Loading...
HomeMy WebLinkAbout18-056 - TranTech Engineering - 2018 Annual Bridge Inspections and Support Services on S 196th Street/200th Street Bridge?0, / 906 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 18-058(a) Council Approval 7/2/18 Agreement Number: 18-056 CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and TranTech Engineering, LLC That portion of Contract No. 18-056 TranTech Engineering, LLC is amended as follows: Section 4A: between the City of Tukwila and The "not to exceed" amount is increased to $59,950.00 per the attached Exhibit B1. All other provisions of the contract shall remain in full force and effect. Dated this 1 1day of -L/t-1) , 20 /E CITY OF TUKWILA CONTRACTOR TranTech -Engineering, LLC ) ,_.... _ .....„ Allan Ekberg, Mayor ATTEST/AUTHENTICATED Christy O'FthertyTMMC,City Cle Printed Name: Gf:)nt D Gri1tin APPROVED AS TO FORM City Attorney Page 1 of 1 SCOPE OF WORK TRANTECH Engineering 2018 Bridge Program Engineering Support Amendment No. 1 City of Tukwila, WA PROJECT DESCRIPTION The City of Tukwila has identified several tasks necessary for the advancement of their Citywide Bridge Program in 2018. These tasks include providing construction documents for west approach span repairs of the 196th/ 20011h Street Bridge, permit load rating services to manage the load posting of the 42'd Street truss bridge, and providing miscellaneous engineering support for other bridge program tasks as identified by the City. This Amendment No. 1 provides additional funds to complete the open-ended work as described in the original Scope of Work and as directed by the City. These funds also provide for projected additional work as detailed in the original contract and as required by the City. All work shall be in accordance with the original contract Scope of Work. SCHEDULE The contract schedule shall remain as detailed in the original contract. SCOPE OF WORK - TECHNICAL APPROACH The task items listed below will be performed by TRANTECH for the City in accordance with the original contract Scope of Work. Task 1 - 196thi 200'h Street Bridge Repair Construction Documents The 90% complete contract documents have been submitted to the City. Amendment No. 1 will provide additional funds to incorporate the final review comments to be provided by the City into the contract documents. A final 100% contract document submittal will be provided to the City as detailed in the original contract documents under Task 1 deliverables. Task 2 - 426 Street Load Rating Services Amendment 1 will provide additional funds to allow TranTech to finalize load rating analysis currently in progress and to continue providing load rating analysis for any additional trucks identified as requiring permit access to cross the load posted bridge as requested by the City. Task 2 deliverables will remain as detailed in the original contract. Task 4 - Miscellaneous Bridge Program Support Task 4 remains as detailed in the original contract document Scope of Work. Tukwila Bridge Program Engineering Support, Amendment No. 1 -- SCOPE OF WORK Page 1 TRANTECH ENGINEERING Feasibility Study EXHIBIT B1 - Budget f City of Tukwila 2018 Bridge Program Engineering Support, Amendment No. 1 Task Items TRANTECH Engineering LLC i Project QA/QC Senior Project Staff 1 Senior Senior Senior Senior Const. Assistant) Clerical i Total Manajer Engr. , Struc. Struc. Struc. . Coating Traffic 7 CAD- Civil Engr. Inspector!, Engr. Enter. l Engr. Engr. Engr. Engr. Task 1- 196th/ 200th Street Bridge Repair Construction Documents 14 8 8 8 8 1 2 16 2 t 4 60 Task 2 - 42nd Street Load Rating_Services 4 4 8 32 32 2 82 Task 4- Miscellaneous Bridge Program Support 8 2 2 1 2 2 2 J 18 Total Manhours Direct Labor Rates (DLR) Total Direct Salary Cost Direct Costs (Copy, Fedex, ...) Total 16 14 18 42 , 42 2 2 $ 57.50 $ 59.00 $ 58.00 $ 55.00 $ 39.00 $ 36.00 $ 50.00 $920 $826 k $1,044 $2,310 $1,638 $72 $100 Note — The sum of the above Profit and Overhead is equal to a combined multi li q p er of 2.7272 $ 37.00 0 2 0 6 160 $ 52.00 $ 56.00 ' $ 36.00 i $ 22.00 J $0 $112 Y $0 $132 $7,154 Profit at 30% of DLR 1 $2,146 Overhead at 1.4272 times DLR 1 $10,210 Total Labor Cost T $19,510 $500 $20,010 Page 1 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 18-056 Council Approval N/A CONSULTANT AGREEMENT FOR BRIDGE PROGRAM ENGINEERING SUPPORT SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and TranTech Engineering, LLC, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Proiect Designation. The Consultant is retained by the City to perform engineering services in connection with the project titled Bridge Program Engineering Support. 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. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending April 30, 2019, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon 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 no later than April 30, 2019 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 $39,950.00 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 as 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 the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. � sfd ok 02 a416,N1-43 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: 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. CA revised : 1-2013 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 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, 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 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; Attornev'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. CA revised : 1-2013 Page 4 17. 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: TranTech Engineering, LLC 12011 NE lst Street, Suite 305 Bellevue, WA 98005 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 1 day of APri , 20 18 . CITY OF TUKWILA CONSULTANT By: Mayor, Ilan Ekberg Attest/Authenticated: City Clerk, C risty O Flaherty Printed Name: Grant D. Griffin Title: Senior Engineer Approved as to Form: 0 ice of the CityAe Y CA revised : 1-2013 Page 5 SCOPE OF WORK TRANTECH Engineering 2018 Bridge Program Engineering Support City of Tukwila, WA PROJECT DESCRIPTION The City of Tukwila has identified several tasks necessary for the advancement of their Citywide Bridge Program in 2018. These tasks include providing construction documents for west approach span repairs of the 196th/ 200th Street Bridge, permit load rating services to manage the load posting of the 42nd Street truss bridge, and providing miscellaneous engineering support for other bridge program 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. SCHEDULE The contract shall remain in effect for 12 months; however, tasks will be completed per the schedule listed under each specific task especially where specific deadlines control. The management budget is allocated accordingly. Throughout the conduct of these activities, there will be a close coordination between TRANTECH Engineering, LLC (TRANTECH) and the City of Tukwila (City). TRANTECH will manage the activities to ensure timeliness of required submittals. SCOPE OF WORK — TECHNICAL APPROACH The task items listed below will be performed by TRANTECH for the City. Task 1-190/ 200th Street Bridge Repair Construction Documents TranTech Engineering, LLC (TranTech) shall provide construction documents for the repair of the west bridge approach which requires the following work: 1. Arresting the settlement of the west approach slab by installing new steel ledge beam approach slab seats. 2. Installation of unit block walls to close access to the void behind the abutment pier wall on the north and south ends of the west abutment. 3. Partially fill the void to the current level of the existing scaffolding. Tukwila Bridge Program Engineering Support -- SCOPE OF WORK Page 1 TRANTECH ENGINEERING The construction documents for the above -mentioned repairs will be submitted to the City by 4/30/18. Deliverables: • 2 hardcopy sets of 11x17 construction plans • 2 hardcopy sets of construction specifications • Engineer's opinion of cost • Electronic PDF copies of all deliverable files provided on compact disk. Task 2 — 42"d Street Load Rating Services TranTech will provide load rating analysis for all trucks requiring permit access to cross the load posted bridge as requested by the City. The City has contacted two primary truck dispatchers in BNSF and Baker Commodities that utilize this bridge for their truck route to provide their specific truck information to be used for load rating purposes. Deliverables • Structural Memo to supplement the current load rating report that identifies the rating factors associated with the specific permit truck information. • Electronic PDF copies of all reports generated provided on compact disk. Task 4 — Miscellaneous Bridge Program Support TRANTECH shall provide miscellaneous engineering support under the direction of the City of Tukwila's Project Manager. Anticipated work will include tasks associated with continued support for the ongoing repairs to the 119th Street Pedestrian Bridge, inventory record creation for the Tukwila Urban Center Pedestrian and Bicycle Bridge, Tukwila Bridge Program tasks as identified by the City, and other projects as needed. Tukwila Bridge Program Engineering Support -- SCOPE OF WORK Page 2 TRANTECH ENGINEERING Feasibility Study EXHIBIT B - Budget City of Tukwila 2018 Bridge Program Engineering Support �TRANTECH IIII1Engineering LLC Project QAIQC Senior Project Staff Senior Senior Senior Senior Const Assistant Clerical Total Task Items Manager Engr. Struc. Struc. Struc. Coating Traffic CAD Civil Engr. Inspector Engr. Engr. Engr. Engr. Engr. Engr. Task 1- 196th/ 200th Street Bridge Repair Construction Documents 16 8 40 32 40 4 40 4 4 188 Task 2 - 42nd Street Load Rating Services 4 4 24 24 2 58 Task 4- Miscellaneous Bridge Program Support 40 4 4 4 4 4 4 4 4 4 4 4 84 Total Manhours 60 16 44 60 68 4 8 44 4 8 4 10 330 Direct Labor Rates (DLR) $ 57.50 $ 59.00 $ 58.00 $ 55.00 $ 39.00 $ 36.00 $ 50.00 $ 37.00 $ 52.00 $ 56.00 $ 36.00 $ 22.00 Total Direct Salary Cost $3,450 $944 $2,552 $3,300 $2,652 $144 $400 $208 $448 $144 $220 $14,482 Profit at 30% of DLR $4,339 Overhead at 1.4272 times DLR $20,640 Total Labor Cost $39,441 Direct Costs (Copy, Fedex, ...) $500 Total Note — The sum of the above Profit and Ovefiead is equal to a combined multiplier of 2.7272 Page 1 $39,941 SAY $39,950