Loading...
HomeMy WebLinkAboutSpecial 2023-05-22 Item 2C - Contract - Foster Point 56th Avenue South Bridge Repair with Statewide Parking Lot Services for $47,755ITEM INFORMATION STAFF SPONSOR: ADAM COX ORIGINAL AGENDA DATE: 05/22/23 AGENDA ITEM TITLE Foster Point Bridge – Bridge Rail Repair/Replacement New Contract Award CATEGORY Discussion Motion Resolution Ordinance Bid Award Public Hearing Other Mtg Date Mtg Date 05/22/23 Mtg Date Mtg Date Mtg Date Mtg Date Mtg Date SPONSOR Council Mayor HR DCD Finance Fire TS P&R Police PW Court SPONSOR’S SUMMARY A tree located at the northeast side of the Foster Point Bridge broke, resulting in the top of the tree falling across the structure damaging both the east and west bridge rail. Statewide Parking Lot services has teamed up with Ron and Leo’s Welding and provided an estimated cost of $47,755.00 to perform the bridge rail repair. Project costs are within the 2023 Annual Bridge Inspection and Repair budget. Council is being asked to approve the contract with Statewide Parking Lot Services in the amount of $47,755.00. REVIEWED BY Trans&Infrastructure CommunitySvs/Safety Finance Comm. Planning/Economic Dev. LTAC Arts Comm. Parks Comm. Planning Comm. DATE: 05/15/23 COMMITTEE CHAIR: TOSH SHARP RECOMMENDATIONS: SPONSOR/ADMIN. Public Works Department COMMITTEE Unanimous Approval; Forward to Regular Consent Agenda COST IMPACT / FUND SOURCE EXPENDITURE REQUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED $47,755.00 $200,000.00 $0.00 Fund Source: Comments: MTG. DATE RECORD OF COUNCIL ACTION 05/22/23 MTG. DATE ATTACHMENTS 05/22/23 Informational Memorandum dated 05/12/23 2023 Annual Bridge Inspection/Repair CIP Statewide Parking Lot Services Contract_Unsigned with Exhibit B Damage Photos Minutes from Transportation and Infrastructure Committee meeting of 05/15/23 COUNCIL AGENDA SYNOPSIS ----------------------------------Initials --------------------------------- ITEM NO. Meeting Date Prepared by Mayor’s review Council review 05/22/23 JR Spec 2.C. 229 230 https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2023 Agenda Items/TIC 05 -15-23/2. Foster 56th Ave S Bridge Rail Repair/Info Memo_Foster Point Bridge Rail Repair_2023 05 12.docx INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/City Engineer BY: Adam Cox, Transportation Project Manager CC: Mayor Ekberg DATE: May 12, 2023 SUBJECT: Foster Point Bridge – Bridge Rail Repair/Replacement Project No. 70010402, New Contract Award ISSUE Approve the attached scope of work and cost to repair the Foster 56th Ave S Bridge (TUKxNx06) bridge rail. BACKGROUND On January 9th, 2023, the City experienced a wind storm that knocked over a number of trees throughout the City. A tree located at the northeast side of the Foster Point Bridge broke, resulting in the top of the tree falling across the structure damaging both the east and west bridge rail. It was quickly determined that the tree did not cause any structural damage and the bridge rail performed as designed which allowed Fire and the Public Works Streets Department to remove the downed tree and debris. DISCUSSION Council is being asked to accept the attached scope of work (SOW) and cost estimate to replace the compromised sections of the bridge rail. FISCAL IMPACT Statewide Parking Lot services has teamed up with Ron and Leo’s Welding and provided an estimated cost of $47,755.00 to perform the bridge rail repair. Since the cost of the work is only an estimate, staff recommend including a budget contingency approved in case of minor overruns. The project costs are within the 2023 Annual Bridge Inspection and Repair budget. 2023 Bridge Inspection/Repair Proposed Contract 2023 Repair Budget Foster 56th Ave S Bridge $ 47,755.00 Contingency (20%) 9,551.00 Totals $57,306.00 $200,000.00 RECOMMENDATION Council is being asked to approve the contract with Statewide Parking Lot Services in the amount of $47,755.00 (plus contingency) and consider this item on the Consent Agenda at the May 22, 2023 Special Meeting. Attachment: 2023 Annual Bridge Inspection/Repair CIP Statewide Parking Lot Services Contract_Unsigned Exhibit B – Estimate from Statewide Parking Lot Services Damage Photos 231 232 233 234 CA Revised May 2020 Page 1 of 4 City of Tukwila Contract Number: 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter optional municipal code city hereinafter referred to as “the City,” and Statewide Parking Lot Services, Inc., hereinafter referred to as “the Contractor,” whose principal office is located at 33920 211th Pl Se Auburn, WA 98092. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit B attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $47,755.00 . 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing May 23, 2023, and ending December 31, 2023, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor 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 Contractor nor any employee of Contractor 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 contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. 235 CA Revised May 2020 Page 2 of 4 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 Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor’s liability hereunder shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor'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. 7. Insurance. The Contractor 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 Contractor, their agents, representatives, employees or subcontractors. Contractor’s maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor 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 Scope of Insurance. Contractor 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 and $2,000,000 products-completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 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 Contractor’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 Contractor’s insurance and shall not contribute 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. 236 CA Revised May 2020 Page 3 of 4 E. Verification of Coverage. Contractor 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 Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors’ coverage. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor 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 Contractor 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 Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City’s intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor’s insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 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, 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 and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor 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. 237 CA Revised May 2020 Page 4 of 4 14. 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. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Applicable Law; Venue; Attorney’s Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. 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. DATED this ________day of ________________________, 20 ____. ** City signatures to be obtained by City Clerk’s Staff ONLY. ** CITY OF TUKWILA Allan Ekberg, Mayor ATTEST/AUTHENTICATED: Christy O’Flaherty, City Clerk APPROVED AS TO FORM: Office of the City Attorney ** Contractor signature to be obtained by sponsor staff. ** CONTRACTOR: By: Printed Name: Title: Address: 238 Estimate Date 5/3/2023 Estimate # 4094 Name / Address BRIDGE AT FOSTER GOLF COURSE ADAM COX 206-427-6662 13479 56TH AVE S TUKWILA, WA P.O. No.Estimator CJ PLEASE CONTACT US TO APPROVE THIS JOB!Total 33920 211TH PL SE AUBURN, WA 98092 (253) 630-1956 STATEWIDE PARKING LOT SERVICES, INC. OFFICE@STATEWIDEPARKINGLOTS.COM DescriptionQty Rate Total BRIDGE AT FOSTER GOLF COURSE 13479 56TH AVE S TUKWILA, WA MOB/FUEL2 1,200.00 2,400.00 228 LN FT GRIND, CUT AND REMOVE DAMAGED BRIDGE RAILS ON BOTH SIDES OF THE BRIDGE 4,500.00 4,500.00 HAULAWAY AND DUMP FEES FOR BROKEN SCRAP 1,200.00 1,200.00 MATERIALS AND ON-SITE FABRICATION 27,755.00 27,755.00 GRIND AND CLEAN EACH UPRIGHT POST SURFACE FOR WELDING 3-4"x3" GALVANIZED TUBING x 36 LN FT 3-4"x3" GALVANIZED TUBING x 40 LN FT 16 HOURS ON-SITE WELDING ZINC COATED POWDER COAT BRIDGE RAILS OFF-WHITE TO MATCH EXISTING COLOR 3,500.00 3,500.00 HOURS FORKLIFT RENTAL16 150.00 2,400.00 ON-SITE PAINT TOUCH UP AFTER FABRICATION IS DONE 500.00 500.00 TOTAL HOURS FLAGGING INCLUDING SIGNAGE RENTAL (2 DAYS, 2 FLAGGERS AND SIGNAGE) 32 125.00 4,000.00 SIGNAGE RENTALS FOR STAGING THE ROAD 1,500.00 1,500.00 NO PERMITS INCLUDED SALES TAX HAS NOT BEEN ADDED TO THIS ESTIMATE 0.00 0.00 PLEASE VISIT OUR WEBSITE FOR PICTURES OF COMPLETED JOBS, WWW.STATEWIDEPARKINGLOTS.COM 0.00 0.00 0.00 0.00 $47,755.00 Exhibit B 239 240 https://tukwilawa.sharepoint.com/sites/publicworks/engineering/PW Drop Box/01 TIC Agenda/2023 Agenda Items/TIC 05 -15-23/2. Foster 56th Ave S Bridge Rail Repair/Foster Point_Photos_Damage.docx 241 242 243 244 City of Tukwila City Council Transportation & Infrastructure Services Committee Meeting Minutes May 15, 2023 5:30 p.m. – Hybrid Meeting; Duwamish Conference Room & MS Teams Councilmembers Present: Tosh Sharp, Chair; Kate Kruller Staff Present: David Cline, Hari Ponnekanti, Griffin Lerner, Laurel Humphrey Adam Cox, Josh Hartley, Seong Kim, Adib Altallal Chair Sharp called the meeting to order at 5:30 p.m. I.BUSINESS AGENDA A.Construction Award: S. 152nd St Watermain Replacement & Extension Project Staff is seeking Council approval to award a bid to HCON Incorporated in the amount of $1,389,800.88 for construction of the project. Committee Recommendation Unanimous approval. Forward to May 22, 2023 Special Consent Agenda. B.Foster Point Bridge Rail Repair/Replacement Staff is seeking Council approval of a scope of work and cost to repair the Foster 56th Ave S. Bridge rail which was damaged in the 1/9/23 wind storm. Committee Recommendation Unanimous approval. Forward to May 22, 2023 Special Consent Agenda. C.42nd Avenue South Bridge Replacement Project Staff briefed the Committee on the status of the bridge replacement, which is currently at 60% design and expected to go to bid in Q1 2025. Committee Recommendation Discussion only. Forward to May 22, 2023 Committee of the Whole. Miscellaneous Councilmember Kruller noted concerns with vehicle speeding at S. 144th St. and Macadam Ave S. The meeting adjourned at 6:19 p.m. TS Committee Chair Approval Minutes by LH 245