Loading...
HomeMy WebLinkAbout4052 Resolution - PACE PSA Amendment No. 7 for Columbia East Forecemain ProjectRESOLUTION NO. 4052 A RESOLUTION OF THE CITY OF PASCO, WASHINGTON, AUTHORIZING THE CITY MANAGER TO SIGN AND EXECUTE A SEVENTH AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH PACE ENGINEERS, INC. FOR THE COLUMBIA EAST LIFT STATION AND FORCE MAIN PROJECT. WHEREAS, the City and PACE Engineers, Inc. entered into a Professional Services Agreement on May 13, 2018 to provide engineering services for the Columbia East Lift Station and Force Main Project; and WHEREAS, the City and PACE Engineers, Inc. executed six Amendments to the Professional Services Agreement to add additional construction management services (lift station), additional design engineering (force main), and additional time for completion of the design; and WHEREAS, previous amendments to the agreement were authorized under the authority provided to the City Manager and Public Works Director; and NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PASCO, WASHINGTON: Section 1. That this agreement is amended to allow PACE Engineers, Inc. to provide additional engineering and construction management services as described within Exhibit A & B. Section 2. The City Manager for the City of Pasco is hereby authorized to execute Amendment 7, a copy of which is attached hereto, and incorporated herein by this reference, as Exhibit A. PASSED by the City Council of the City of Pasco, Washington, this 19th day of April, 2021. Saul Martinez Mayor ATTEST: Debra Barham. CMC City Clerk Resolution — Seventh Amendment to PSA with Pace Engineering - 1 Exhibit A City of Pasco Columbia East Forcemain Modifications Job # 18424 - Amendment #7 April 2021 Project Understanding This amendment addresses additional services required to support the City for the final design documents and bid assistance to include a second parallel 20 inch outside diameter (16.146 inch inside diameter) HDPE DR 11 pipeline from the new Columbia East pump station approximately five miles north to Foster Wells Road. EDA has confirmed the City's eligibility and approval for additional funding for this project to assist with financing the original dual forcemain concept. In addition, the City has requested PACE's assistance during construction phase of the project. The City has requested the following services during construction; • Review and Respond to RFIs, • Review and respond to material submittals • Attending Weekly virtual construction progress meetings • Technical Support during construction • Preform two site visits during construction activities to be coordinated with City staff • Prepare Record Drawings This scope of work does not include construction surveying. Construction surveying will be provided by the contractor and all control is identified on the contract documents. Further, this scope of work does not include construction management nor daily inspection/observation services. These services will be provided by the City. Schedule Amendment #5 extended PACE's design and bid related services contract through December 31, 2020. Additional schedule duration was required to accommodate the funding agency (EDA), which delayed the bid date and associated services required. Amendment #7 extends PACE's construction engineering services task through December 31, 2021. Scope of Work Task 1— Project Management Task 1.1 — Project Administration Additional services for additional weeks required to provide services to the City due to the EDA approval delay and other items. Additional 9 weeks beyond the end of the specified 12/31/2020 end date. Deliverables: Additional communication, and additional invoicing required Task 1.2 — Quality Assurance /Quality Control Provide additional QA/QC review and coordination as designs changed and additional submittals were required. Task 1.3 - Communications 11 Page Additional meetings and correspondence with the City beyond those contemplated in the Amendment #5 task. Task 2 — Design Phase Task 2.1 — Amend Forcemain Alignment for Dual Pipeline Additional revisions in alignment due to space available for dual force main, utility conflicts, etc requiring profile revisions in some locations and additional information added to profiles in drawings to reflect some force main surface profiles being different as they are separated by several feet. Develop new existing Foster Wells/ new forcemains crossing/connection detail. Develop new detail for plug valve installation post construction. Task 2.2 — Revise TESC Amend task to show TESC measures on design plan sheets vs. separate drawings. These mainly consisted of select locations requiring silt fence and inlet protection on capitol avenue for existing catch basins. No other changes proposed. Task 2.3 — Revise Traffic Control Plans Amend task to include incorporation of City TCP requirements in the specifications document as the contractor's responsibility via submittal vs. in the design plans. Generic WSDOT plans were removed from the set of drawings. Task 2.4 — Utility Conflict Resolution Additional coordination and specification changes regarding private property restoration and inclusion of new City -provided utility information. More specific information relating to the replacement of exfiltration trenches along capitol avenue were incorporated into the specifications as they may be disturbed during trenching activities. The profile in Capitol avenue was also revised and lowered to ensure adequate vertical clearance between water crossings. Task 2.5 — Roadway Restoration Additional drawing edits were required to incorporate new paving restoration desired by the city between the single force main areas, including new hatching and quantity calculations. From Franklin County review comments, additional restoration area was required on Foster Wells road. Task 2.6 — Prepare Plans Additional services due to more than one intermediate review set. Revision of connection details at the end of the alignment near Foster Wells Road. Due to existing concerns about clearance near the tie-in point on the access road to the PWRF, additional HDPE fittings were required. Additional services and research regarding easement and ROW line clarifications were coordinated with PACE's survey staff following review of title reports.. Task 2.7 — Modify Specifications Additional specification modifications required to support design changes and other requests by the City. Substantial revisions to the specifications were required to address new bid items, modified approaches to changed city boilerplate, etc. Several iterations were required vs. one in the original scope and budget. Task 2.8 — Respond to EDA 100% Review Comments New EDA boilerplate items were required to be incorporated including sign information, etc. 2 1 P Task 3 — Bid Phase Task 3.1 – Prepare Bid Documents Prepare second iteration of bid documents after EDA approval. Deliverables: Additional compiled .pdf documents for submittal. Task 3.2 – Bid Assistance Additional services to prepare responses to numerous questions and an additional three (3) addenda in support of the project. Additional research on HDPE pipe and plug valve availability due to supplier questions. One addendum and some RFI questions were in scope. The balance of the effort is out of scope. Addendum 2 provided revisions and amendments to the contract documents and special provisions. This included instructions for a pre-bid meeting and a replacement attachment for the DNR easement along the forcemain alignment. Addendum 3 included additional modifications to the contract documents, responses to 21 pre-bid questions, and an updated bid schedule with revised quantities for aggregate for pavement repair and the number of AirNac assemblies. The specifications related to valves, due to new information on lead times, were changed to an additive bid item. Additionally, a detail for the anticipated, future cut ins for these valves was created and added to detail sheet 70. This required additional research and contact with suppliers on appropriate coupling methods on the specified HDPE pipe. The elimination of the AirNac assembly on Foster Wells road required revisions to the pipeline profile from sheet 62 to 68 to eliminate the former high point. Additionally, from closer examination of the shoulder of sheets 64 through 67, the horizontal alignment required a slight adjustment due to the terrain and footprint of the trench pay limits. This shift to the alignment also required additional pavement repair. Additional, longitudinal pavement repair was calculated as a 10 foot width from the edge of roadway rather than the specific trench limit encroachment per Franklin County input on minimum restoration width. Addendum 4 addressed 7 additional bidder questions. Task 3.3 – Prepare Conformed PS&E and Issue for Construction No changes to this task are proposed. Task 4 — Cost Estimating Task 4.1 – Final Design Construction Cost Estimate Additional quantity takeoffs and coordination with the City on new bid items, not previously part of the project bid schedule. Additional tasks and coordination to add another bid schedule and estimate after plug valve delay potential was more clearly identified. Additional city coordination regarding costs beyond the amount budgeted. Task 5 — Construction Engineering Services Task 5.1— Construction Engineering Services The duration of PACE's services is anticipated to extend through December 31, 2021. This duration should encompass the both the base bid construction, additive bid construction, and project closeout. We estimated the number of weekly progress meetings and establish a budget for technical support to include the base bid and additive bid construction. Construction engineering services will include the following: • Review and respond to RFIs. To establish a budget for this task we estimate up to 25 RFIs and allow for 4 hours per RFI to complete or review and prepare our response. 31 Shop drawing and submittal review and response. To establish a budget for this task we estimate up to 30 submittals and allow for 4 hours per submittal to complete our review and response. At a minimum, we anticipate review and response to the following: • Base Bid Items A4, A8, and Al2 —A30 and Additive Bid Items B1 — B3. Conduct site observations. We anticipate 2 site visits during the construction phase to review construction progress and compliance with the contract plans. We assume 8hrs for each visit. • Attend weekly construction progress meetings. PACE will attend weekly virtual construction progress meetings. The City construction manager will lead the progress meetings PACE will attend in a support role. To develop a budget we anticipate 30 weekly progress meetings at a 1 hour duration. • Provide technical engineering support to City construction management staff as requested. To develop a budget for this work we estimate 4 hours per week for 30 weeks. This work would include interpreting plans and specifications not included in a formal RFI, rendering technical opinions requested by the City, supporting the City to issue field directives, and evaluate change orders. • Prepare record drawings for the City based upon contractor provided redlines. To establish a budget for this work we have estimated our level of effort based upon 71 sheets and an average of 2 hours per sheet. Deliverables: • Certificate of Construction Completion • Log and responses for up to 25 RFIs • Log and responses for up to 30 submittals and submittals • 2 Observation reports • Record Drawings End of Scope of Work 41 Page N d :..... ............ ... -.................. E: 2 C 0 0l0 � 0 0 0 r I 1 d La Lu � N pmt I _0 c � m z v I I 0 N O N m L 4 � O ?i w � a .... m m v m 10 .......... . . . .... ..... ..... ..... .... .... .... ..... [' I � a I � i U C N N7 N m U r x •• U .......... ............................... a' ffi .............. a en 93 h Li� o 2 .......... .:..... ..... ..... ..... .... ..............:... J J N m p y m .... a 9 Q n 2 QCD v m m .......... '......................... ..... ........... .... c _ N �O N � � U O CC W A u ffi ' O m � E i � m z_ d o CL i - M'. N f S UI X11 ` N1 G d, yy V dli < a ul g C:a C'ij�g S� E cl g U) m m:.Cli � r eN (V C amiammmEM Moe �U -J :..... ............ ... -.................. E: 2 • lO 0 r I 1 d w � N pmt