Loading...
HomeMy WebLinkAboutTrans 2007-03-26 Item 3A - Agreement - Green River Pedestrian and Utility Bridge (South 180th Street)To: Mayor Mullet From: Public Works Director' Date: March 19, 2007 Subject: Green River Pedestrian Utility Bridge (S 180` St) Maintenance and Repair Consultant Agreement Project No. 89 -RW16 ISSUE Route (for signature) a consultant agreement with TranTech Engineering, LLC, to provide engineering design services for bridge repairs and staining /sealing on the Green River Pedestrian Utility Bridge (S 180 St). BACKGROUND Regular bridge inspections have indicated the need to provide maintenance and minor repairs to the Green River Pedestrian Utility Bridge near S 180t St and Andover Park East. The entire structure needs to be re- sealed and /or re- stained to protect the wood structure from further deterioration. There are some minor structural elements that need repair or replacing prior to re- staining or re- sealing the structure. The bridge deck is in need of some repairs and can be slippery when wet. Improved traction on the bridge deck will also be considered as part of the design. ANALYSIS INFORMATION MEMO Attachment III.A. TranTech Engineering, LLC, was selected to perform the design work because of their experience with bridge design and inspection and because of their specific experience with wood structures near water, such as docks, piers, and waterfront structures. See attached consultant rating sheet. The proposed work is within the City's budget. Contract Amount Budget Green River Ped Bridge Design 22,000.00 35,000.00 RECOMMENDATION For information only. Consultant agreement is less than $25,000 and does not require Council approval. attachments: Consultant Rating Sheet Consultant Agreement (P:Projects\A- RW RS Projects \89RW16 Br Insp )180 Ped Bridge Contract Memo for TC) I 2. Project Team Inspection Capabilities Provides Bridge Inspections for Gov't. Agency CONSULTANT SELECTION Green River Pedestrian Bridge Repairs PND, Inc. TranTech Sargent Eng. 2 2 2 3 2 3 3 3 3 Tukwila Bridge 1 2 3 Program Knowledge Bridge Repair Design 3 3 2 Expertise (Wood Structures) TOTALS 10 14 13 Score consultant 1 to 3, with 1 being least qualified and 3 being most qualified. Highest total score is consultant most qualified. CONSULTANT AGREEMENT FOR ENGINEERING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred to as "the City and TranTech Engineering, LLC, hereinafter referred to as "the Consultant in consideration of the mutual benefits, teens, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled "Green River Pedestrian and Utility Bridge No. 0000TUK18 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 30 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 $22,000.00 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. f 3 4 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 infoiuiation, 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 perfollning 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 acne 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 index 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 2 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. 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 5 6 16. Notices. Notices to the City of Tukwila shall be sent to the following address: CITY OF TUKWILA teven M. Mullet, Mayor City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: TranTech Engineering, LLC 626 120 Ave. NE Suite B 100 Bellevue, WA 98005 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 15 day of March, 2007. CONSULTANT Attest/Authenticated: Approved as to Form: Jane E. Cantu, CMC, City Clerk Office of the City Attorney B 7 /2 Printed Name: Khasha Y ar Nikzad, PhD, PE Title: Principal/ Partner 4 Exhibit A Scone of Services on the Green River Pedestrian Bridge No. 0000TUK18 Rehabilitation A. Proiect Manaaement Throughout the conduct of these activities, there will be a close coordination between TranTech Engineering, LLC representative, Kash Nikzad, PhD, PE and the City of Tukwila's representative, Mr. Robin Tischmak, PE. Kash Nikzad will manage the activities to ensure submittal timeliness. B. Current Load Carrvina Capacity Assessment In this Task structural analysis is performed to assess the current load carrying capacity of the Bridge's elements and determine the extent of the rehabilitation needed. A 2 -D truss model will be utilized to assess the truss elements. The elements with deterioration will be subject to cross sectional reduction. In case all the element capacities are greater than their design demand then the rehabilitation activities will be composed of only "element protection measures" for life extension. In case any of the Bridge's critical elements have load carrying deficiency, viable strengthening means will be used as part of the next task. C. Repair/ Strenathenina! Protection PS &E In this task, PS &E construction documents will be prepared based on the activities described in Task B. Our preliminary investigations show that the E. Truss seems to be in worse condition than the W. Truss. A viable repair needs to address the large areas of rot and cracking. The top laminations of both bottom and top chords appear to have lost their load carrying capacity per 2005 inspection report. Top chord has two splice locations while the bottom chord does not have any splices. The 2005 inspection report suggests replacing rotted bottom chord laminations. 8 Floor beams and Stringers are all in State 1, per 2005 Inspection report, but the stringers are untreated and weathered. Per client discretion and TranTech's site visit, the deck is in a deteriorated state and needs to be replaced to provide a viable weather resistant and non -slip surface. TranTech will provide Coating and Containment specifications which includes provisions for initial preparations of the existing timber for coating purposes. These specifications will be a part of the PS &E Bid Package. D. Bid Assistance In this Task TranTech will provide PS &E Bid Package Assistance in the form of checking all contractor bids for accuracy and providing a reference check on lowest bidder. HlBIT B�_ ens e 1-- Re h a bilitati on -Green strian Bridg r B ever Pe -Cier c► a Total 1 G r CppD Seniar Pr°I e r Engine Donna grandY sk. Items Mana9 Sim 1--------------------- Kash ____:_111-1-t I 6 20 Task 16 Y 40 i oordination 6� �MiC essmen 32 1 "Task Gar in -Ass E 6 Task B -Load 184__ "'Cask C Repair! Protection PS& Ta As sistance y 40 1�4.a �q6 0- Eid 80 35.2Q $8,_.....__ 60 45 g 3.00 1„408 5.0_____-----__$_ x,3 2 4 7 I $3,180 .5 1Q j Man e t 30 °l0 of DS 1 $1 1_ t Direct a a Gost _____,11.01., Profit a es S2ti., I at 1.35 tam v '�otal Drrecta... e ad r Go overhead Total LabO- st $15 Fedex° .•.l Direct Costs_ (Capylf. `�22, m bined M p tier T at i ua1 to a co ve Overhead Rate and fee P e excenta xs e�.-- *dote The Sum