Loading...
HomeMy WebLinkAbout24-030 - Contract - PACE Engineers - Design Services: Lift Station No. 2 Structural ModificationsAmendment No. 2 Agreement Number: 24-030(b) Council Approval 8/4/25 Between the City of Tukwila and PACE Engineers That portion of Contract No. 24-030 between the City of Tukwila and PACE Engineers is hereby amended as follows: Section 4A: Payment.. 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 $136,617.00 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 6th day of August 2025. CITY OF TUKWILA Signed by: Thomas McLeod, Mayor ATTEST/AUTHENTICATED o_ .....Signed by: . FEBD��F14 ... Andy Youn-Barnett, City Clerk PACE ENGINEERS Printed Name: Kenneth H Nilsen, President APPROVED AS TO FORM -----Signed by: 'c� . Office of the City Attorney CA Reviewed May 2020 Page 1 of 1 WATER I LAND I INFRASTRUCTURE I FACILITIES ADDITIONAL SERVICES AGREEMENT #2 TO: City of Tukwila PROJECT NAME: Tukwila LS #2 —Structural Modifications C/O Adib Altallal, PE Contract No. 24-030 6300 Southcenter Blvd Ste 100 Tukwila, WA 98188 PROJECT NO.: 24444 FROM: Bill Reynolds, PE DATE: July 16, 2025 SUBJECT: Construction Administration & Inspection proposal 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: The addition of Construction Administration & Inspection services for the Tukwila LS #2 — Structural Modifications 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. proposes to amend the current contractual scope to include engineering inspection and construction administration services. These services or tasks are listed below and provide a brief description of what each task entails. I"aslk .1 .,,,,, I1311.ojecl 1A anagement ■ PACE will provide administration and coordination throughout the duration of the project, 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. Iaslk 2. Materials Sulbirnit'tal 11#evieW (10 Total) ■ PACE will provide Structural Engineer review and approval for materials used in the completion of the project. A maximum of 16 submittals have been assumed. "I"aslk 3 1:311::::1 113evieW and Coordination (8 'to'tal) ■ PACE will provide assistance to the contractor and Jurisdiction in finding the most appropriate solution to RFIs. ■ Lead coordination efforts with interested parties. 11255 IKiiirlktand Way, Sl..ailite 300 Kiirlki aind, Washiiingtoin 08033 3417 425,.82 7.2014 July 16, 2025 Adib Attalla[, PE City of Tukwila Public Works Additional Services Agreement #1 Page 2 of 3 "I"aslk 4 ....... Construction linspectioirn Services PACE will provide Inspection services that will include observation and reporting of contractor and subcontractor installation activities. This task also includes special inspections on an as needed basis. Construction inspection services assume a 15 - day duration of 4 hours per day for a total of 60 hours. I"aslk 5 Closeout, IPunclhList, &. As -.IC uilts PACE will provide services for this task which will include punchlist development & walkthrough, as -built preparation, and final project acceptance assistance. ■ 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. ■ Engineering review and coordination of project materials. ■ Project compliance with the approved plans, specifications, and other applicable standards. ■ Photo documentation. ■ Inspector's as -built markups and documentation. ■ Punchlist walkthrough and administration. IM 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 and construction services, we are requesting a change order of $43,880.00. This includes the tasks and deliverables as mentioned in this amended services agreement, approximately 156 hours of effort on a time and expense basis. This will provide materials review and approval, RFI review and coordination, and site project management and inspection funding from the start of mobilization to the final acceptance of the project by the City. This amount will be applied in conjunction with the requested inspection services amount for the duration of the contract. The subtotal for this scope amendment is $43,880.00. The total amended budget would increase from $92,737.00 to $136,617.00. All services provided within the scope of this ASA will be performed as per the terms and conditions approved under the above-mentioned base contract for the project, unless stated in the scope within this document. If you have any questions, require any additional information, or would like to discuss this project further, please do not hesitate to contact us at your earliest convenience. 111 .P21 -11,. II All N I 0 l ,,IIY I', I I, I I IPV II',I 11 A, 11 A, 'I I II fl IaP11f) I.I ?',, t - 114 1 1 1 I I July 16, 2025 Adib Altallal, PE City of Tukwila Public Works Additional Services Agreement #1 Page 3 of 3 Authorized PA(,, e esentative Signature William Reynolds Printed Name Sr. Principal Engineer Title July 18, 2025 Date accept the above described Scope of Services and Fee Structure. Signed by: t,bw�aS A -G(, d Authorized Client Representative Signature Thomas McLeod Printed Name Mayor Title 8/6/2025 12:40 PM PDT Date 1 K111 .P21 -11, 11 All I` I 0 l ,,IIY I', I I, I I I'I", I I', 111 A, 1,1 A, 'I I II'I IaP11f) I.I ?',, t - 114 1 1 1 I I IrOjI inarrie* *1*,Il a-11., . 10% toI,% contingency for unknown conditions where applicable. ProjectEstimates should consider escalation for projects wending over one calendar year. utlelrrgmore Pa9$oheduliu i SrrAma&RD F=� 1— Is- .... 1pt .....expense and subcensuttant as,,q,i,,d Defined Input - Pi.r-t budgeter m ust use defined C.d., and Stafffyp. f,., Deltek FMS P,.Id,t Mg,t Sy—, (Tables Attached) PACE Engineers �mln�F Rate/Unit Project Budget W.rk.l,..t - 2025 P1.1— N-11 Tyk.Ha Uft $I 1W 0 St—W.1 M.0 -1W, 1-111til, I �rkwW, WA P,,, ... d ByO, JS & S i t � j- L24444 ..................................... Billing Gmup 9: j I I Date: : 7/16/2025 600 $420.00 C Ad j- Labor Hours by Classification 77 Labor Staff Typ, # (S,, IT, L,, P— T, b[A) Code 103 . � Sdff Type H—tv R— $305 ............ . .... ............ 22;. ........ ................. St- N,,— (,pt[—[) ........... ............. . .:' . E, E' E'E'E' Job Wrinc' . ................ StrucNrnl �.'�..' ....................... Drawlg��k Title Till. PB—I.PrIll Engineer Hour Total Dollar Total Tasks-Project Management " k 1 2 1 10 12, - $2,930 34A $7,714.00 : Total) T,, 'k 2 M.-il, Sub—ttl,l To 2 32 Tasks -RFI I8 T-1) 4 24 29, Task4 6 60 66.0 14 16.0 Hours Total Labor Total Expenses �mln�F Rate/Unit Q—tity C."T PPsYWC�0u7r .................... P,i,,g CastsPV.cld/�id ..................................... T -0/P I Di— —rd tnp pard y) 600 $420.00 C Ad j- 1P—i— 77 Subconsultants Utility Locate .... .. .. .. .. .. .. . MechanicalEng ineer Electrical Engineer PACE B, 1: 11 L 1 141,411.11 Geotechnical E,qun— Re-- . b $420,00 I & C Engineer S,b,,n,,,It,nt, Sub.—.6un, Total ProjectBudget $43,880.00 Markup 15,7 Total File: 24444 li,,p,,ti,n Services ASA #1 Budge Est, Fee Worksheet page 1 of i Printed: 711612025, 3:39 PM City of Tukwila Agreement Number: 24-030(a) Council Approval N/A 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES Amendment No. 1 Between the City of Tukwila and PACE Engineers That portion of Contract No. 24-030 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 4A: Payment,, 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 $92,737.00 without express written modification of the Agreement signed by the City. All other provisions of the contract shall remain in full force and effect. Dated this 19th day of CITY OF TUKWILA Signed by: PD��t,bwtas �4Q, Thomas McLeod, Mayor ATTEST/AUTHENTICATED DocuSigned by: /I Via.. M'— D0825?3Fga �,C�-, .►�.�.k. ... FOR Andy Youn, MMC, City Clerk December , 2024 PACE ENGINEERS Printed Name:, r -7H P APPROVED AS TO FORM Signed by: Office of the City Attorney CA Reviewed May 2020 Page l of l LIFT STATION #2 — Structural Modification Project Amendment #1 Scope of Work EXHBIT A As requested by the City, PACE engineers is proposing that following items be added to the existing contract for LS #2 — Structural Modification Project. Task 1- PACE contract with a 316 party structural engineer to conduct a peer review on the constructability of the proposed design modifications. See attached scope and budget from Dibble Engineers. PACE time to review the 31 party comments with the City and make any agreed upon design changes is also included in this task. Task 2 — Prepare Project Manual — The initial scope of work did not include the preparation of a Project Manual (construction specifications and bid package). PACE will a project manual and bid package for this project. Included in this task is the uploading if the document to Builders Exchange as well as the preparation of an estimate of probable construction costs. Task 3 Bid Support — As part of this task, PACE will provide Bid support to the City including responding to contractor questions through the RFI process (estimated at up to 4) and preparing any addendums as needed (estimated at 1) Project Estimates sh0,Ld consider a 10% to 15% contingency for unknown conditions where applicable. Project Estimates sh0.Ld cons ider....Larson for projects extending over one calendar year. PACE Engineers Select thls colurc vrh- addinginose Rev. 12/15/2023 Fee Schedule: ENGINEER OF RECORD Free Form Input- Pi `j—t Budgeter ran define rn.,k'nxm desniiptinns, expense and subnnnsu It— as ie0 uii ed Defined Input -Project budget., must use defined Labor Codes end Staff Type ham Deltek FMS Project Mg -System (Tables Attached) Praject Budget Worksheet -2024 Expenses R—bu sable Subc0nsu Ltants uantt ` Cost Dibble En 500 rate/unit Q y gilneem $1, P oleo Administ at on (enter esnrciated months) $60.00 PACE Billed Labor Total $10,818.00 P t ^C t Re'mhuisahle ExUenses Ph t /Vd Subc nsu ltants $1,725.00 MI g R VP D I S bcansuLtant SubmtaL 1,500.00 TotalPmject Budget 12,543.00 Markup 154 Tat. T—L $1,725.00 File: LS 7- Amendments, Fee W,rk heat Page 1 of 1 Printed: 121121124,12:25 PM City of Tukwila Contract Number: 24-030 Council Approval 3/4/24 • 6200 Southcenter Boulevard, Tukwila WA 98188 s PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and PACE Engineers, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform design services in connection with the project titled Lift Station No. 2 Structural Modifications. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2024 unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2024 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $80,194.00 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability, insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: PACE Engineers 11255 Kirkland Way #300 Kirkland, WA 98033 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 DATED this 22 day of February , 2024. CITY OF TUKWILA PACE ENGINEERS: DS DocuSigned by: E,ow�aS 9tiL((,t,o 8EE24380545844C... Thomas McLeod, Mayor 3/11/2024 1 9:29 PM PDTBy: Printed Name. Chris Anderson ATTEST/AUTHENTICATED: Title: Structural Director DocuSigned by: E I�VtSfy 0-,r�r� 88678483C8594E7... Christy O'Flaherty, City Clerk APPROVED AS TO FORM: EDocuSigned by: ,,� d. a"SE499CA4165E452... Office of the City Attorney CA revised May 2020 Page 5 Expenses Reimbursable nstelunrt S.t'cttit u_' Project Estimates should consider a 10% to 15% contingency for unknown conditions where applicable. column to add more Rev. 12/15/2023 Project Estimates should consider ascatartionfor projects extendingoverone caLendaryear. .. .. .. .... ..... . ... . ... ........................................... leage/Tr7ol/Per Diem ........................ ....................... Fee Schedule: STANDARD ................................. -a Farm Input -Project Budgeterean define work item descriptions, expense and subconsUltant as required Defined Input - Project budgeter must use defined Labor Codes and Staff Type from Deftelk EMS Project Mgmt System (Tables Attached) PACE Engineers Project Budget Worksheet - 2024 Standard Rates Project N-1 TuWLe LS2 - Structure[ Mods Location] Tukw!La, WA r.p.red By: SID and PK Project #:1 P23505 Ruling Group T.sk#:l Let.: 1121119/2023 Labor Hours by Classification Labor Staff Type # (Sea Labor Rate. label Code 12 = 19 = 103 17 75 132 Staff Type Hourly Rate Sc Engineering Tech Job Project Structural S Services Hour Dollar D,..ing[T..k Ti 'La Title E Manager Total Total PM and coordination wy City 6 16 a 310 $5,980.07 MH Pavement Repair 2 10 4 16.0 $2,590.00 Review of existing conditions: Record drawings 6 12 18-0 $3,066.00 Geotachnical information 2 6 8.0 $1,324.00 StructuraL analysis: - floor slabanalysis 16 32 48.0 $8,176.00 -radial w.R analysis 16 32 48.0 $8,176.00 overall buoyancy and stability 8 16 24.0 $4,088.00 - new n-m—ah support design 12 24 36 01 $6,132.00 Drawings40 8 48:0 $7,816.00 QA/QC 32 12 4 48.0 $10,500.00 Pick LIP review comments 6 4 16 16 420 $7,000.00 Final submittatto the City 2 2 8 16 4 320 $5,612.00 Contingency --15% = 6 = 15 = 20 9 4 540 $9,734.00 Hours Total 1.0 46.01 115.01 192.0. 73.0 16.0 452-0 Labor Total $2,3800 $10,212 $24,035 - $28,992 $11,023 $3,552 11 Expenses Reimbursable nstelunrt Quantity Cost . . . . ............................................................................. Printing Costs .............. Photo/Video ........ .. .. .. .... ..... . ... . ... ........................................... leage/Tr7ol/Per Diem ........................ ....................... . ... .................... Miscellaneous ................................. Totall Subconsuttants Utility Locate Machan cal Engineer ELectricaL Engineer G.ot.ohniral Engineer I & C Engine., SubconsuLtantSubtotaR Markup Taall I PACE Lulled Labor Total $80,194M $80, ReimbursableReimbursableExp­a`E== Subconsultant s Total Project Budget 194.00 File: Tukwila LS2 Structural Mods -Fee - PK 12-19-2023 - 2024 rates, Fee Worksheet Page 1 of 1 Printed: 1212012023, 9:37 AM PACEWATER I LAND I INFRASTRUCTURE I FACILITIES Scope of Services Professional Civil Engineering Services Lift Station No. 2 Structural Modifications December 20, 2023 Project Understanding The City of Tukwila would like to complete structural modifications at the existing sanitary sewer Lift Station No. 2. The existing lift station has three drywell submersible pumps located in a below grade concrete structure. The structure is split into two rooms — the control room above and the pump room below. Due to the fact that there is not sufficient access between the control room and the pump room, the City would like to modify the control room floor by expanding one existing hatch and installing one new access hatch above the pumps. The City would like to install a new monorail and trolley system to allow for lifting and removing the pumps. In addition to the structural modifications, it is understood that the City would like to repair a section of settled pavement surrounding an existing manhole adjacent to the lift station's driveway. Scope of Work PACE proposes to provide the following services based on our current understanding of the project: • Estimate code -required gravity and lateral loads based on the Washington State Building Code that takes effect March 15, 2024. • Design modifications to the existing floor slab to accommodate one new hatch and enlarging one existing hatch. • Determine impacts to the gravity load -carrying system of the floor slab gravity from the hatch modifications. • Determine impacts to the exterior walls due to the reduced diaphragm stiffness of the existing floor slab. • Verify the lift station is still heavy enough to counteract the effects of buoyancy. • Design one monorail beam that can remove a pump or components of the pump assembly. Secondary elements of the design will include: o Connections between the monorail and the roof slab or exterior wall. o Specification of a hoist. o Trolley stops. • Evaluate the configuration of the existing spiral staircase between the control room and the pump room and provide recommendation for revising the configuration if needed based on layout of the access hatches. • Evaluate and provide recommendations for the repair of pavement and manhole located in the southbound travel lane of Andover Park W. • Participate in one kickoff meeting and one mid -point review meeting. Kickoff meeting will be held in-person at the lift station. • Prepare structural calculations and summarize PACE's design in CAD -based drawings stamped by a Professional Engineer licensed in the State of Washington. December 20, 2023 City of Tukwila LS#2 Structural Modifications — Scope Page 2 of 2 Assumptions The above scope of work is based on the following assumptions: • PACE will use their original design drawings and as-builts that illustrate the reinforcing steel. • The City will provide guidance on preferred hatches and hoists. • The as -built drawings substantially match the existing conditions. • The existing concrete is of sound condition and does not exhibit signs of deterioration. • The floor slab and exterior walls do not require strengthening to accommodate the new hatches. • The roof slab does not require strengthening to accommodate the monorail beam. • All meetings will be held virtually with the exception of the kickoff meeting to be held in- person at the lift station. Exclusions The following services are not included in this proposal: • All services not explicitly delineated in the Scope of Work. • Design of strengthening details to the slabs and walls. • Additional site visits beyond the kickoff meeting. • Review of existing equipment anchorage and utility supports. • Permitting and bidding assistance. • Services during construction. Project Costs The costs associated with the above described work are shown on the attached spreadsheet. 1,14 N I,I'� WOV\1 S,1I N ( � I N I III li ,l ;°.'1 505 1UI<WIU) I,0 ,,ITU( Uli�) I MOLIS,ILikVVil I `,? i D UCI LJ I �� I M C,CIS ``i 01)1! 111'.11(iI:;x