
and inspection funding from the start of mobilization until the City inspection staff take over at
approximately 50 days into the project. Note that $25,492.00 remains from the construction
administration contract for inspection services and project closeout. This amount will be
applied to the requested inspection services amount for the duration of the contract.
The subtotal for this scope amendment is $99,100.00. The total amended budget would
increase from $366,277.30 (original contract plus construction administration contract) to
$465,377.30.
All services provided within the scope of this ASA will be performed as per the terms and
conditions approved under the above-mentioned base contract for the project, unless stated in
the scope within this document. If you have any questions, require any additional information, or
would like to discuss this project further, please do not hesitate to contact us at your earliest
convenience.
Authorized PACE Representative Signature
Ken Nilsen, PE
Printed Name
President
Title
April 14, 2025
Date
accept the above-described Scope of
Services and Fee Structure.
Signed by:
MA's k(44
Aut epresentative Signature
Thomas McLeod
Printed Name
Mayor
Title
8/5/2025 1 1:11 PM PDT
Date
IIP Fie ,,4I� II I'e If II' 1 P,Hr) ,I' I I`I, III'" II`V, uf,I,4I I[ I,Iugl,I , ,/ I r r'I�,I II,,I7acII " , [ k, k 1L1/1:111 iI IiNI ,d,,
anmotrnm
rawnmwnnn
naawuRnnrn
Protect Estimates should consider a 10%to 15%contingency for unknown conditions where epphack le. onwrnna.
Project Estimates should consider escalation for projects extending over one calendar year. Fa46Choduha STANPAriCJ
Free Form input - Proiect Budgeter can define work Item descriptions, expense and s111cons111,11 as required
Defined Input - Project budgexer must use defined Labor Codes and Stafi Type from Deltek FMS Project Mgmt System (Tables Atxached)
PACE Engineers
Project Budget Worksheet - 2025
Subconsultams
Expenses Reimbursable Utility Locate
Rate/Unix Quantity Casx Mechanical Engineer
,,,,,,,,,,,,,,,,,, Etectrica( Eng neer $2,500 PACE 1i1Ied Labor Tuta1 $91,950.00
P wiling Coss p Geotechn'cal E igreer a $2,500 Re mbu sa blc Ex
pcnses $1,400.00
.. 1&C Engineer SubconsulCants $5,]50.00
M leagelrraveVPerO em �40m les rou��drtpper day) $0 Jb 2060' $1,400.00 SubconsultaM Subtotal 5,000.00 Total Protect Budget 99,100.00
,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ............
Miscellaneous - Markup -_ 15%
Tote, 51,400.00 Total 55,50 .00
File: Inspection Services ASA p7 • HALF, Fee worksheet Page 1 of 1 Printed: 012035, 3:13 PM
2025 - 2026 Biennial Budget City of Tukwila, Washington
115
Amendment #1
Between the City of Tukwila and PACE Engineers
That portion of Contract No. 23019 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 - 19 . day of august 2024.
CA Reviewed May 2020 I'alge I ot'2
DSigned by:
C�r-upas,k
ktt"By:
[_ . . 8EE24380545B44C
Thomas McLeod, Mayor
Printed Name: Kenneth H Nilsen
ATTEST/AUTH E N TI CATE D: Title- President
I—....Signed by:
..3D04AB9746FA4E8
Andy Youn, City Clerk
APPROVED AS TO FORM:
Signed by:
A4165E452
Office of the City Attorney
CA Reviewed May 2020 I'alge 2 ot'2
City of 7111114k wiela Thomas McLeod, Mayor
�wwwwwwww�wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwI
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.
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.
Original Contract
Supplement Contract
Total
RECOMMENDATION
PACE Contract 2023-2024_P2jjgn_gMgg2t
$236,801.25 $550,000.00
12947630
$366,277.55
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 GIP, Page 67
PACE Supplemental Agreement
PACE Enjoncom Project Budget Workshmat - 2024
Ma— I t.1 46,01 74.01 80.0] 18.0 1EI.0i 1 C, 0
$(8964 00
Lcb.i- Total.
E=522
S ,,be-sut-T,
------------------------------------
,777, It Qua"l"y j Coes
UtfliftylL.-fia
Project Ad nri I n i st ati o in
$60,00 8. $430.00
ll.stugd/C-irler
Electric, a I Erigirieir $37,000
:,,jndirlg C.,r"
Geotechrk.[ Evi $15,202
I& C Engin.dir
Meage/Ti aveL/Prr Diern
SubconSULtant SUbtr,tM. 52,202.00
M ir.elldn-ije
i
Im""I'di,1 5%
L— — — — I -N! GO,(132.30
PACE 11 Ileal b La bor Total $FU,954.00
Re,i p
-Je.t IlUd r pante $60,032.30
I I ;SI. - get129,476.30
File: tilk.11. 155- CE .-A— f- estimate, F- Worksheet Np I of 1 Printed: 6121P2024, IiAS AM
IP R 0.1 E c T D E S C R 11 IP T 110 IN
This project wil.l 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 Lined 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 wil.l be responsible for conducting ongoing coordination between the CITY and the
contractor as needed as wel.l as overal.l project management.
I)elivera la les -
PACE wil.l assist the CITY during the construction bid process, prepare up to 2 -addenda
and attend the bid opening. It is assumed that the CITY wil.l manage the bid opening
EMMM
PACE wil.l 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 wil.l review contractor- provided material submittals to assure the proposed materials are
in accordance with the project's specifications. Copies of the submittal review documents wil.l
be furnished to the CITY, the Contractor, and the Inspector.
AsS U rrl Ilpt iO urn S -
The time it takes to conduct the required material submittal./review process can varywidelly
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.
I)elivera la les -
One (1) pdf copy of initial contractor -provided material submittals with PACE
comments Tong with master submittal. Log.
One (1) pdf copy of resubmittal contractor -provided material submittals with PACE
comments Tong 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.
I)elivera la les -
0 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.
Ass U rrl Ilpt iO urn S -
The time it takes to conduct the required RFI reviews can varywidely 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
I)elivera la les -
0 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.
As S U rrl Ilpt 10 urn S -
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.
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
[Delivera b Les -
0 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 wil.l. prepare Progress Payment Requests from the Contractor and transmit them to the
CITY's Project Manager for processing by the CITY. These payment requests wil.l cover all
aspects of the work as outlined in the bid proposal.. PACE's inspector wil.l review and
coordinate with the CITY the actual quantities for payment for the requested work by CITY
staff.
As S U 1171 Ipt 10 urn S -
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.
[Delivera b Les -
0 Up to eight (8) contractor pay requests in pdf format.
TASK 3 - CONSTRUCTION INSPECTION
PACE wil.l. provide Limited construction inspection at critical stages of the project. It is assumed
there wil.l be a maximum of 10 site visits to the project site. Inspection reports wil.l be provided in
pdf format to the CITY and Contractor following each site visit.
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 wil.l assist the CITY in formal closeout of the project. Specific tasks include:
® Find site visit with CITY to develop final. punch List to be provided to the contractor.
0 Provide all required Substantial. Completion correspondence in accordance with the
project specifications.
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.
8 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 overal.l budget not by tasks which are for budget purposes
only.
END SCOPE OF WORK
%Ciltv of Tukwila Contract INumber: 23-019
Council Approval 2/13/23
6200 Southcenter Bodevard, TukwHa WA 98188
PROFESSIONAL SERVICES AGREEMENT
(Includes consultants, architects, engineers, accountants, and other professional services)
THIS AGREEMENT is entered into between the City of Tukwila, Washington, heireinafteir
referred to as "the City", and PACE Eingineeirs, heireinafteir referred to as "the Coin siultaint", in
coin sid eiration of the imutual benefits, terms, and conditions heireinafteir specified.
1. Proiect Desi nation.. The Consultant is retained by the City to perform desigin 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 oin Exhibit "A"
attached hereto, including the provision of all labor, imateirials, equipment and supplies.
3. Duration of Agreement; Time foir Peirformaingg. This Agreement shall be in full force and
effect for a period commencing upoin execution and einding December 31, 2024, unless sooner
terminated undeir the provisions heireinafteir specified. Work under this Agreement shall
commence upoin written notice by the City to the Consultant to proceed. The Consultant shall
perform all services and provide all work product required puirsuaint to this Agreement ino later
thain 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
reindeired under this Agreement as follows. -
A. Payment for the work provided by the Consultant shall be imade as provided oin Exhibit
"B" attached hereto, provided that the total aini of payment to the Consultant shall not
exceed $236,801.25 without express written modification of the Agreement signed by the
City.
B. The Consultant imay subini vouchers to the City once per mointh cluding 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, upoin approval thereof, payment shall be imade
to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
imade promptly upoin its asceirtainiment 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 ireindeired, 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 imade available upoin
request.
5. Owineirship aind Use of Documents. All documents, drawings, specifications and other
materials produced by the Consultant in connection with the services ireindeired under this
Agreement shall be the property of the City whether the project for which they are imade is
executed or snot. The Consultant shall be permitted to iretain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection with
the Consultant's endeavors. The Consultant shall snot 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. Complilaince 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. lindeirninificatiloin. 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 iresulting from the acts, errors or
omissions of the Consultant in performance of this Agreement, except for injuines 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 injuiry to persons or
damages to property caused by or iresulting 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 suirvive the expiration or termination of this Agreement.
8. linsuirance. The Consultant shall procure and imaintaiin for the duration of the Agreement,
insurance against claims for injuiries to persons or damage to property which imay 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 snot 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. Milinimuirn Amounts aired Scope of linsuiraince. Consultant shall obtain insurance of the
types and with the limits described below:
1. Automobile Liability insurance with a iminimuim combined single limit for bodily injuiry
and property damage of $1,000,000 per accident. Automobile Liability insurance
shall cover all owned, noin-owined, 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 slhalll4 be endorsed to
provide contractual) Iluabilluty coverage.
2. Commercial General Liability insurance with limits ino 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 injuiry and advertising injuiry. The City shall be named as an
add ition al in siu red under th e 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
Ent
4. Professional Liability with flimits ino less thain $2,000,000 per claim and $2,000,000
policy aggregate flimit. Professional Liability insuiraince shall be appropriate to the
Consultant's profession.
B. Public Eintity Full Availability of Contractor Limits. If the Contractor imaiintaiins higher
insuiraince flimits thain the imiiniimuims shown above, the Public Entity shall be insured for the
full available flimits of Commercial General and Excess or Umbrella liability maintained by
the Contractor, irrespective of whether such flimits imaiintaiined by the Contractor are greater
thain those required by this Contract or whether any certificate of insurance furnished to
the Public Entity evidences flimits of liability lower than those imaiintaiined by the Contractor.
C. Otheir linsuraince Provisioin. The Consultant's Automobile Liability and Commercial
General Liability insuiraince policies are to contain, or be endorsed to contain that they shall
be pidirnairy insurance with respect to the City. Any Insurance, self-insurance, or insuiraince
pool coverage imaiintaiined by the City shall be excess of the Consultant's insurance and
shall inot be contributed or combined with it.
D. Acceptability of linsuireirs. Insurance is to be placed with insuireirs with a current A.M.
Best iratiing of inot less thain A:VII.
E. Verification of Coverage. Consultant shall furnish the City with original certificates and a
copy of the amendatory endorsements, including but inot inecessarily flimited to the
additional insuired endorsement, evidencing the insurance requirements of the Contractor
before commencement of the work. Upoin request by the City, the Consultant shall furnish
certified copies of all irequiired insurance policies, including eindoirseimeints, required in this
Agreement and evidence of all subcontractors' coverage.
F. Notice of Cancellation. The Consultant shall provide the City with wirittein notice of any
policy cancellation, within two business days of their receipt of such inotice.
G. Failure to Maiintaiin linsuiraince. Failure oin the paint of the Consultant to imaiintaiin the
insuiraince as required shall constitute a imaterial breach of contract, upoin which the City
imay, after giving five business days inotice to the Consultant to correct the breach,
immediately terminate the contract or, at its discretion, procure or ireinew such insuiraince
and pay any and all pireimiums in connection therewith, with any sums so expended to be
repaid to the City oin demand, or at the sole discretion of the City, offset against funds due
the Consultant firoim the City.
9. lindepeindeint Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect to the services provided plursuaint 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 inoir 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 inot be iresponsible for withholding or otherwise
deducting federal income tax or social security or for contributing to the state industrial
insuiraince pirogiraim, otherwise assiurning the duties of ain employer with respect to the
Consultant, or any employee of the Consultant.
10. Coveinaint Against Contingent Fees. The Consultant warrants that he has inot employed or
retained any company or person, other thain a boinafide employee working solely for the
Consultant, to solicit or secure this contract, and that he has inot paid or agreed to pay any
company or person, other thain a boinafide employee working solely for the Consultant, any
fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent iupoin
or resulting firoim the award or imakiing of this contract. For breach or violation of this wairraint,
the City shall have the right to aininul this contract without liability, or in its discretion to deduct
firoim the contract price or consideration, or otherwise recover, the full aimount of such fee,
commission, percentage, brokerage fee, gift, or contingent fee.
CA revised May 2020
11. Disciriimiinatioin Prohibited. Contractor, with regard to the work performed by it undeir this
Agreement, will Inot discriminate oin the grounds of race, Ireluigioln, cireed, color, national oingin,
age, veteirain status, sex, sexual orientation, gender identity, imairital 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 Irnatelrials or supplies.
12. Assiginimeint. The Consultant shall Inot sublet or assign any of the services covered by this
Agreement without the express wirittein consent of the City.
13. Noin-Waiveir. Waiver by the City of any provision of this Agreement or any time limitation
provided for in this Agreement shall Inot constitute a waiver of any other provision.
14. Teirminatioin.
A. The City reserves the right to terminate this Agreement at any fime by giving tein (10) days
written Inotice to the Consultant.
B. [in the event of the death of a imeimbeir, partineir or officer of the Consultant, or any of its
supervisory peirsoininel assigned to the project, the surviving imeimbeirs of the Consultant
hereby agree to complete the work undeir 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 imeimbeirs 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 teirm of this Agreement, the parties specifically undeirstaind and agree
that veinue shall be piropeirily 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. Seveirability aind Survival. If any teirm, condition or provision of this Agreement is declared
void or unenforceable or flimited in its application or effect, such event shall not affect any other
provisions hereof and all other provisions shall Irelnmain fully enforceable. The provisions of this
Agreement, which by their sense and context are Ireasolnably 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 Cleirk
City of Tukwila
Tukwila, WA 98188
Notices to Consultant shall be sent to the following addiress:
PACE Eingineeirs
Kirkland, WA 98033
18. Eintire Agireeimeint; Modificatioin'. This Agreement, together with attachiments or addenda,
repireseints the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negotiations, Ireplreselntatiolns, or agreements written or oral. No
aimendiment 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
ce
DATED this 17th
CITY OF TUKWILA
day of February , 2023
Allan Ekberg, Mayor 2/17/23
ATTEST/AUTHENTICATED:
............................ .
_-- _- Ko 1762a63a f67, 4006 —d —37 --
Christy Q'Flaherty, City Clerk
APPROVED AS TO FORM:
a oe. 6"e(
KPy 60P74— 1„- a„ y f, na,ff
Office of the City Attorney
PACE Engineers:
Printed Name:
Kenneth H Nilsen
Title:
President
��a 3Aam
CA revised May 2020 Page 5
EXHIBIT /\
Scope of
Services
Professional Civil Engineering Services
Station
Design Retrofit
Lift No'5
Project Understanding
The City ofTukwila would |iketoretrofit the existing sanitary sewer Lift Station No. 5.Theexisting lift station
is a */et/dryweU station that is reaching its useful life. Due to the fact that the existing*/etvveU does not
have sufficient space to allow for electrical upgrades that will meet current regulatory requirements, the
City would like to abandon the existing drywell and construct an above ground electrical shelter with new
electrical controls, construct a new meter vault and install new submersible pumps, rehab the existing wet
well and install miscellaneous site improvements.
Scope of Work
A detailed proposal consisting of fourteen (14) tasks follows. This proposal includes necessary civil,
struc1ura[survey, e|ec1rica|andgectechnica|servicesthrough the design phase ofthisprojec1. A separate
scope of work and budget for construction administration will be prepared prior to bidding the work and
will bebased onthe City's needs.
PACE will be the prirne consultant forthe 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 geotechnical 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.
Task % —Project Management
PACE will provide administration and coordination ofthe project. The following items are included inthis
task:
1. Attend coordination meetings with the City. It is anticipated that up to 4 meetings will be held.
Ma]ordesign review meetings will be held in-person with other review meetings tobedone via
Teams. The following major review meetings are anticipated:
a. Schematic Design Review
b. 30916 Design Development Review
c. 60916 Design Development Review
d. 90916 Design Development Review
Z. Conduct one field reconnaissance of site with the design team and City staff.
3. Review existing information provided by the City —as'bui|ts, maintenance records, etc.
4. Coordination with subconsu|tants.
5. In-house project administration, scheduling, and direction ofdesign teamstaff.
LS 5 Retrofit
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 items at the following locations:
The following items are included in this task:
1. Research and confirm primary control points fear use on the project.
2. Establish horizontal and vertical control work points along the route.
3. Survey the corridor locating surface improvements, type of material and changes in elevation.
4. All identifiable underground utilitieswill be surveyed, based on surface indications, radiofrequency
locating and readily available maps from the service provider.
5. The rights of way and adjoining properties will be calculated from record information and
recovered monuments.
6. The survey/ base mapwill be prepared in AutoCAIDat a scale of I' = 29, showingthe rights of way
and lot lines, two -foot contours, and surveyed features. Other features frorn City GIS data
(sensitive areas, setbacks, etc. will may be included to augment the survey).
PACE will provide the City with an AutoCad drawing and pdf of the basernap.
Task 3 - Geotech in Ical Evaluation.
AESI will provide a geotechnical 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 geotechnical design memorandum (See
the attached Scope of Work from AESI fear more details on the geotechnical evaluation)
Task - Easement Preparation and Acquisition
It is assumed that the project will not require any permanent ortemporary construction easements. If that
is not the case any required work will be on a time and 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 community meeting will be for the businesses
in the project vicinity. The City will be responsible for setting up the meeting time and location and notifying
the businesses. PACE will prepare a written summary of the community meeting. Additional public
involvement may be required for the SEPA process and is in included in Task 10.
Task 6 — Conceptual Design
Based on the site survey, PACE will prepare up to 3 -conceptual alternatives for LS No..5 for City review and
comment. Specific items requested by the City include:
• Replace the two existing vertical turbine pumps from the drywel 1, with two submersible
pumps located within the wetwell
• Painting of the wet well
• A new electrical control and instrumentation building
0 Additional site lighting
hilps://Iukwillawa-sharepoini-com/site,5/publlicworks/engineering/IPW lDrop Box/ O I 11C Agenda/2023 Agenda
IternsrHC 02-06-23n. Lift Station No.: Design Contract/Scope ol'Work LS 5_060122.docx
6T,
LS 5 Retrofit
Scope of Work
Page 3
• Potential relocation of the existing generator based on the site layout
• Replace the existing lawn within the median with a hard surface that does not require
frequent maintenance
• Pa 1 rit the curb around the median (it is assumed it can be retained). The City will provide
covers over the existing bollards
• Remove the irrigation mete r and u psi ze the second water meter to a 2 -inch meter for
greater capacity. This may require a new PRV and backflow preventor
0 Evaluate the antenna for the telemetry
• Replace the existing flow meter within a new vault, preferably outside of the travel lane if
possible.
• Install a new yard hydrant for washcown of the facility
Task 7 — Schematic Design (30 % design)
Based on the City's selection of the preferred layout based on the conceptual designs, PACE will prepare a
schematic design of the proposed improvernents for the lift station retrofit. PACE will also prepare an
estimate of probable construction costs for City review and comment. This work includes:
1. Schematic layout of the new meter vault
2. Schernatic retrofit of the existing wet well
3. Schematic layout of the new electrical control shelter
4. Schernatic layout of proposed i rn prove ments
5. Prepare budget -level construction cost estimate.
Task 8 — Design Development Plans (609,o' Plans, Specifications and Estimates)
Based on City comments on the Schematic Design, PACE will prepare Design Development Plans (609"o) of
the improvernents. We will also prepare an outline of the specifications and prepare an estimate of
probable construction costs for City review and comment. This work includes:
1. Recommendations for bypassing the flow during construction.
2. Design of the new meter vau It
3. Design of the new wet well retrofit
4. Design of the electrical control shelter
5. Design of the site improvements discussed in Task 6
6. Outline of the proposed specifications using APWA/"SD OT format.
7. Prepare budget -level construction cost estirnate.
Task 9— Electrical Plans/Telemetry and Specifications
Follett Engineering will evaluate the project and will provide plans and specifications for site power needs
as well as the required communications and controls for Lift Station No .5. It is assumed that we will utilize
the existing generator. Specific items are as follows:
hilps://Iukwillawa-sharepoini-com/site,5/publlicworks/engineering/IPW lDrop Box/O I 11C Agenda/2023 Agenda
IternsrHC 02-06-23n. Lift Station Tho.: Design Contract/Scope ol'Work LS 5-06()122.docx
W
LS 5RetrQfit
Scope of Work
Page 4
Electrical Pre -Design
Follett Engineering will prepare the following electrical design and evaluation:
p Determine/confirmthe adequacy ofthe existing generator for the new submersible pumpdesign
• Work closely with City for design and installation of Calvert Technical Services controls.
• Prepare preliminary electrical drawings.
w Prepare apreliminary construction cost estimate ofthe above items.
• Summarize the above items inaTechnical Memorandum.
�Final Electrical Design
Follett Engineering will prepare the f inal electrical design and appurtenances based upon review comments
from the [ity. The fina| e|ec1rica| design indudes the demol ition of a e|ec1rica| and |8i[ equipment and
replacement with all new electrical equipment including the mctorcontro| center and ATS and all new
controls and instrurnentation and provide a Technical Memorandum outliningthe various options including
costs to the City for their review and approval of the recommended alternative. Follett Engineering will
prepare const ruciion level plans and specificztions based upon City review comments.
Task 1O-SEPA
PACE wi I I pre. pa re a SE PA checkl ist f or t he proposed work. It is assu rned that theCity vviUact asits own lead
agency andvviUissue the Determination. |tisassumedthat theCity vviUmai|andpost the SEPA docu ments
inaccordanoewit hSEP4req uirements.PACE vviUassist theCity wit hapub|ichearinQtosol icitcommenton
theSEPAdeterminztion ifreq uired.
Task 11—Perm Itting
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 6096 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
p roject.
We assume that all permit fees to be paid directly by the City.
Task 12 - Construction Document Development (100910 Plans, specifications and
PACE will provide construction level documents based upon City comments f rom the Design Development
(60910 plan review). At this stage vvewill also have developed fairly complete project specifications. We will
utilize contract docurnents and 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
will bebased onthe most recent Washington State Department ofTransportation 'Standard Specifications
for Road, Bridge and Municipal [onstruc1ion°, It is assumed that based on the City's review of these
documents there will beone set cfrevisions to get the documents ^Bid'Readv°
Task 13-CA(Quality Assurance)
|nordertoassurethat the fina|p|ansand specifications are comp|ete accurate a nd appropriate, PACE m/iU
conductaQua |ityAssurancereview ofthe documentsprior toeach submitta|totheCity. The review vviU
consist ofacorn p|etesheet'bv'sheetandcontract documentreview toassurethe [itythat the documents
meet the 'standard level of care' of our industry.
���������poini-com/site,5/publlicworks/engineering/IP CropBox/O1TIC a/2023 Agenda
ItexnsrHC 02-06-23n. Lift Station No. 5 Design Contract/Scope Vl'WockLS 5 06D122.docx
LS 5RetrQfit
Scope of Work
Page 5
Task I4— Management Reserve Fund
|fdirec1ed bwthe City, PACE vviU provide services needed to assist the City with tasks re|atedto this
project that were not specifically addressed in this scope of work. When requested by the City, PACE will
provide a scope a nd budget f or t he task ident ifiedbwthe City. PAC Evvi||not proceed wit hthetask unti|
written authorization has been provided bythe City.
Task 15 -Construction SenAces
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 following completion of
design and once the City's needs are known. Some of the services that could be provided under this task
include the following:
1. 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. [onduc1nefenencechecks ofthelow bidder a nd prepa re recom me ndat ion of awa rd.
7. Attend and direct the pre -construction conference and provide meeting minutes toall attendees.
8. Review material submittals for compliance with contract documents.
9. Provide construction staking for the improvements.
10. Review, approve and prepare contract pay estimates.
11. Prepare change orders as necessary, including all documentation and coordination with the
contractor.
12. Attend and conduct construction meetings as required and prepare and distribute meeting notes.
13. 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 as necessary.
14. Add ressconst ruction questionsasthey arise.
15. Prepare punch lists and conduct final inspection, and prepare recommendation of project
acceptance.
16. Prepare As -Built drawings.
PROJECT COSTS
The costs associated with the above described work are shown on the attached spreadsheet.
���������poini-com/site,5/publlicworks/engineering/IP CropBox/O111C a/2023 Agenda
ItexnsrHC 02-06-23n. Lift Station No. 5 Design Contract/Scope Vl'WockLS 5 06D122.docx
MA
PACE Engineers Project Budget Worksheet- 2023 Washdngton Standard Rates
Ex ensesReimbursable
82,000
rasa/unit
....................
.......................................
an a ntity Cost
Postage/Courier
$44,245
I & C (City Provided - Calvert)
°nr I in Costs
Subconsultant Subtotal
55,995.00
Phot./Video
5%
Mileage/travel/Per Dorn
Miscellaneous
$500.00
Total
$,00.00
Subconsultants
Utility Locate
82,000
Geo[echnlcal Engineer
$9,750
Eler.[rical Engineer
$44,245
I & C (City Provided - Calvert)
$10,000.00
Subconsultant Subtotal
55,995.00
Markup
5%
ITotal 560.,394.25
PACE -bled Labor7otal $146,907.00
s
RelmI able Lxpenses
$500.00
Subconsultants
$64,394.25
Management Reserve Fund
515,000.00
sLweet—crzla.on LS4&12
$10,000.00
Total Project Budget
$2s6,aoi.21
File: Tukwila LS N5_revised122022, Fee Worksheet Page 1 of 7 Printed: 212811023, 0:40 AM
CITY OF WKWILA CAPITAL PROJECT SUMMARY
2023 to 2028
PROJECT: Seweir Lift Station INo. 5 Rebuild Project No. 92340201
DESCRIPTION: Rebuilding of sewer lift station 5 will reduce maintenance costs and reduce the risk of failure.
JUSTIFICATION: Aging sewer lift station requires the replacement of motors, pumps, and controls at older lift stations to reduce
maintenance.
STATUS: The sewer lift station has been seeing a lot of issues with maintenance of pumps and motors. The existing
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
tin SOOO's) 2021 2022 2023 2024 2025 2026 2027 2028 BEYOND TOTAL
EXPENSES
Project Location
7,
Design
n—k
250
50
300
Land (R/W)
W* 7M
S
k
0
Const. Mgmt.
50
200
250
Construction
is
J
1,000
1,000
2,000
TOTAL EXPENSES
01
01
1,3001
1,2501
01
01
01
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
2023 - 2923 Capital Improvement Program 45
Project Location
7,
n—k
ip 0,
Nlrdl
W* 7M
S
k
41 0 -04
lb
4, v
is
J
2023 - 2923 Capital Improvement Program 45