Loading...
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