Loading...
HomeMy WebLinkAbout20-030 - TranTech Engineering, LLC - 42nd Ave S Bridge SupportCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR ENGINEERING SERVICES 20-030 Council Approval 3/2/20 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. Project Designation. The Consultant is retained by the City to perform Engineering Support services in connection with the project identified on Exhibit "A". 2. Scope of Services. The Consultant agrees to perform the services, identified in 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 December 31, 2020, 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 December 31, 2020 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 $ 39,884.00 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. 14-611 w t.T.KoAs 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; 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. 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 365 — 18 Ave. SE, Suite 100 Bellevue, WA 98005 18. Entire Aareement; 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 shalt be of any force or effect unless it is in writing and signed by the parties. DATED this Z.-3‘ day of kAi‘kc CAA- , 0 CITY OF TUKWILA .erg Va/319 Attest/Authenticated: City Clerk, hristy O'F aherty CONSULTANT By: Printed Name: Grant D. Griffin Title: Principal Engineer Approved as to Form: Office of the City Attorney CA revised : 1-2013 Page 5 SCOPE OF WORK TRANTECH Engineering 2020 Bridge Program Engineering Support Exhibit A City of Tukwila, WA PROJECT DESCRIPTION The City of Tukwila (CITY) has requested an on -call engineering services contract from TranTech Engineering, LLC (TranTech) to provide ongoing bridge program support for 2020. These tasks include continued permit load rating services to manage the load posting of the 42nd Ave Truss and providing miscellaneous engineering support for other bridge program tasks as identified by the City. SCHEDULE The Agreement shall remain in effect through December 31, 2020. However, all tasks will be completed per the time requirements and submittal schedules of the individual tasks as agreed to with the City. SCOPE OF WORK — TECHNICAL APPROACH 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. Task 1 — 42" 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 2 — 42" Avenue Bridge in -Depth Inspection and Analysis. Task 2.1 In-depth Inspection TranTech will provide a special access in-depth inspection of the 42'd Avenue Truss as detailed in Exhibit C. This condition assessment will be coordinated using existing structural analysis previously performed by TranTech to determine targeted condition information to be gathered to ensure a thorough evaluation of the existing structure. 2020 Tukwila Bridge Program Engineering Support -- SCOPE OF WORK Page 1 TRANTECH ENGINEERING The resulting condition information will be utilized in Task 2.2 to evaluate the current structural health of the bridge and its ability to continue to safely serve as a replacement project is developed and funding is secured. Task 2.2 Bridge Assessment Report The in-depth condition assessment will be utilized for bridge assessment activities which will result with a report listed below as the Task 2 deliverable. TranTech will explore the carefully measured condition information for coming up with opinion on the structural integrity of the existing structure. Load rating or other industry -approved analysis of specific components of the bridge may be used for support of any structural integrity opinions that are provided. The report will be preceded by an executive summary suitable for use by the Tukwila City Council in their decision -making process. Deliverables for Task 2 — 42nd Ave Truss Bridge Health Study • An electronic copy of the 42nd Ave Truss Bridge Assessment Report • Two Paper copies of the 42nd Ave Truss Bridge Assessment Report 2020 Tukwila Bridge Program Engineering Support -- SCOPE OF WORK Page 2 TRANTECH ENGINEERING 17111114r;!1,0 40)Nli Exhibit B Engineering LLC Exhibit B - Consultant Cost Computation City of Tukwila 2020 On -Call Bridge Engineering Services SUMMARY Total Cost Task 1 - Funding Application Support $ 10,100 Task 2 - Indepth lnspecion and Structural Analysis $ 20,784 TOTAL $ 30,884 Direct Costs (travel, production, Fedex, etc) 1,000 TranTech Total Budget $ 31,884 Assumed UBIT Cost - Contracted and Paid for by Tukwila 8,000 TOTAL BUDGET $ 39,884 parSginge, 04 Exhibit B - Consultant Cost Computation City of Tukwila 2020 On -Call Bridge Engineering Services ineering LLC Principal Engr. PM Senior Project Staff Office Admin 2 Totals QA/QC Structural Structural Structural Engineer Engineer Engineer Engineer 2 Task 1 • 42nd Avenue Load Rating Services 4 8 8 15 30 2 2 69 Total Staff Hours 4 8 8 15 30 2 2 69 Direct Hourly Rate $71.50 $65.00 $65.00 $62.00 $40.00 $46.35 $25.00 Total Direct Salary Cost $286 $520 $520 $930 $1,200 $93 $50 $3,599 Total Direct Labor Cost $3,599 OH at 148.97 of Direct Labor $5,361 Profit at 30% of Direct Labor $1,141 Total (Labor) $10,100 Exhibit B - Consultant Cost Computation City of Tukwila 2020 On -Call Bridge Engineering Services aaaaagi.alaaka Engineering LLC Principal Engr. PM Senior Project Staff Office Admin 2 Totals QA/QC Structural Structural Structural Engineer Engineer Engineer Engineer 2 Task 2 42nd Ave In-depth Inspeciton and Structural Analysis 6 8 6 10 20 2 4 56 Total Staff Hours 6 8 6 10 20 2 4 56 Direct Hourly Rate $71.50 $65.00 $65.00 $62.00 $40.00 $46.35 $25.00 Total Direct Salary Cost $429 $520 $390 $620 $800 $93 $100 $2,951.70 Direct Costs In-depth Inspecion (Exhibit C) Total Direct Labor Cost $2,951.70 OH at 148.97 of Direct Labor $4,397.15 Profit at 30% of Direct Labor $935.69 Subtotal (Labor) $8,284.54 $12,499 Total: $20,784 2840Crites St SW Suite1O4 TumwebarVVA 98512 360.214.6759 Structural Solutions Grant Griffin TranTechEngineehn8 2646RVVJohnson Blvd SW, 6uite#11Z Olympia, VVA98G12 Re: City ofTukwila: 42'mAve South Bridge Inspection Dear Mr. Griffin, Fickett Structural Solutions (Fickett) is pleased to provide you with this proposal for bridge inspection services. The City ofTukwila has one structure, 42"«Ave South Bridge, (O81O97OO),onwhich you would like ustuperform anIn-Depth structural inspection, VVeunderstand that there are concerns with several structural elements that exhibit fairly significant structural defects, including deck cracking; significant pack rust accumulation between built-up members within the truss elements; high load impact damage to the truss portals and sway bracing; poor bearing conditions; and cracking in the concrete abutments. Our inspection work will include an in-depth visual inspection of each structural element and be supplemented with physical tap testing for loose fasteners; ultrasonic D meter and digital caliper measurements toascertain section loss and remaining section ofstructural members; and magnetic particle or dye penetrant testing at all locations with suspected cracking. We will provide you enough detail to make a comprehensive assessment of the current condition of each structural element type and of the structure overall. We propose the following to accomplish this work: ° Perform In -Depth field inspection in accordance with the most current Washington State Department of Transportation (WSDOT) Bridge Inspection Manual and the National Bridge Inspections Standards (NB|6). * Update all inspection observations, reporting, maintenance recommendations, and photographs into the WSDOT BridgeWorks database via the In -Depth Inspection type. • Provide you with asigned hard copy ufthe report, complete with photos. * Provide you with a hard copy summary letter of our findings to supplement your executive summary ofstructural assessment. The inspection will be conducted under the direct supervision of Professional Engineer, registered in the State of Washington, with WSDOT Certified Bridge Inspection Team Leader status. After discussing with you several access methods for this inspection, we have determined that using a UBIT will be the most efficient means of access. This scope and estimate of costs does not include UBIT services. Procurement and costs associated with UBIT services will be covered by the City of Tukwila. Access to the truss members above the deck will be best accessed by a versatile articulating boom lift. Fickett structural solutions will procure a lift, and this scope and estimate of costs includes costs associated with its procurement. The City of Tukwila shall provide all necessary traffic control at the bridge site. ��� "L", N �U 11, tj t", WAD|5ON.VV| ` K4|LWAUKB.VV| ` K8|NNEAPOL|3'k4W~OLYMP|4.VVA StructuralSolutions The City shall be responsible for attaining any permission necessary to access the bridge site. It is the Cityaresponsibility tonotify usprior towork beginning ifvvedunot have permission toaccess the bridge site, We propose to complete this work at our hourly rates up to a maximum fee of $12,499. Ficket Structural Solutions will provide additional bridge services on an on -call basis. Modifications or additions may require amodification tothe proposed maximum fee. Please find attached a fee estimate for your review. Should you have any questions regarding this proposal, please do not hesitate to call. Thank you for this opportunity to be of assistance to you and I look forward toasuccessful project working with you. Sincerely, Fickett St Solutions, Inc. � / An6�Packard, P.E. Engineering Manager — NW Region MAD|SON'VVi ` W|LVVAUKEE.VV| ^ M|NNEAPOL|S.KXN ` OLYK8P(A'VVA Structural Solutions Cost Estimate City ufTukwila: 42" Ave South Bridge Inspection overhead Rate 160.45% O3/D2/2O2O " N Mgt SeniorProjectStaff«�*uvVpsvnnmn ����w, Engineer Engineer«umin Total(s) 2.0 2.0 Project management and Coordination 4.0 Review and Printout Previous Records 2.0 2.0 4.0 Travel (2dayn) 8.0 6.0 12.0 Inspection 16.0 18.0 32.0 Prepare Reports 16.0 16.0 Letter Summary 1.0 2.0 3.0 C>A/OCRoporto 2.0 2.0 Administration 1.5 1.5 Direct Labor Hours Direct Labor Costs (DLC) Fixed Fee based on0.3ofOLC Overhead Costs based on1.6045ofDLC(OH) Labor Costs 20.00 44.00 0.00 1.50 74.50 s1`885.00 $1.902-50 *0.00 $58.41 $3.846 $565.50 s570.77 *U.OD *17.52 $1,154 s3.024.48 $3.852.66 $0.00 *93.72 $6.171 $5.474.98 $5.525.99 *0.00 $169.65 $11.171 Total Direct Labor Costs $11, Boom Lift $600 x 2 Days $1.200 Mileage *0.58 x 2208 _ Miles $128 ota|indirect Costs Id, T H � Y ����°��m� ������ K8AD|3DN.VV| ` K�|LVYAUKEE.VV| ~ K�|NNEAPOL|S. MN ^ OLYk4P|A'NA