HomeMy WebLinkAbout09-115 - PACE Engineers - Gilliam Creek Basin Overflow Design 09- 115(d)
Council Approval N/A
SUPPLEMENTAL AGREEMENT NO.4
to
CONSULTANT AGREEMENT N0.09 -115 C�
THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila,
Washington, herein -after referred to as "the City and PACE Engineers, Inc, hereinafter referred
to as "the Consultant in consideration of the mutual benefits, terms, and conditions hereinafter
specified.
The City desires to supplement the agreement entered into with the Consultant and executed on
July 20, 2009 and identified as Agreement No. 09 -115. All provisions in the basic agreement
remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
1. Time for Performance, shall be amended as follows:
The maximum time allowed under the Original Agreement along with Supplement No.s
1, 2 and 3 is increased from 401 calendar days to August 31, 2010. This Supplement No.4
extends the estimated duration 122 calendar days to December 31, 2010.
DATED this 7 day of OE4+,V� 2010.
CITY OF TUKWILA CONSULTANT
Jim G lgrton, M
JJ Printed Name: i) s %Ih� fir
Title: Yr: A?�
CITY OF TUKWILA
SUPPLEMENTAL AGREEMENT NO. 3
to
CONSULTANT AGREEMENT NO. 09 -115 (C)
09-115(c)
Council Approval N/A
THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila,
Washington, herein -after referred to as "the City and PACE Engineers, Inc, hereinafter referred
to as "the Consultant in consideration of the mutual benefits, terms, and conditions hereinafter
specified.
The City desires to supplement the agreement entered into with the Consultant and executed on
July 20, 2009 and identified as Agreement No. 09 -115. All provisions in the basic agreement
remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
1. Time for Performance, shall be amended as follows:
The maximum time allowed under the Original Agreement along with Supplement No.s
1 and 2 is increased from 315 calendar days to May 31, 2010. This Supplement No.3 extends
the estimated duration 92 calendar days to August 31, 2010.
DATED this 910 910 r day of 2010.
CONSULTANT
By: awe
Printed Name:
Title:
C r/s /eAdi ha r t
d 7 ti 6,Abg&i
SUPPLEMENTAL AGREEMENT NO. 2
to CONSULTANT AGREEMENT N0.09 -115
09-115(b)
Council Approval N/A
THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila,
Washington, herein -after referred to as "the City and PACE Engineers, Inc, hereinafter referred
to as "the Consultant in consideration of the mutual benefits, terms, and conditions hereinafter
specified.
The City desires to supplement the agreement entered into with the Consultant and executed on
July 20, 2009 and identified as Agreement No. 09 -115. All provisions in the basic agreement
remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
1. Scope of Services, The Consultant is retained by the City to perform Design services, and
was amended in Amendment No. 1 to include Construction Administration Services. The
City has requested ongoing services identified on Exhibit "A -2" attached hereto,
including provision of all labor, materials, equipment and supplies.
2. Time for Performance, The maximum time allowed under this agreement is increased
from 75 calendar days to 315 calendar days.
3. Payment, The maximum amount payable under this agreement was $85,665.00, of which
$35,373.00 was allocated for construction management. In light of ongoing contractor
requests, the City has requested continued consultant services related to construction
management. These are additional as identified on Exhibit `B -2" and total $2,840.00, for
a revised project maximum amount payable of $88,505.00. There will be no changes to
the amendments without expressed written modification of the Agreement signed by the
City.
DATED this V day of c hf-Aal
CITY OF TUKWILA
2010.
CONSULTANT
By: Liirtf‹
Printed Name: (4 ri S Rh /1., e., A a t
Sr. Aid jr /ljanage-r'
Title:
16 d a Cliff 6 c-3
4:bac
An Engineering Services Company
February 16, 2010 EXHIBITA -2
Mr. Michael Mathia
City of Tukwila
6300 Southcenter Blvd., Suite 212
Tukwila, Washington 98188
Subject: Gilliam Creek Basin Stormwater Overflow, Contract No. 09 -115
Proposal for Construction Administration Services Amendment 2
Dear Mike,
We appreciate the opportunity to submit this proposal for continuing Construction
Administration Services for the above referenced project. PACE is presently providing
Construction Administration services for the project under a Consultant Agreement for Design
Services dated July 20, 2009 and amended in Supplemental Agreement No. 1 dated October 12,
2009. This proposal amends the original scope of work to add ongoing construction
administration services related to contractor claims.
SCOPE OF SERVICES
The proposed scope of services consists of additional examination of contractor claims and
assistance with the City's response.
BUDGET
We propose to add $2,840.00 to the current project budget of $85,665.00 for an amended total
of 88,505.00. We will continue to bill monthly and provide progress reports if requested by
the City. All billings will be at our current approved rates. Direct costs will include
courier /mailing costs, supplies, printing, paper, etc. Budget estimate Exhibit B -2 is attached.
We have attempted to cover all aspects of the work. However, if you feel that additional areas
of work require our attention or if you have any questions please feel free to call me. We look
forward to continuing to work with you and other City staff.
Sincerely,
PACE Engineers, Inc.
Chris Rhinehart, PE
Senior Project Manager
Attachments
Engineers 1 Planners 1 Surveyors
PACE Engineers, Inc.
Seattle Office
1601 Second Avenue 1 Suite 1000 1 Seattle, WA 98101
P 206.441.1855 1 f 206.448.7167
paceengrs.com
PACE Engineers Exhibit B-2
Project Name Gilliam Creek Overflow Pipe;
Project 1
09 620
Staff Type (See Labor Rates Table) 10
Staff Type Hourly Rate $165
Labor Principal
Amendment 2 Code Engineer
Engineering Support
Project Management
Hours Total
Labor Total
Expenses
Postage/Courier
Plotter
PhotoNideo
MileagefTravel/Per Diem
Miscellaneous
Technology Fee
Total
LS
11
$155
Sr Project
Manager
4
2
Billing Group #:1
0.0: 6.0: 16.0
16 74
$105 $105
Cad Drafter
Engineer II
16
$0 $930 $1,680 $0 $170 $0 $0
Reimbursable
rate/unit Quantity Cost
$0.00
$60.00
$60
Project Budget Worksheet 2009 Standard Rates
Location:1Strander Blvd, Tukwila 1 Prepared By: Chrs Rhinehart
Task #:1 001 Date: 16-Feb-10
Labor Hours by Classification
91
$85
Project
Administrator
2
Subconsultants
Utility Locate
File: Gilliam Creek Const services Amend 2 09 Standard Rates, Gilliam Cr Overflow Page 1 of 1
Electrical Engineer
Geotechnical Engineer
I C Engineer
Subconsultant Subtotal
Markup
Total
100 100 100 59 43
$0
Open
$0
Open
0.0: 2.0: 0.0 0.0
$0
10%
$0
$0
Open
$180
2-Man
Survey Crew
$135
48
$105
Survey Proj Survey Tech
Mngr
0.0: 0.0: 0.0: 0.0
PACE Billed Labor Total
Reimbursable Expenses
Subconsultants
Hour
Total
20.0
4.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
0.0
24.0
$0 $0 $0 $0 $2,780.00
$2,780
$60
$0
Total Project Budgetil $2,84011
Rate Table Used: 2009
Printed: 211712010, 1:14 PM
THIS SUPPLEMENTAL AGREEMENT is entered into between the City of Tukwila,
Washington, herein -after referred to as "the City and PACE Engineers, Inc, hereinafter referred
to as "the Consultant in consideration of the mutual benefits, tenns, and conditions hereinafter
specified.
The City desires to supplement the agreement entered into with the Consultant and executed on
July 20, 2009 and identified as Agreement No. 09 -115. All provisions in the basic agreement
remain in effect except as expressly modified by this supplement.
The changes to the agreement are described as follows:
2. Scope of Services, The Consultant is retained by the City to perform Design services,
identified on Exhibit "A" and the Scope of Services is amended to include the additional
work items identified on Exhibit "A -1" attached hereto, including the provision of all
labor, materials, equipment and supplies.
3. Time for Performance, The maximum time allowed under this agreement is increased
from 120 calendar days to 240 calendar days.
4. Payment, The maximum amount payable under this agreement as supplemented shall
remain $85,665.00 as identified on Exhibit `B" and $35,373.00 will now be allocated for
construction management as identified on Exhibit "B -1 There will be no changes to the
amendments without expressed written modification of the Agreement signed by the
City.
DATED this day of h0
CITY OF TUKWILA CONSULTANT
SUPPLEMENTAL AGREEMENT NO. 1
to
CONSULTANT AGREEMENT NO. 09 -115 c
2009.
By a
09-115(a)
Council Approval NIA
Printed Name: C- 5' lJ i et-✓ Ci
Title: �-c g%nre.S
,5 OK (6/4' S
(P
An Engineering Services Company
4 June 2009
Ryan Larsen, P.E.
Public Works
City of Tukwila
6300 Southcenter Blvd.
Tukwila WA 98188
Subject: Scope of Work for Gilliam Creek Basin Overflow Pipe
Exhibit A
PACE Proposal Number P09 -484
Dear Ryan:
FXHIB1T
Engineers I Planners I Surveyors
PACE Engineers, Inc., is pleased to submit this proposed scope of work and fee estimate
based on our understanding of this project.
Project Understanding
PACE recently performed a feasibility study to determine the potential for a new storm
drain overflow pipe connecting existing City storm drainage pipes between Andover Park
East and Andover Park West in Strander Blvd. The overflow pipe could reduce potential
Southcenter area flooding in the event that high discharge into the Green River overtops
the levees by allowing some flows to be directed to the Strander Blvd pump station. A
preliminary layout was developed to determine the potential utility obstacles and effective
pipe sizing. The proposed overflow pipe connects the conveyance to the Strander Pump
Station with the existing pipe to Tukwila Pond.
Scope of Services
A detailed proposal consisting of eight (8) tasks follows. This proposal includes necessary
engineering through the project bid phase and direct costs associated with the project. PACE
will be the prime consultant for the entire Scope of Work and will complete all civil
engineering and survey services in- house.
We anticipate starting this work immediately following City feedback on the Feasibility
Study. We recommend the SEPA process be initiated as soon as possible with the Feasibility
Study submittal accompanying the checklist. Approval from this process is needed to accomplish
the required schedule, so timely decisions will be needed by the City. We propose to do this
work on a time and expense basis with a not to exceed amount of $85,665 plus optional
PACE Engineers, Inc.
Seattle Office
1601 Second Avenue I Suite 1000 I Seattle, WA 98101
O:\ SCOPE \ENGINEER \2009engr \glUllalll creek Overflow \l;Hilalrl Creek Scope 6-4-09 P09 484.0 P6.441.1855 I j 206.448.7167
paceengrs.com
Ryan Larsen, P.E.
City of Tukwila
June 4, 2009
Page 3
Stormdrain Overflow Pipe
PACE will design a new gravity storm line from the Andover Park West to Andover Park East
down Strander Boulevard, connecting to the existing stormdrain system which flows to the
Strander Blvd. pump station. Existing catch basins will be redirected into the new drainage
system. The existing storm system will be abandoned in place where appropriate. It is
assumed that the new pipe will be constructed within the center two lanes so that one lane of
traffic can be maintained in each direction during construction.
Road Restoration /Improvements
PACE will design the roadway restoration based on City standards for utility trench repair,
as well as striping and replacement of signal loops as required by the design within the
project limits.
The following list of drawings is anticipated:
List of Drawings Number of Drawings
Title Sheet 1
Existing Conditions 2
Temporary Erosion Control and Sedimentation
Plan, Notes, and Details 4
Construction Notes and Sequence 1
Drainage Plan and Profile (20 scale) 2
Stormwater Details 1
Strander Blvd Road Restoration Plan (20 scale) 1
Total: 12
Task 5 Project Management /Coordination /Meetings
Engineers 1 Planners 1 Surveyors
PACE will provide the time needed to administer and coordinate the project. Our goal is to
insure there are no surprises when the final design is submitted to the City. The following
items are included in this task:
1. Attend coordination meetings with the City as required. For budgetary purposes 32 hours
have been allotted for meetings. Since the amount of meeting time is not under our
control any time in excess of the budgeted 32 hours will be billed on a time and materials
basis.
2. In -house project administration, scheduling, and direction of design team staff.
3. Preparation of monthly progress reports
;mote)
O \S COPE \ENG!NN.!EER \2OO9erigr \gilliarn creek Overflow \GiH warn Creek Scope 6-4-09 P09 4'c4.cicc PAC E
Ryan Larsen, P.E.
City of Tukwila
June 4, 2009
Page 5
Final Design Document submittal —end of July2009
O Contract Document submittal —end of August 2009
The following construction documents will be provided for City use:
10 copies, 1/2 size Final Plans (Bond)
1 Full Size mylar copy of Final Plans
10 copies, Final Specifications
1 Copy, Final Engineers Estimate
The proposed schedule assumes prompt reviews by the City and no obstacles with permitting.
This schedule contains no float and all items must go as intended to meet the 2009
construction schedule.
We have developed a scope of work based on our present knowledge of the proposed
project. We have tried to cover all aspects of the proposed project; however, if you feel that
additional areas of work require our attention, please don't hesitate to call. We are pleased to
submit this scope of work to accomplish the civil engineering tasks for this project and look
forward to continuing to work with you.
Sincerely,
PACE Engineers, Inc.
Chris Rhinehart, P.E.
Sr. Project Manager
Attachments
1 LD `^]rte, g ild creek Creek Scope -f!_(
O: \Cu���EIJGlf• f_' ��_'i:�.;:,..'.I; \�:,Lalrl cry I; c,��cri�:. •,.�l�li:ra r e: ce b J�
Engineers I Planners I Surveyors
PAC E)
(PA
An Engineering Services Company
September 21, 2009
Mr. Ryan Larson
City of Tukwila
6300 Southcenter Blvd., Suite 212
Tukwila, Washington 98188
Subject:
Dear Ryan,
k kh 'T
Gilliam Creek Basin Stormwater Overflow, Contract No. 09 -115
Proposal for Construction Administration Services
ENGINEERING SUPPORT TASK 1 DESCRIPTION
Engineers I Planners 1 Surveyors
We appreciate the opportunity to submit this proposal for providing Construction Administration
Services for the above referenced project. PACE is presently providing survey and engineering services
for the project under a Consultant Agreement for Design Services dated July 20, 2009. This proposal
amends the original scope of work to add construction administration services for construction of the
storm drainage system, paving, signal loops, and striping.
The proposed scope of services to be performed under each task is described below. We have also
prepared a budget estimate, which is attached as Exhibit A.
Engineering Support
This task provides for responses to requests for information (RFIs), and general project management
services during the construction phase of the project. PACE will also review and evaluate requests for
changes based on changed conditions and prepare the necessary documentation. PACE will review
Monthly Progress Payment Requests prepared by the contractor for owner approval. It is anticipated
that the City's inspector will review and coordinate with the contractor on the actual quantities for
payment for the work.
Preconstruction and Weekly Construction Meetings
Under this task, PACE will participate in the preconstruction meeting and weekly construction meetings.
Meeting minutes will be prepared and distributed by City staff. The construction work is scheduled to
be completed within 40 calendar days, or about 6 weeks.
Submittal Review
PACE will review material submittals to assure the proposed materials are in accordance with the
project plans and specifications, and provide comments as appropriate. Copies of the submittal review
documents will be furnished to PACE by the City.
Construction Observation
PACE will provide construction observation services in conjunction with the City's' inspection staff. PACE
will provide these services during the nighttime construction within the intersections (72 hours), as well
as approximately half of the normal daytime construction days (90 hours). Construction observation for
the remaining daytime construction days will be performed by City staff. For each site visit, a report
documenting the Contractor's progress and any problems or unusual conditions encountered will be
provided.
PACE Engineers, Inc.
Seattle Office
1601 Second Avenue 1 Suite 1000 I Seattle, WA 98101
P 206.441.1855 1 f 206.448.7167
paceengrs.com
Ms. Chris Rhinehart
PACE Engineers, Inc.
1601 2nd Avenue, Suite 1000
Seattle, Washington 98101
crhinehart@paseengrs.com
Dear Ms. Rhinehart:
an ASSOCIATES,INC
GEOT1:.C'IINIC'AL. ENGINEERING ENVIRONMENTAL_ ENGINEERING
CONSTRUCTION MATERIALS TESTING INSPECTION
September 21, 2009 Proposal No. G09- 151WAB
RE: Proposal for Compaction Testing and Sub -grade Verification
Gilliam Creek Basin Stormwater Overflow project
Strander Boulevard, Andover Park E, Andover Park W
Tukwila, Washington 98188
Tel: (206) 574 -1212
Fax: (206) 574 -1101
Krazan Associates appreciates the opportunity to provide this proposal for Compaction Testing and Sub
grade Verification for the Gilliam Creek Basin Stormwater Overflow project. Based on Drainage Plans
Stormwater Details and the Construction Schedule we have estimated testing inspection on utility trench
backfill, asphalt, and additional sub -grade verification for structures and storm lines.
Generalized Scone of Services
Our field and laboratory staff will be providing services for the ongoing construction of the above
reference project. The scope of services will include:
Compaction Tests on Utility Trench Storm Line BackfiIl
Compaction Tests on Catch Basin Backfill
Compaction Tests on Asphalt
Laboratory Tests including Proctor Sieve Analysis, Rice Values, and Gradation- Extraction
Additional Geotechnical and Testing Inspection Services if needed
The testing and inspection will be performed according to the frequency established in the project
specifications, civil drawings, construction schedule and on -site evaluations. Inspection reports will be
distributed at an ongoing rate at the request of the Owner, Architect, Civil Engineer, Contractor, and or
Building Department; including compliant and non compliant status conforming to the project
specifications and requirements.
11715 N Creek Pkwy S, Ste C106 Bothell, Washington 98011 (425) 485 -5519 FAX (425) 485 -6837
With Offices Serving the 11'estern United States
PACE Engineers
Staff Type (See Labor Rates Table)
Staff Type Hourly Rate
Task 1 Survey
Project Name Gilliam Creek Overflow Pipe P -484
Project 09620 Billing Group #:101
10
$165
Labor Principal
Code Engineer
2
Task 2 SEPA assistance
Task 3 Hydraulic Anal; TIR 4
Task 4 Final design 4
Task 5 PM. Mtgs 2
Task 6 Construction Docs 4
Task 7 QA 16
Task 2 Geo
Hours Total
Labor Total
Expenses
PostagelCourier
Plotter
PhotoNideo
MileagelTraveliPer Diem
Miscellaneous
Technology Fee
Total
LS
11
$155
Sr Project
Manager
2
16
60
60
60
8
4
$0.55 200
16
$105
Engineer II
2
48
80
12
60
32.0; 210.0; 202.0
$5,280: $32,550 $21,210
Reimbursable
rate/unit Quantity Cost
$8.00 4 $100.00
$200.00
$110.00
$1,705.00
$2,115
74
$105
Cad Drafter
8
III
4
80
66
158.0
$16,590
8
24
8
20
File: Gilliam Creek overflow Bdgt Wks 09 Standard Rates, Gilliam Cr Overflow Page 1 of 1
Location: Strander Blvd, Tukwila
Task #:1 001
Labor Hours by Classification
91 100 100
$85 $0 $0
Project
Administrator Open Open
60.0; 0.0
$5,100 $0
Subconsultants
Utility Locate
Mechanical Engineer
Electrical Engineer
Geotechnical Engineer
1 C Engineer
Subconsultant Subtotal
Markup
Total
0.0
$0
$o
10%
$0
EXHIBIT 3
Project Budget Worksheet 2009 Standard Rates
Prepared By: Chrs Rhinehart
Date: 26- May -09
100 59 43 48
$0 $180 $135 $105
2 -Man Survey Proj Survey Tech Hour
Open Survey Crew Mngr II Total
8 4 8 30.0
0.0
4.0
80.0
248.0
82.0
210.0
24.0
0.0
0.0
0.0
0.0
0.0
4.0
0.0
0.0
0
8.0
$1,440
4.0: 8.0 682.0
$540
$840 $83,550.00
PACE Billed Labor Total $83,550
Reimbursable Expenses $2,115
Subconsultants $0
Total Project Budgetll $85,66511
Rate Table Used:
2009
Printed: 61412009,11:07 AM
PACE Engineers
Project Name
Project
Staff Type (See Labor Rates Table)
Staff Type Hourly Rate
Engineering Supprort
Submittal Review
Meetings
Construction observation, night
Construction observation, daytime (11 d)
Record dwgs
Project mgmt
Hours Total
Labor Total
Expenses
Postage /Courier
Plotter
Photo /Video
Mileage/Travel /Per Diem
Miscellaneous
Technology Fee
Total
Gilliam Creek Overflow Pipe
09 620 1
10 11
$165 $155
Labor Principal Sr Project
Code Engineer Manager
LS
16
4
6
1
6
rate /unit Quantity
$8.00 4
1
Billing Group #:1
Reimbursable
16
$105
Engineer II
32
6
14
72
90
4
Cost
$100.00
$150.00
$0.00
$652.50
$903
File: Gilliam Creek Const services Bdgt Wks 09 Standard Rates, Gilliam Cr Overflow
74
$105
Cad Drafter
III
6
$0 $5,115 $22,890 $630
Location: l Strander Blvd, Tukwila
Task #:1 001
Labor Hours by Classification
91 100 100
$85 $0 $0
Project
Administrator
4
Open
0.0; 33.0; 218.0; 6.0; 4.0; 0.0 0.0
$340
Subconsultants
Utility Locate
Krazan, Inc.
Electrical Engineer
Geotechnical Engineer
I C Engineer
Subconsultant Subtotal
Markup
Total
Page 1 of 1
$0
Open
$0
$5,000
$5,000
10%
$5,500
Project Budget Worksheet 2009 Standard Rates
1 Prepared By: Chrs Rhinehart
Date: 21- Sep -09
100 59 43 48
$0 $180 $135 $105
2 -Man Survey Proj Survey Tech
Open Survey Crew Mngr II
48.0
10.0
20.0
0.0
72.0
90.0
0.0
0.0
11.0
10.0
0.0
0.0
0.0
0.0
0.0
0.0; 0.0 0.0 0.0 261.0
$0 $0 $0 $0 $28,975.00
Rate Table Used: 2009
Hour
Total
PACE Billed Labor Total' $28,975
Reimbursable Expenses $903
Subconsultants $5,500
Total Project Budget' $35,37811
Printed: 912112009, 2:14 PM
CONSULTANT AGREEMENT FOR
DESIGN SERVICES
09 -115
Council Approval 7/6/09
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City and PACE Engineers, Inc., 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 Gilliam Creek Basin Overflow.
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. Time for Performance. Work under this contract shall commence upon the giving of 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 within 120 calendar days from
the date written notice is given to proceed, 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 $85,665.00 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 is 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 state for a period of three (3)
years after final payments. Copies shall be made available upon request.
5o 0"gf G /A,J; -S
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 to be rendered under this Agreement.
7. Indemnification. The Consultant shall indemnify, defend and hold harmless the City, its
officers, agents and employees, from and against any and all claims, losses or liability,
including attorney's fees, arising from injury or death to persons or damage to property
occasioned by any act, omission or failure of the Consultant, its officers, agents and
employees, in performing the work required by this Agreement. With respect to the perform-
ance of this Agreement and as to claims against the City, its officers, agents and employees,
the Consultant expressly waives its immunity under Title 51 of the Revised Code of
Washington, the Industrial Insurance Act, for injuries to its employees, and agrees that the
obligation to indemnify, defend and hold harmless provided for in this paragraph extends to
any claim brought by or on behalf of any employee of the Consultant. This waiver is mutually
negotiated by the parties. This paragraph shall not apply to any damage resulting from the
sole negligence of the City, its agents and employees. To the extent any of the damages
referenced by this paragraph were caused by or resulted from the concurrent negligence of the
City, its agents or employees, this obligation to indemnify, defend and hold harmless is valid
and enforceable only to the extent of the negligence of the Consultant, its officers, agents and
employees.
8. Insurance. The Consultant shall secure and maintain in force throughout the duration of this
contract comprehensive general liability insurance, with a minimum coverage of $500,000 per
occurrence and $1,000,000 aggregate for personal injury; and $500,000 per occurrence/
aggregate for property damage, and professional liability insurance in the amount of
$1,000,000.
Said general liability policy shall name the City of Tukwila as an additional named insured
and shall include a provision prohibiting cancellation of said policy except upon thirty (30)
days prior written notice to the City. Certificates of coverage as required by this section shall
be delivered to the City within fifteen (15) days of execution of this Agreement.
9. Independent Contractor. The Consultant and the City agree that the Consultant is an inde-
pendent 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
2
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.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under
this Agreement, will not discriminate on the grounds of race, color, national origin, religion,
creed, age, sex or the presence of any physical or sensory handicap 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. Attorneys Fees and Costs. In the event either party shall bring suit against the other to
enforce any provision of this Agreement, the prevailing party in such suit shall be entitled to
recover its costs, including reasonable attorney's fees, incurred in such suit from the losing
party.
3
16. 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, Inc.
1601 Second Avenue, Suite 1000
Seattle, WA 98101
17. Integrated Agreement. 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. This Agreement may be
amended only by written instrument signed by both the City and the Consultant.
DATED this day of 14 1 20(2
CITY OF TUKWILA
Attest/Authenticated;
V42
City Clerk
CONSULTANT
By: La
Printed Name: CA rr.S /eh iJc
Title: Sr-. f i2-i�G 4 eic-/
Approved as to Form:
2 c)
Office of the City Attorney
-77 o 9'
4
PACE
An Engineering Services Company
4 June 2009
Ryan Larsen, P.E.
Public Works
City of Tukwila
6300 Southcenter Blvd.
Tukwila WA 98188
Subject: Scope of Work for Gilliam Creek Basin Overflow Pipe
Exhibit A
PACE Proposal Number P09 -484
Dear Ryan:
ZAfIDU r ri
PACE Engineers, Inc., is pleased to submit this proposed scope of work and fee estimate
based on our understanding of this project.
Project Understanding
PACE recently performed a feasibility study to determine the potential for a new storm
drain overflow pipe connecting existing City storm drainage pipes between Andover Park
East and Andover Park West in Strander Blvd. The overflow pipe could reduce potential
Southcenter area flooding in the event that high discharge into the Green River overtops
the levees by allowing some flows to be directed to the Strander Blvd pump station. A
preliminary layout was developed to determine the potential utility obstacles and effective
pipe sizing. The proposed overflow pipe connects the conveyance to the Strander Pump
Station with the existing pipe to Tukwila Pond.
Scope of Services
A detailed proposal consisting of eight (8) tasks follows. This proposal includes necessary
engineering through the project bid phase and direct costs associated with the project. PACE
will be the prime consultant for the entire Scope of Work and will complete all civil
engineering and survey services in- house.
We anticipate starting this work immediately following City feedback on the Feasibility
Study. We recommend the SEPA process be initiated as soon as possible with the Feasibility
Study submittal accompanying the checklist. Approval from this process is needed to accomplish
the required schedule, so timely decisions will be needed by the City. We propose to do this
work on a time and expense basis with a not to exceed amount of $85,665 plus optional
PACE Engineers, Inc.
Seattle Office
1601 Second Avenue 1 Suite 1000 1 Seattle, WA 98101
O:\ SCOPE \ENGINEER \2009engr \gilliam creek over law \Gilliam Creek Scope 6-4-09 P09 484.0g6.441.1855 f 206.448.7167
paceengrs.com
City of Tukwila
June 4, 2009
Page 2
tasks (see attached spreadsheet). The budget is based on 2009 rates. Should any of this
work extend beyond 2009, a cost adjustment may be needed for any portion of the work
extending beyond this time.
SCOPE OF WORK
Task 1 Survey
Some topographic survey was performed in support of the feasibility study. Some additional
survey is needed to create the level of detail required for construction drawing base mapping.
This task will perform additional field survey and update the project base map.
Task 2 -SEPA
This project will require compliance with the State Environmental Protection Act (SEPA).
The City will complete an environmental checklist with input from PACE on relevant items.
The City will issue and publish the SEPA document as required. A Determination of Non
Significance (DNS) is expected.
Task 3 Hydrologic /Hydraulic Analysis
PACE will modify the preliminary pipe design based on feedback from the City. PACE will finalize
the hydraulic analysis performed in the feasibility study.
The City has adopted the most recent King County Surface Water Design Manual for stormwater
design, which requires drainage review for any pipe over 12 inches in diameter. To address this
analysis, PACE will prepare a Technical Information Report (TIR) suitable for targeted drainage
review, addressing the hydraulic and hydrologic analysis of the overflow pipe.
Task 4 Final Design
PACE will provide final design plans based upon review comments on the feasibility study plan
and profile. All materials and installation procedures will be in conformance with the City
and WSDOT /APWA standards. All drawings will be prepared using the most recent version of
AutoCAD.
G: \SCOPE \ENGINEER \2009engr \gilliam creek overflow \Gilliam Creek Scope 6 -4 -09 P09- 484.doc
P A C
City of Tukwila
June 4, 2009
Page 3
Stormdrain Overflow Pipe
PACE will design a new gravity storm line from the Andover Park West to Andover Park East
down Strander Boulevard, connecting to the existing stormdrain system which flows to the
Strander Blvd. pump station. Existing catch basins will be redirected into the new drainage
system. The existing storm system will be abandoned in place where appropriate. It is
assumed that the new pipe will be constructed within the center two lanes so that one lane of
traffic can be maintained in each direction during construction.
Road Restoration /Improvements
PACE will design the roadway restoration based on City standards for utility trench repair,
as well as striping and replacement of signal loops as required by the design within the
project limits.
The following list of drawings is anticipated:
List of Drawings Number of Drawings
Title Sheet 1
Existing Conditions 2
Temporary Erosion Control and Sedimentation
Plan, Notes, and Details 4
Construction Notes and Sequence 1
Drainage Plan and Profile (20 scale) 2
Stormwater Details 1
Strander Blvd Road Restoration Plan (20 scale) 1
Total: 12
Task 5 Project Management /Coordination /Meetings
PACE will provide the time needed to administer and coordinate the project. Our goal is to
insure there are no surprises when the final design is submitted to the City. The following
items are included in this task:
1. Attend coordination meetings with the City as required. For budgetary purposes 32 hours
have been allotted for meetings. Since the amount of meeting time is not under our
control any time in excess of the budgeted 32 hours will be billed on a time and materials
basis.
2. In -house project administration, scheduling, and direction of design team staff.
3. Preparation of monthly progress reports
O:\ SCOPE \ENGINEER \2009engr \gilliam creek overf low \Gilliam Creek Scope 6 -4 -09 P09- 484.doc
(PAC)
City of Tukwila
June 4, 2009
Page 4
Task 6 Contract Document Preparation
PACE will prepare contract bid documents (plans, specifications, and engineers estimate of
probable construction cost) in accordance with City standards and using the City's standard
template. We anticipate the project will bid as one schedule and that the bid documents will be
based on the Washington State Department of Transportation "Standard Specifications for
Road, Bridge and Municipal Construction, 2008" and modified and amended as appropriate.
We will incorporate any City forms or special bid /construction requirements within the bid
document. It is assumed that the City will advertise, open bids and award the project with
support from PACE. PACE will coordinate and upload bid documents to the Builders Exchange
ftp site (BXWA.com) and provide deliverables as listed below under Deliverables.
Task 7 Quality Assurance (QA)
In order to assure that the final plans and specifications are complete, accurate and
appropriate, PACE will conduct a QA review of the final documents prior to final (100
submittal to the City. This review will be assigned to a senior level principal who has not
been associated with the project. The review will consist of a complete sheet -by -sheet and
contract document review to assure the City that the documents meet or exceed the "level
of care" of our industry and are the highest quality level possible.
Task 8 Construction Services (Optional Task)
PACE will be pleased to provide the following construction services to the City of Tukwila in
support of this project if requested by the City. PACE proposes the following services during
construction:
1. Bid assistance
2. Construction management
3. Construction surveying /staking
4. Construction inspection
5. Compaction testing
6. Shop drawing review
7. Progress payment processing
8. Record drawing preparation
Deliverables and Schedule
We anticipate the following submittals to the City for comments and approval, including
estimate of probable construction cost.
O:\ SCOPE \ENGENEER \2009engr \gilliam creek overflow \Gilliam Creek Scope 6 -4 -09 P09- 484.doc C PAs
City of Tukwila
June 4, 2009
Page 5
Final Design Document submittal —end ofJuly2009
Contract Document submittal —end of August 2009
The following construction documents will be provided for City use:
10 copies, size Final Plans (Bond)
1 Full Size mylar copy of Final Plans
10 copies, Final Specifications
1 Copy, Final Engineers Estimate
The proposed schedule assumes prompt reviews by the City and no obstacles with permitting.
This schedule contains no float and all items must go as intended to meet the 2009
construction schedule.
We have developed a scope of work based on our present knowledge of the proposed
project. We have tried to cover all aspects of the proposed project; however, if you feel that
additional areas of work require our attention, please don't hesitate to call. We are pleased to
submit this scope of work to accomplish the civil engineering tasks for this project and look
forward to continuing to work with you.
Sincerely,
PACE Engineers, Inc.
Chris Rhinehart, P.E.
Sr. Project Manager
Attachments
0: \SCOPE \ENGII`rEER\ 09 g l \Gilli i c_ r P Z!8'AI. j
E _C��c,�,;ri�,iliiar�z cre ov rf�o�.r, ai�il,f:1 r4e,<�c.ol� J� o� .ca:: rPA6�E
PACE Engineers
Staff Type (See Labor Rates Table) 10
Staff Type Hourly Rate $165
Labor Principal
Code Engineer
Task 1 Survey 2
Task 2 SEPA assistance
Task 3 Hydraulic Anal; TIR
Task 4 Final design
Task 5 PM, Mtgs
Task 6 Construction Docs
Task 7 QA
Task 2 Geo
Hours Total
Labor Total
Expenses
Postage/Courier
Plotter
PhotoNideo
MileagelTravel/Per Diem
Miscellaneous
Technology Fee
Project Name
Project
Total
Gilliam Creek Overflow Pipe
09 620
LS
4
4
2
4
16
32.0
$5,280
$8.00
rate/unit
$0.55
11
$155
Sr Project
Manager
2
16
60
60
60
8
4
210.0 202.0
$21,210
Reimbursable
$32,550
Quantity
4
1
200
P-484
Billing Group #:I01
16 74 91 100
$105
Engineer II
2
48
80
12
60
Cost
$100.00
$200.00
$110.00
$1,705.00
$2,115
$105
Cad Drafter
8
4
80
66
158.0 60.0 0.0
$16,590 $5,100 $0
Subconsultants
Utility Locate
Mechanical Engineer
Electrical Engineer
Geotechnical Engineer
I C Engineer
Subconsultant Subtotal
Markup
Total
8
24
8
20
$85
Project
Administrator
File: Gilliam Creek overflow Bdgt Wks 09 Standard Rates, Gilliam Cr Overflow Page 1 of 1
Location:1Strander Blvd, Tukwila
Task #:1 001
Labor Hours by Classification
$0
Open
Project Budget Worksheet 2009 Standard Rates
I Prepared By: Chrs Rhinehart
Date: 26-May-09
100 100 59 43
$0 $0 $180 $135
2-Man Survey Proj
Open Open Survey Crew Mngr
0.0
$0
0.0
$0
8
8.0
$1,440
EXHIBIT 8
48
$105
Survey Tech Hour
II Total
4 8 30.0
0.0
4.0
80.0
248.0
82.0
210.0
24.0
0.0
0.0
0.0
0.0
0.0
4.0
0.0
4.0 8.0 682.0
$540 $840 $83,550.00
PACE Billed Labor Total
Reimbursable Expenses
Subconsultants
$83,550
$2,115
$0
Total Project Budget l $85,66511
Rate Table Used: 2009
Printed: 61412009, 1:02 PM