HomeMy WebLinkAboutReg 2017-03-06 Item 4D - Agreement - 2017 Bridge Program On-Call Engineering Support with TranTech Engineering for $90,000COUNCIL AGENDA SYNOPSIS
Initials
Meefin g Date
Pre.pared L
La 's review
Council review
03/06/17
BG
'yor
❑ Ordinance
ltg Dale
F-1 Bid�avard
At g Dale
F-1 Public Hearing
Altg Date
❑ Otber
Mtg Date
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police Z PV
SI)ONSOR'S This contract will provide on-call engineering support services for the 2017 Annual Bridge
SUIMNIARY Program. TranTech Engineering will assist with the new bridge load rating requirements,
grant applications, and additional work needed to complete the maintenance on the S 119th
St Pedestrian Bridge. TranTech was selected as the firm that best met the bridge
requirements. Council is being asked to approve the on-call engineering contract with
TranTech Engineering in the amount of $90,000.00.
Ri s v I E"WI ?"D BY El cow Mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte
F-1 Utilities Cmte EjArts Comm. F-1 Parks Comm. F-1 Planning Comm.
DATE: 02/28/17 COMMITTEE CIINIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/At),MIN. Public Works Department
C(),NIN1"1-1T1'F Unanimous Approval; Forward to Consent Agenda
COST IMPACT / FUND SOURCE
Exi,rMATURF, Ri,'1(,)u1RF'1 AMOUNT BUDGETED APPROPRIATION REQUIRED
$90,000.00 $270,000.00 $0.00
Fund Source: 104 ARTERIAL STREETS & BRIDGES (PAGES 19, 2017 CI P)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
03/06/17
ITEMNO.
25
FS - I'I\FFSPONSoR: BOB GIBERSON
�ORI(;INA],A(;I,"Nl),\D,\'I'I,": 03/06/17
A(;i,'1r14'tx 1'n,"Ni Tn'j,i; 2017 Annual Bridge Program
On-Call Engineering Support Services with TranTech Engineering, LLC.
Cx1'I:("()1zY ❑ Discussion
M/ g Dale
Z Motion
Al�g Date 03106117
❑ Resolution
M�g Date
❑ Ordinance
ltg Dale
F-1 Bid�avard
At g Dale
F-1 Public Hearing
Altg Date
❑ Otber
Mtg Date
SPONSOR ❑ Council ❑ Mayor ❑ HR ❑ DCD ❑ Finance ❑ Fire ❑ IT ❑ P&R ❑ Police Z PV
SI)ONSOR'S This contract will provide on-call engineering support services for the 2017 Annual Bridge
SUIMNIARY Program. TranTech Engineering will assist with the new bridge load rating requirements,
grant applications, and additional work needed to complete the maintenance on the S 119th
St Pedestrian Bridge. TranTech was selected as the firm that best met the bridge
requirements. Council is being asked to approve the on-call engineering contract with
TranTech Engineering in the amount of $90,000.00.
Ri s v I E"WI ?"D BY El cow Mtg. ❑ CA&P Cmte ❑ F&S Cmte Z Transportation Cmte
F-1 Utilities Cmte EjArts Comm. F-1 Parks Comm. F-1 Planning Comm.
DATE: 02/28/17 COMMITTEE CIINIR: KATE KRULLER
RECOMMENDATIONS:
SPONSOR/At),MIN. Public Works Department
C(),NIN1"1-1T1'F Unanimous Approval; Forward to Consent Agenda
COST IMPACT / FUND SOURCE
Exi,rMATURF, Ri,'1(,)u1RF'1 AMOUNT BUDGETED APPROPRIATION REQUIRED
$90,000.00 $270,000.00 $0.00
Fund Source: 104 ARTERIAL STREETS & BRIDGES (PAGES 19, 2017 CI P)
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
03/06/17
MTG. DATE
ATTACHMENTS
03/06/17
Informational Memorandum dated 02/24/17
Page 19, 2017 CIP
Consultant Agreement, Scope of Work, and Fee
Minutes from the Transportation & Infrastructure Committee meeting of 02/28/17
25
26
City of Tukwila
Allen Ekberg, Mayor
TO: Transportation and Infrastructure Committee
FROM: Bob Giberson, Public Works Director 40a
By: Steve Carstens, P.E., Sr. Program Manager
CC: Mayor Ekberg
DATE: February 24, 2017
SUBJECT: 2017 Bridge Program — Bridge Repairs/Maintenance
Project No. 91710402
On-Call Engineering Support Services
ISSUE
Approve an On-Call Engineering Support Services contract with TranTech Engineering, LLC (TranTech) for the
2017 Bridge Program.
BACKGROUND
There are several issues effecting the Annual Bridge Program this year. The Federal Highway Administration
(FHWA) has adopted new bridge load rating requirements that take effect within two years and necessitate
updating our existing bridge inventory load ratings. The Bridge Replacement Advisory Committee (BRAC) has
grant funding applications due in mid-April 2017 and the City has two structures that may be eligible for this
funding. The S 119th St Pedestrian bridge also requires additional work to complete its maintenance.
DISCUSSION
Tukwila has selected TranTech to provide support services for the 2017 Bridge Program through an on-call
services scope of work. TranTech was selected based on their extensive familiarity with the City's bridge
program. This contract will allow the City to address the new FHWA requirements, BRAC grant applications,
and complete maintenance on the S 119th St Pedestrian Bridge.
FISCAL IMPACT
TranTech has provided an estimated cost of $90,000.00 to perform the work as outlined in the attached scope
of work. The remaining 2017 Bridge Program funds have been analyzed and the estimated project costs are
within budget.
TranTech Enaineerina On-Call Services
Bridge Load Rating Updates
S 119th St Pedestrian Bridge
BRAC Funding Assistance
Misc. Bridge Support
Totals
Proposed Contract 2017 Budge
$41,000.00
19,000.00
15,000.00
15,000.00
$ 90.0442
RECOMMENDATION
Council is being asked to approve the contract with TranTech Engineering, LLC for the 2017 Bridge Program in
the amount of $90,000.00 and consider this item on the Consent Agenda at the March 6, 2017 Regular Meeting.
Attachments: Page 19, 2017 CIP
Trantech Contract with Scope and Cost Estimate
WAPW I:ng\IIROJI-,CTS\A- RW & RS ProjectABridge Inspection ProgramsViridge Inspections 2017 (91610402)\02 - Trantech tasks\InIb Memo Trantech 022417 g1sb.docx 27
W.*
CITY OFTUNWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Annual Bridge Inspections and Repairs P^ojecNv exx10402
DESCRIPTION: Ongoing program of bi-annual inspections, repairs, painting and rehabilitation of the 22 City bridges.
Federally required program identifies safety or repair needs in the early stages to minimize hazards and
JUSTIFICATION: costs. The number of bridge inspections necessary each year can vary year to year. Inspection frequencies
vary from bridge to bridge and King County has provided some inspection services.
STATUS: Construction projects will be determined from inspection reports and noted defidencies/pmb|ems.
MA|NT. IMPACT: Reduces maintenance costs.
COMMENT: Ongoing project, only one year actua|s are shown in the first column.
FINANCIAL Through eoUm^tmd
(in $000's) 2015 2016 2017 201 2019 000n mo»l xonu npvomn Tnru/
EXPENSES
Design
79
40
40
45
45
45
55
55
55
459
Const. Mgmt.
30
30
40
40
40
50
50
50
330
Construction
118
200
200
250
250
250
300
300
300
2,168
TOTAL EXPENSES
197
270
270
335
335
335
405
405
.405
2,957
FUND SOURCES
Awarded Grant
Proposed Grant
0
Mitigation Actual
0
Mitigation Expected
0
City Oper. Revenue
197
270
270
335
335
335
405
405
405
2,957
TOTAL SOURCES
197
270
270
335
335
335
405
405
405
2,957
2017 2022 Capital Improvement Program 19
30
City of Tukwiia
V 6200 Southcenter Boulevard, Tukwila WA 98188
ILA11
CONSULTANT AGREEMENT FOR
BRIDGE PROGRAM ENGINEERING SUPPORT SERVICES
THIS AGREEMENT is coicccd into hekvocn the City of Tukwila, Washington, hereinafter
referred tnus ^1ho City", audTcan7ccb Engineering, LLC, hereinafter referred \ooe "the Consultant",
in, consideration of the mutual benefits, terms, and conditions hereinafter specified.
l. Proiect Designation. The Consultant is retained by the City ioperform Engineering services
io connection with the project \iUcJDridgeProgramEngiuCeriug Support Project.
2. Scope of Services. The Consultant uRocca to perform the services, identified on Exhibit "A"
attached hereto, iocLodiu� the provision of all labor, materials, equipment and supplies.
3. This Agreement shall bcinfull force and
effect for u period commencing upon execution and ending August 31. 2010, uolcoo annnc[
\ccouiuutcd under the provisions hereinafter specified. Work under this Agvc000cni shall
commence upon written notice by the City to the Consultant toproceed. The Consultant shall
perform all services and provide all work product required pursuant tothis Agreement uolater
than August 3|,20\K unless uu extension of such time im granted inwriting bY the City.
4. Paymen . The Conso{iuui ybui1 be paid by the City for completed vvnck and for services
ncodcrcd under this Agzcczueni as [oUovvo:
A. 9uynoeut for the work provided by the Consultant abul| be made as provided on Exhibit
`^B" attached bcreto, provided that the total oroount of payment to the Consultant shall not
exceed $90.000.00 without express vvcd1cu modification of the Agreement signed by the
City.
B. The C0oyukuot may submit vouchers t0 the City once per rnondz during the progress of
the work for pm1iu| payment for that pm1imu of the project completed to date. Such
vouchers will be checked by the City and, upon approval thereof, payment shall be made
in the Consultant iu the amount approved.
C. Final payment of any balance due the Consultant of the total coo1cuc\ price cucocd will be
made promptly upon its uaccctuionocut and verification hy the City after the completion of
the work under this Agreement and its acceptance by the City.
D. 9uyoncuL as provided in this acoiioo shall be [u]] compensation for work performed,
services rendered, and for all cnuicriu|s, supplies, equipment and incidentals necessary to
complete the work.
E. The Consultant's records and accounts pertaining to this f\gccccuout are to be kept
available for inspection by repccocn(u\ivcy of the City and the state of Washington for a
period of three (3) years after final puycucota. Copies oboD 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:
CA revised : 1-2013
32
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.
Page 2
2. Commercial General Liability insurance with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate. Commercial General Liability
insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal
injury and advertising injury. The City shall be named as an insured under the
Consultant's Commercial General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of
the State of Washington.
4. Professional Liability with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit. Professional Liability insurance shall be
appropriate to the Consultant's profession.
B. 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.
C. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.
Best rating of not less than A:VII.
D. 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 Consultant
before commencement of the work. Certificates of coverage and endorsements as required
by this section shall be delivered to the City within fifteen (15) days of execution of this
Agreement.
E. 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.
F. 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.
CA revised : 1-2013
Page 3
33
14 "D. Covenant Against Continizent 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 lie 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, religion, creed, color, national
origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability 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
0
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.
C�
CA revised : 1-2013
34
Page 4
17. Notices. Notices to the City of Tukwila shall be sent to the following address:
City Clerk
City of Tukwila
6200 Soutlicenter Boulevard
Tukwila, WA 98188
Notices to Consultant shall be sent to the following address:
TranTech Engineering, LLC
12011 NE 1St Street, Suite 305
Bellevue, WA 980
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.
DATED this day of 20
CITY OF TUKWILA CONSULTANT
By:
Mayor, Allan Ekberg
Printed Name: Grant D Griffin
Title: Senior Engineer
Attest/Authenticated: Approved as to Form:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised: 1-2013 Page 5
35
36
SCOPE 007WORK
lPRAN7PEK~H Engineering
D� ^���
~-^~~�~ Program ~~^^g+^^~~^"^�g `^upu^~""
City of Tukwila, WA
The City of Tukwila has identified several tasks necessary for the advancement of their Citywide
Bridge in 2017. These tusk* include providing an in-depth hands-on inspection of the
I 191h Street Pedestrian Bridge and preparing a feasibility study for repair options. This tasks also
ino}odcx working with Tukwila to dcto,cuiuiog repair and coating options for that bridge as well
as for the [rcco {liver Pedestrian and Utility Bridge. Other tasks include providing F}llVA
required updates to existing load ratings ousix structures, providing support for the development
of bridge funding caudidaio, and for providing miscellaneous engineering support for tasks as
identified by the City.
All work shall be in accordance with WSDOT/ FHWA procedures and requirements and with the
requirements of the National Bridge Inspection Standards (NBIS) where applicable.
SCIIRD0[[
The contract ybu]l remain in effect for 18 months, hovvcvcr, ivabo will be completed per the
schedule listed under each specific task onpeuiu|iy v/bccc specific deadlines control. The
management budget is allocated accordingly.
Throughout the Conduct of these activities, there will be u dose coordination between
TRANTECH Engineering, LLC (TRANTECH) and the City of Tukwila (City). TRANTECH will
manage the activities to ensure timeliness of required submittals.
SCOPE 01' WORK —T[(AIMCAK.M)PRWk('0
The task items listed below will bc performed by TRANTECH for the City.
Task I —Tiniber Pedestrian Bridge Feasibility Study
The two timber pedestrian bridges mentioned above are iu need o[ maintenance. 70ANTECfl
will provide uu assessment of both hddgcsfor use us the City decides vvho1maintenance
activities to include in a future maintenance contract.
The I 191 Street Pedestrian has u failing paint aYakeco and is suffering from weather related
deterioration that has caused localized rot. The Bridge has recently undergone timber girder
repairs with more work slated for spring and summer 2Ai7.7RANTECB will provide uhands-
on inspection of the l |gm Street Pedestrian Bridge, u condition ussox*cncut, and u capacity
analysis. The analysis will be used to determine if there is sufficient capacity for continued
Tukwila Bricl�cpro�nmEn�uuuro� Support — SCOPE 0P\fORK
Tk&NTBCBBNGlI4BB0NG
Pu�c l
service o[L[additional rehabilitation is needed to attain u safe load carrying capacity. The
analysis will also assess the feasibility of future repairs.
The Green River Pedestrian and Utility Bdd�cvvuorepaired and protected iva20O7n`uiuiooancc
onubuut but its timber elements are currently in need o[nocoubng. TflANTECEI will use existing
inspection information and will perform u routine inspection o[ the bridge to determine ifany
additional repairs are necessary prior to the recoating process.
1.1 Do Inspection
The substructure of the I 191h Street Bridge has not had a recent underdeck and substructure
inspection. TRANTECH will provide a hands-on inspection of the underside of the deck, floor
system, and piers by use o[ rope assisted climbing. The condition of the elements will be
evaluated and updated io the W8Bl8 Bridge Inspection Software. The resulting condition
information will \beo be utilized in Task 1.2 to calculate the current capacity of the bridge. The
in-depth condition assessment will also be reported in the resulting feasibility report listed below
ua the Task l deliverable.
1.2 Bridge Load Rating
TRAND1ECB will provide u bridge load rating ofthe )[um Street Pedestrian Bridge using the
results of the in-depth inspection completed iu Task l.|. This as-repaired capacity will take into
account the maintenance work done to date. This load rating will assess the current adequacy of
the bridge for continued service as well as the feasibility for repairs that may add dead load such
as deck overlay options yet to be determined. The initial scope of the load rating is assumed to be
for usuperstructure rating only. The scope of the load rating may he expanded toinclude the
substructure if deemed necessary after the inspection and by additional scope and budged as
approved by the City.
TRANTECH will assess any new deterioration found on the Green River Pedestrian and Utility
Bridge using analytical tools and information made available by our previous work done during
the 2007 repair and coating contract. It is assumed that climbing of this bridge is not necessary
based oo the relatively recent rehabilitation contract. It is also assumed that the current load
rating is still valid and that no update is necessary. A load rating update will be performed if
deemed necessary and by additional scope and budged as approved by the City.
Io the case that any o{ either Bridge's critical elements have load carrying dcfioieocy,viob1c
strengthening means will be proposed as part of Task Section 1.3.
1.3 Repair and Strengthening Options
TRAN�[ECH will provide a report presenting the results 0fthe inspection and structural analysis
based Oo the activities described io Task Sections i.| and l.7. This report will provide Tukw'ila
with necessary decision making information about the feasibility of possible repair options. The
report will also indicate if all cken)cnt capacities are greater than the demand allowing the City to
choose rehabilitation activities that will include only "element protection measures" for service
life extension. As a non-NBI bridge, federal requirements do not apply. TRANTECH will work
Tukwila DridueProgram Engineering Support — SCOPE OFWORK Puye2
T8ANTBCBBN0JNEB0NO
with the city to determine the level of service that meets Tukwila's needs. As noted above,
condition information will also be updated in the WSBIS bridge inspection software for
reference during future routine inspections.
8/4 Additional Services
The initial scope o[ this task iak` assess the feasibility u[ repair options for both bridge and to
work, with the []\y to determine the best repair and protective coating methods. Once these
decisions are made, TRANTECH can prepare the documents necessary to for a PS&E bid
package suitable for advertisement uywell os additional professional services upon request. A
partial list m[additional services is provided below. These additional services are not included io
this scope of work, but TRANTECH can readily provide these services with a supplemental
scope and fee.
• Substructure Load Rating of the l/ 9th Street Pedestrian Bridge
• Load Rating Update for the Green River Pedestrian and Utility Bridge
• Bid Assistance
• Construction Engineering Support
• Construction Management
• Bridge Inspection Services
/]elivurub/ex for Task / ' Timber Pedestrian Bridge },e, x8i//ty So^/v
Au electronic copy of the l|om Street Bridge Feasibility Study Report
Two Paper copies of the 1l9th Street Bridge Feasibility Study Report
Task 2—yxu/d Rating l}y(lu1ca
Eight Tukwila owned bridges were identified uaneeding Specialized Hauling \/chjc|e(3BPV)
�Tvvoof those bridges have had tbebload rating with six bridges
remaining. The services in this task include utilization ofthe as-built and inventory inspection
data to perform Load Factor Rating (LFR) per current WSDOT and FHWA standards including
checks. All rating activates will include ratings for Specialized Hauling Vehicles (8}{\/) and
emergency vehicle ratings rating requirements per the FHWA memorandum titled "Load Rating
for the FAST Act's Emergency Vohicles" dated November 3 2016. The following are the bridges
identified for load rating as part of this tusk:
0 T\lKWTLA 5;8outhceo1erBoulevard
0 TlJKWILA 6; Foster 56 mAueuoc
* TUKWILA 8; Grady Way
w TlJKWlLA g; East Marginal TYoy
0 T(]&WTLA 15; Tukwila International Boulevard
Tukwi|a8rid�uPm�un B��n�cdu�8uppou— SCOPE OF\uOKK
78AN7ECRBNG[NBBBJNO
0 TUKWILA 2 1; Fort Dent Park
There are provisions included in this Task to provide the emergency vehicle ratings for the two
bdd�exrated ck the end of2O]8.
The Load Rating Reports will consist of:
� A Bridge 8nhnn Summary Sheet reflecting the lowest rating factor, bnjodin�
superstructure components. 7bcyunonaryaboctahuJ\hcstun)ncdundaigocd
by a professional engineer licensed in the S\u1c of Washington.
• /\ brief report of any potential anomalies in the ratings and uo explanation u[
the cause of any rating factor below l.(l
• Hard copy ofcoulyoicr output fi)cx used for rating, and any other calculations
or special analysis required.
• A complete xc{ of plans for the bridge.
• A [Z) which contains the final versions of all input and output files, and other
calculations created iuperfooniogLbeloudmUiog.
• All reports shall bc bound io/\ccopo:ss'typcbinders.
/\ paper copy *f generated reports will bc prepared and submitted tn the City.
Quality Assurance Program is an integral part of our work plan. It includes the following:
m Competent and experienced will perform all calculations.
prior The load rating will be thoroughly reviewed and checked by experienced personnel
to submittal.
/ r Task 2 - lmmf6b/iu^ //voh/e/
Signed hard copies ofoUkxzd rating reports for each bridge will besubmitted to the
City on or before December 31, 2017 as required by the FHWA's Memorandum on
Load Rating of Specialized Hauling Vehicles dated November 15, 2013.
Task 2 Assumptions and [sc!oy|ons
TRANTECH will work from the as-built plans and the inventory inspection report to
provide the most accurate condition for the load rating calculations.
Existing load rating analysis will be reviewed and utilized oz the extent possible.
Some existing load analysis may beo[ little ocno use for the update process
requiring a complete re-rating.
Tukwila Brid�cPrn�rum�n�nu�rn�8uppou— SCOPE OF\�OD}(
TRANTBCBBNOlNBBDING
��
Page 4
w No substructure load rating iy performed.
/\n estimate of cost for performing Load Rating services oo the identified structures ispresented
in Exhibit B.
Yu^k 3— Bridge Replacement/ Rehabilitation Funding 'ks*iyLaocu
}\ Federal Bridge Program Call for Projects buabcooudvc[ducd.Taxk3mmusiAsofasaistiogtbo
City in the development of a bridge replace rnent/rehabi I itati on application package toh
submitted to Bridge Replacement Advisory Committee (BRAC) for the 42"d Avenue South Truss
in Allentown. Preliminary funding support uou\yoio has been performed over the last few years.
T0ANTECH will uxaiyt the City in assembling and, if necessary, updating the existing
construction estimates and analysis.
TRANTECH will provide u 10% seismic retrofit design for the Boeing Access Road over
Airport Way Bridge as directed bythe City. An estimated cost for this work will also will also be
provided for submittal as uSoisoio Program project for funding consideration.
TRANTECB will provide overall assistance for the initial submittal package preparation per the
Call for Projects requirements and deadlines. Also included, will bc continued support through
the spring and summer candidate review period and through the funding meeting in the Fall of
2017.
1'ask 4— Miscellaneous Bdd�pu�mmSup�d
TKANlE(-H yhuU poovidcnuisceUuocouscooinccdo�xuppo�undur the direction o[ the City
ofTukv/ilu's Project Manager. /\nhcipu1cd work, Will inr|udC (usks usynciutcd niih the
construction phase o[(be 0ocino, Access Road Brid'-c BchubUi|uiion and the Major
Muintcuancc*n 3 D[id�cyZO|��u1ccta,Tukv/i|uDddgc ProgoaouLay�su*idcnii6cdhythe
Ciiy, and oibcrpnqcc\y as needed.
Tukwila Bhdue Program Engineering Suppnn— SCOPBOPWORK Page
TDANTBCBBNGINBBRNG
Exhibit B - Consultant Fee Determination
City of Tukwila On-call Engineering Services
Timber Ped Bridge Feasibility Study
Load Rating Updates
Funding Assistance
Misc. Bridge Prog Support
Grand Total
42
$ 19,000
$ 41,000
$ 15,000
$ 15,000
90,000
City Council Transportation & Infrastructure Committee
TRANSPORTATION & INFRASTRUCTURE COMMITTEE
Meeting Minutes
Februory28, 2017- 5:30 p.m. - Foster Conference Room, 6300 Building
Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn
Staff: Bruce Linton, Pat Brodin, Gail Labanara, Robin Ti
Bob Giberson, Steve Carstens, Laurel Humphrey
CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m.
I. PRESENTATIONS
II. BUSINESSAGENDA
There was consensus to consider unmanned aircraft
A.
a
David Cline, Peter Lau,
he first order of business.
Staff updated the Committee on a new Police Department policy related to Unmanned Aircraft
Systems (UAS) and a request pendingwith the Public Safety Committee to purchase equipment
for a UAS pilot program in the amount of $39,040. PD would like to pilot the use of UAS to
enhance search and rescue, reconstruct crime scenes, respond to incidents, improve
situational awareness and safety, and assess damage during disaster response. The PD policy
addresses definitions, procedures, restrictions, reporting, recording, and privacy.
Councilmember Quinn asked questions, relating to use by other jurisdictions and expressed
concern about; public notifications and the expense with regard to other departmental
priorities. Duffle ,requested a demonstration if the purchase is approved. Chair Kruller
expressed support with an expectation of vigilance about privacy and civil liberties. The item is
returning to the Public'afety Committee for further review. DISCUSSION ONLY.
Staff is seeking Council approval of contract completion and release of retainage to Road
Construction Northwest, lnc. in the amount of $6,260,795.43 for the Tukwila Urban Center
Transit Center /Andover Park West Street and Water Projects. This project constructed a new
on- street transit center and provided corridor reconstruction and water main replacement on
Andover Park West from Tukwila Parkway to Strander Boulevard. UNANIMOUS APPROVAL.
FORWARD TO MARCH 6, 2017 REGULAR CONSENT AGENDA.
C. Engineering Support Services Contract: 2017 Bridge Program
Staff is seeking Council approval of a contract with TranTech Engineering, LLC in the amount of
$90,000.00 for on -call engineering support services for the 2017 Bridge Program. TranTech was
selected due to their familiarity with the City's bridge program, and will provide services
43
Transportation & Infrastructure Committee Minutes ......................................................... ............................... February 28, 2017
relating to new Federal Highway Administration requirements, Bridge Replacement Advisory
Committee grant applications, and maintenance on the South 11V Street Pedestrian Bridge.
UNANIMOUS APPROVAL. FORWARD TO MARCH 6, 2017 REGULAR CONSENT AGENDA.
D. Supplemental Agreement: Baker Boulevard Non - Motorized Improvements
Staff is seeking Council approval of Supplemental Agreement No. 16 with KPFF Consulting
Engineers in the amount of $77,798.67 for engineering design services for the Baker Boulevard
Non - Motorized Improvement Project. KPFF designed the TUC Pedestrian /Bicycle Bridge
Project and construction is underway. $1 million in grant funding from King County will allow
the Cityto complete the originally planned bike lanes and road diet on Baker Boulevard as well
as sidewalk improvements on Christensen Road, which had been eliminated from the
Pedestrian Bridge Project due to lack of funding. This supplement will allow KPFF to
incorporate the new Baker Blvd improvements with the existing design. UNANIMOUS
APPROVAL. FORWARD TO MARCH 6, 2017 REGULAR CONSENTAGENDA.
III. SCATBd
IV. MISCELLANEOUS
The Transportation
..