HomeMy WebLinkAbout04-082 - Sargent Engineers - Boeing Access Road Bridge Replacement (Over BNSF and Union Pacific Railroads)m-ou,
CONSULTANT AGREEMENT FOR
ENGINEERING SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, Washington, herein -after referred
to as "the City", and Sargent 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 prepare a type, size, and
location study for the replacement of the Boeing Access Bridge over the Burlington Northern
Santa Fe and Union Pacific Railroads.
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 90 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 seventy-four thousand two hundred fifty-two dollars ($74,252) 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.
/off' 02
OR1G0 aOCT 2 8 2004
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
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
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:
Sargent Engineers, Inc.
320 Ronlee Lane NW
Olympia, WA 98502
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 /4 -
day of (0, 20 0,/.
CITY OF TUKWILA CONSULTANT
teven M. Mullet, Mayor
Attest/Authenticated:
. Cantu, CMC, City Clerk
By: 7 % ,i
Printed Name: Monte Smith
Title: Principal
Approved as to Form:
Office of the City Attorney
4
EXHIBIT A
SCOPE OF SERVICES
The Boeing Access Bridge is going to be replaced in the near future. The present bridge is
337 feet long and 67 feet curb to curb. It currently carries six lanes of traffic and has one sidewalk on
the bridge. The bridge carries approximately 36,000 vehicles per day. In order to start the planning
process for the replacement of the bridge, the City of Tukwila wants to perform a type, size, and
location study for the bridge.
Boeing Access Road Bridge Type, Size, and Location Study
The type, size, and location study for the Boeing Access Road Bridge will explore the possible
bridge types and construction sequences for the replacement of the Boeing Access Road Bridge. The
goal is to replace the bridge with minimal impact to traffic. The study will focus on the present
location for the bridge and will not look at other corridors for the bridge. In order to prepare the
report for the study, the following work will be performed:
Land Survey
The City of Tukwila will provide a base map from Interurban Avenue to Interstate 5 showing
the following:
• Location of property boundaries along with identification of adjoining property owners.
• Present lane configurations on Interurban Avenue, Boeing Access Road, and Airport Way.
• Utility locations
• Topographic contours of the site.
• Present profile of Boeing Access Road
• Location and profiles for the railroad tracks below the bridge.
Traffic Study
The City will provide current traffic counts on Interurban Avenue, Airport Way, and Boeing
Access Road. It will also provide its current traffic model for the City. The consultant will forecast
the future traffic demands on Boeing Access Road assuming that build out can occur on the adjacent
Boeing Access Road Bridge over Airport Way. The future demands will include peak hour traffic
that will need to be accommodated by the new bridge. This will be used to size the number of lanes
on the bridge.
In addition to looking at future traffic demands, the present traffic will be studied for
construction of the new bridge. Different construction scenarios will be developed for the
construction of the different bridge options. With each scenario, traffic plans will be developed to
show how the traffic will be handled during construction.
Sound Transit Coordination
Sound Transit is planning on a track and station near the bridge. The consultant will contact
Sound Transit to determine what their plans are near the Boeing Access Bridge. The proposed
schedule on the construction of the line near the Boeing Access Bridge will affect potential
construction sequences. This will be factored into the alternative bridge types selected.
5
Railroad Coordination
The consultant will coordinate with the railroad to detennine the future plans of the railroad at
this location. The consultant will also determine the requirements from the railroad during
construction and determine where piers can be placed. At this location there are two railroads to
work with, the Union Pacific Railroad and the Burlington Northern Santa Fe Railroad.
Community Involvement
There will no community involvement at this stage.
Geotechnical Study
A reconnaissance level geotechnical study will be performed for the area. The study will
examine geology maps and any available information from the existing plans for the bridge.
Geotechnical explorations will not be made in the area. Recommendations will be made on the
feasibility of spread footings, shafts, or piling. The reconnaissance study will be summarized in a
letter report.
Bridge Alternative Study
Alternative bridge types and span arrangements will be selected for study. This will include
alternative ways of constructing each bridge type. Both steel and concrete bridges will be explored.
Costs will be developed for each construction scenario. A preliminary plan will be developed for
each potential bridge type.
Type, Size, and Location Report
The study will be summarized in a report to the City. The report will be made in the format as
suggested in the WSDOT Bridge Design Manual.
6
EXHIBIT B
PAYMENT
The cost estimate for preparing the type, size, and location study for the Boeing Access Road
Bridge is:
Sargent Engineers' employees will be billed at the following rates:
7
Principal
Senior
Engineer
Senior
Project
Engineer
Project
Engineer
Design
Engineer
Drafter II
Clerical
Task Cost
Rate:
$128.00
$105.00
$88.00
$79.00
$66.00
$65.00
$43.00
Initial Meeting
3
$384
Land Survey
2
$256
Traffic Study
24
$3,072
Sound Transit Coordination
16
$2,048
Railroad Coordination
24
$3,072
Geotechnical Study
2
$256
Bridge Alternatives
120
$15,360
Bridge Preliminary Plans
20
120
$10,360
Bridge Costs
20
$2,560
Report Preparation
40
$5,120
Report Meeting
4
$512
Report Revisions
24
24
$4,632
Total Direct Salary Cost
299
0
0
0
0
144
0
$47,632
Direct Costs
Traffic Consultant - Gray and Osborne
$20,973.00
Geotechnical Consultant - PanGeo
$3,000.00
Mileage
$250.00
Markup
$2,397.30
Total Direct Costs
$26,620
Total
$74,252
Sargent Engineers' employees will be billed at the following rates:
7
Principals
Monte Smith
Jon Dietrich
Senior Engineers
Willis Whitney
Charles Mayhan
Senior Project Engineers
Project Engineers
Craig Boone
Erik Martin
Design Engineers
Erik Martin
Aubrey Argeris
Andrew Packard
Jessica Schadt
Drafter II
James Welsh
Kirk Ketter
Business Manager
Janice Smith
Clerical
Delores Rash
Direct Overhead Profit
Salary (164% of (30% of
(DS) DS) DS) Total Rate
$43.27 $70.96 $12.98 $127.21
$38.75 $63.55 $11.63 $113.93
$35.50 $58.22 $10.65 $104.37
$35.50 $58.22 $10.65 $104.37
$29.75 $48.79 $8.93 $87.47
$26.75 $43.87 $8.03 $78.65
$25.75 $42.23 $7.73 $75.71
$25.00 $41.00 $7.50 $73.50
$22.50 $36.90 $6.75 $66.15
$21.25 $34.85 $6.38 $62.48
$19.25 $31.57 $5.78 $56.60
$22.00 $36.08 $6.60 $64.68
$22.00 $36.08 $6.60 $64.68
$31.00 $50.84 $9.30 $91.14
$14.50 $23.78 $4.35 $42.63
Rates good for calendar year 2004.
Rates will increase by 5% to 10% in calendar year 2005.
Overhead 1.64
Profit 0.3
8