Loading...
HomeMy WebLinkAbout20-089 - TranTech Engineering, LLC - Engineering Support Services: Bridge Emergency Vehicles Load Rating UpdatesCity of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 20-089 Council Approval N/A PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional 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. Project Designation. The Consultant is retained by the City to perform Engineering Support services in connection with the project titled Bridge Emergency Vehicles (EV) Load Rating Updates. 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 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 $9,913.00 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. 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. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance CA revised May 2020 Page 2 policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. 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. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. 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 Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. 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. G. 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 May 2020 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. Contractor, 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, the presence of any disability, or any other protected class status under state or federal law, 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 May 2020 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 he sent to the following address: TranTech Engineering, LLC 365 —118Ave. SE, Suite 100 Bellevue, WA 98005 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 modi-fication of tins Agreement shall be of any 'fbree or effect unless it is in writing and signed by the parties. DATED this I dav c • CITY OF -fijK \\ILA 444te; 674-ewekadtee: 164 vt,ti CA revised : 1-2013 CONSU ,TANT By: <CA -77V Printed Name: Grant D. Griffin 20 Title: Principal Engineer Page 5 SCOPE OF WORK T&KANT|CCHEngimeering Bridge EV Load Rating Updates Exhibit A City of Tukwila, WA PROJECT DESC:RIPTION The City of Tukwila (CITY) has requested an engineering services Task Assignment from TranTech Engineering, LLC (TRANTbC0)to provide Emergency Vehicle (EV) Load Rating updates .for three CITY owned bridge as detailed below. TASK 1 — EV LOAD RATING UPDATES Three CITY owned bridges will have an EV Load Rating updates prepared under Task 1. The following is the bridge inventory identification information for the subject bridges: Structure Name Structure Number Structure ID LOIS T NEWTON TD&xNx03 08544400 S BAR/AIRPORT WAY TU&xY4s11 08001800 S BAR/BNRR TUKxNx12 08002500 The services in this task include utilization otthe existing load rating, as -built plans, and inventory inspection data to perform Load Factor Ratings (LER) per current WSDOT and F0W/\ guidelines. The rating activities will include ratings for EV's as required by the FBWA`s Memorandum on Emergency Vehicles (EV) per FHWA Memorandum dated November 3, 2016. A Quality Assurance I'rogram is an integral part ofeach load rating. It includes the following: • Competent and experienced personnel will perform all calculations. • The Ioad rating will be thoroughly reviewed and checked hy experienced personnel prior to submittal. � Any rating factor less than 1 .0 will receive additional scrutiny to ensure load restrictions are avoided if possible. Deliverables A signed hard copy of the load rating report for the subject bridge will be suhmitted to the CITY and the electronic bridge record in the Washington State Bridge Inventory will be updated to reflect the updated rating. The Load Rating Report will consist of: A Bridge Rating Summary Sheet listing the rating factors for each vehicle checked along with controlling points in the superstructure. The surnmary sheet shall be stamped and signed by a professional engineer licensed in the State of Washington. A brief report of any potential anomalies in the ratings and an explanation of the cause ofany rating factor less than 10, including site specific proposed load posting that will cause the least disruption to the traveling public. & hard copy o[computer output fi|eaused for rating, and any other calculations or speciat analysis required. & comp|ete set o[plans for the bridge iDhey exist. A [[) which contains the final versions o[all input and output files, and other calculations created in performing the load rating. All reports shall be bound in Accopress-type binders. Should load posting be found to be necessary, TranTech will work with the Cli'Y to identify a posting method that will niinirnize inconvenience to the traveling public. � TranTech will work .from the as -built plans and the most current inspection report to provide the most accurate condition for the load rating calculations. Field visits will be performed with the approval o[the CITY if questions cannot be resolved through consultation with ('ITY Bridge Inspectors or other CIIY personnel. ° Existing load rating analysis will be reviewed and utilized to the fullest extent possible. � Some existing load rating analysis may be of little or no use for the update process, in which case a complete re -rating will he required. • It is assumed that no substructure load rating will be performed. Should it be determined that this additional evaluation is necessary due to deterioration of the substructure elernents, the CITY will be contacted for approval ofthe additional work. Exhibit B City of Tukwila Bridge Load Rating Updates for Emergency Vehicles Task 1 - Cost Computations Senior Project Senior Staff 0 Struc Eng. Manager Struc. Engr. Struc. Engr. 2 Em QA/QC Lois T Newton (3 span prestressed concrete girders, crossbeam) 2 2 2 6 S BAR Over Airport Way (5 span reinforced concrete girder, crossbeam, new DL from retrofit) 2 2 4 8 S BAR Over BNRR (5 span reinforced concrete & steel girders, crossbeams, new widening & rehab) 2 2 8 24 Total Staff Hours Direct Rates (DR) Total Direct Salary Cost (DSC) OH at 148.87% of DSC Fee at 30% of DSC Total Labor Cost Direct Costs Reproduction, FedEx, Per Diem Total Task 6 6 14 38 $65.00 $62.50 $65.00 $40.00 $z $390.00 $375.00 $910.00 $1,520.00 $1