HomeMy WebLinkAboutTIC 2017-07-25 Item 2B - Contract Supplement #17 - Baker Boulevard Non-Motorized Improvements with Icon MaterialsCity of Tukwila
Allan Ekberg, Mayor
INFORMATIONAL MEMORANDUM
TO: Transportation and Infrastructure Committee
FROM: Bob Giberson, Public Works Director
BY: Cyndy Knighton, Senior Program Manager
CC: Mayor Ekberg
DATE: July 21, 2017
SUBJECT: Baker Boulevard Non - Motorized Improvements
Project No. 91610409, Contract No. 07 -123
Supplemental Agreement No. 17
ISSUE
Approve Supplemental Agreement No. 17 with KPFF for construction management support and inspection
services for the Baker Boulevard Non - Motorized Improvement Project.
BACKGROUND
KPFF has completed the design of the TUC Pedestrian /Bicycle Bridge Project (Ped Bridge) and the Baker
Boulevard Non - Motorized Improvements Project (Baker). The Ped Bridge construction is well underway and
KPFF provides design support for that work. The Baker project bid opening was June 20, 2017 with Road
Construction Northwest (RCNW) as the low bidder. The contract was awarded to RCNW at the July 17, 2017
Regular Meeting. The Baker project must be completed within 80 working days and all impacts that would
result in lane closures must be completed prior to the November 17, 2017 holiday moratorium. This results
in the contractor needing to be able to start construction no later than July 28, 2017. Due to the compressed
timeline for construction, staff determined that a supplemental contract to KPFF for the construction
management support and inspection services was the best course of action.
DISCUSSION
City staff will be providing most of the day -to -day management and engineering support for the construction
management. KPFF will provide the inspection services and document control with limited engineering
support for construction management. KPFF will be on -call for any design support necessary as the
construction progresses. Supplemental Agreement No. 17 to KPFF's Contract 07 -123 was negotiated as
the most cost effective and expeditious way to have the construction management support and inspection
services on Baker Boulevard and incorporated with the design work already completed for the Green River
Trail and Christensen Road.
FINANCIAL IMPACT
KPFF's Supplemental Agreement No. 17 for the Baker Boulevard Non - Motorized construction management
support and inspection services is $119,680.98. There is $120,000 budgeted in the Baker Boulevard
Project for construction management.
RECOMMENDATION
Council is being asked to approve Supplemental Agreement No. 17 with KPFF for the Baker Boulevard
Non - Motorized Improvement Project in the amount of $119,680.98 for construction management services
and consider this item on the Consent Agenda at the August 7, 2017 Regular meeting.
Attachments: Page 15, 2017 CIP
KPFF Supplemental Agreement No. 17
wApw eng \projects\a- rw & rs projects \baker blvd non - motorized ( 91610409) \construction \construction management \information memo - kpff supp #17 cm 7- 21- 17.docx 5
CITY OF TUKWILA CAPITAL PROJECT SUMMARY
2017 to 2022
PROJECT: Baker Blvd Non - Motorized Improvements Project No. 91610409
Design and construct non - motorized improvements on Baker Blvd from Andover Park West to Christensen Rd,
DESCRIPTION: including bike lanes with a proposed road diet. Project will also construct previously designed non - motorized
improvement on Christensen Rd from Baker Blvd to the Green River trail.
JUSTIFICATION: Improve non - motorized connections between the Tukwila Transit Center and Tukwila Station.
STATUS: New project for the 2017 - 2022 CIP.
MAINT. IMPACT: Minimal impact, project includes new sidewalk trail and pavement markings.
COMMENT: Project is a component of the TUC/TOD Pedestrian Improvements. Grant funding by the King County Dept
of Natural Resources and Parks.
FINANCIAL Through Estimated
/in 5000'c1 2015 2016 2017 2018 2019 2020 2021 2022 BEYOND TOTAL
EXPENSES
T
— - --
S I 8, I • "4'
1
s iso s• � `4 .�4w s i
� 1
j�
Design
> 1
100
1
100
Land (R/W)
_
um..ea i I
1
0
Const. Mgmt.
120
I1
120
Construction
780
k
1
780
TOTAL EXPENSES
1 01
01
1,000
1 01
01
01
01
01
01
1,000
FUND SOURCES
Awarded Grant
0
King County
1,000
1,000
Mitigation Actual
0
Traffic Impact Fees
0
City Oper. Revenue
0
0
0
0
0
0
0
0
0
0
TOTAL SOURCES
1 0
0
1,000
1 0
0
0
0
0
0
1 1,000
Project Location
T
— - --
S I 8, I • "4'
1
s iso s• � `4 .�4w s i
� 1
j�
> 1
1
a � I
_
um..ea i I
1
$ s,sos /
I1
k
1
2017 - 2022 Capital Improvement Program 15
6
Baker Blvd Road Diet & Christensen Road Improvements
Construction Management and Support Services
Scope of Work
PROJECT DESCRIPTION & OBJECTIVES
KPFF is currently under contract with the City of Tukwila (City) for the Plans, Specifications,
and Cost Estimate (PS &E) Phase of the Tukwila Urban Center Pedestrian /Bicycle Bridge
project. This supplement provides additional services related to:
• Providing Construction Management Services and Construction Support services
for the Baker Boulevard Non- Motorized improvements Project, including ADA
upgrades at the intersection of Andover Park East and Baker Boulevard.
SCOPE OF WORK
The following is a scope of work for additional services in support of this project's Construction
Phase.
Task No. 1.0 Project Management and Administration
Task No. 1.10 - Project Management, Coordination, and Invoicing
Team members shall provide continuous internal project management and project team
coordination. Team members shall prepare monthly invoices for work completed.
KPFF shall compile the invoices into a single document to be submitted to the City.
Task No 2.0 Construction Management Services
Task No. 2.10 - Contract Administration
The items within this subsection are to be performed by City staff, with assistance of the
Consultant. The Consultant will provide guidance, data, and review on an as- needed
basis in coordination with City staff. The following items are anticipated to be
performed under the Contract Administration Task:
1. Liaison with the City, construction Contractor, Designer, appropriate agencies,
property owners, and utilities.
2. Provide the City with brief monthly construction progress reports, highlighting
progress and advising of issues which are likely to impact cost, schedule, or
quality /scope.
3. Schedule Review:
a. Review construction Contractor's schedules for compliance with Contract
Documents.
7
Page 2
b. Monitor the construction Contractor's conformance to schedule and require
revised schedules when needed. Advise City of schedule changes.
4. Progress Meetings. Lead regular (usually weekly) progress meetings with the
construction Contractor, including City pre- construction meeting. Prepare weekly
meeting agenda and meeting notes, and distribute copies to attendees. Track
outstanding issues on a weekly basis.
5. Manage Submittal Process. Track and review, or cause to be reviewed by other
appropriate party, work plans, shop drawings, samples, test reports, and other data
submitted by the construction Contractor, for general conformance to the Contract
Documents. Submittals will be forwarded initially to the City for review, and only
those unable to be approved by City staff will be forwarded to the Designer for
review.
6. Record of Materials. Provide Record of Materials indicating anticipated material
approvals, material compliance documentation, and materials testing requirements.
Maintain records of material compliance documentation received and advise of any
known deficiencies.
7. Prepare weekly statement of working days and distribute to the City and Contractor.
8. Manage RFI (Request for Information) process. Track and review /evaluate, or
cause to be reviewed /evaluated by other appropriate party, RFIs. Manage
responses to RFIs.
9. Change Management. Evaluate entitlement, and prepare scope, impact, and
independent estimate for change orders. Facilitate resolution of change orders.
10. Monthly Pay Requests. Review payment requests submitted by the construction
contractor. Review with City and construction contractor, and recommend approval,
as appropriate.
11. Evaluate construction Contractor's Schedule of Values for lump sum items. Review
the Contract Price allocations and verify that such allocations are made in
accordance with the requirements of the Contract Documents.
12. Assist the City in the investigation of malfunctions or failures during construction.
13. Record Drawings. Review not less than monthly, the construction Contractor's
redline set of contract plans. Maintain a CM Team set of conformed drawings
tracking plan changes, location of discovered anomalies and other items, as
encountered by the CM team. Use these markups to check the progress of the
Contractor - prepared Record Drawings.
14. Document Control. Establish and maintain document filing and tracking systems,
following City guidelines and meeting funding agency requirements. Collect,
organize, and prepare documentation on the Project.
a. One hard copy of files will be kept in the Project field office.
0
Page 3
b. Electronic documentation will be stored as provided by the City, otherwise on
Consultant's facilities.
15. Project Closeout. Support the City in preparation of Letters of Substantial (including
punch list), Physical, and Final Completion. Prepare final pay estimate for City
approval and processing.
16. Final Records. Compile and convey final Project records, transferring to the City for
archiving at final acceptance of the Project. Records will consist of hard copy
originals and electronic records on electronic storage medium.
Deliverables
• Monthly Construction Progress Reports
• Schedule Review Comments
• Meeting Agendas and Notes
• Submittal Log
• Record of Materials
• RFI Log
• Change Order(s)
• Progress Pay Requests
• Letters of Completion
• Final records — hard copy and electronic
Task No. 2.20 — Construction Phase Services — Field
KPFF will perform the following construction inspection services:
1. Observe the technical conduct of the construction, including providing day -to-
day contact with the construction Contractor, City, utilities, and other
stakeholders, and monitor for adherence to the Contract Documents. The
Consultant's personnel will act in accordance with Sections 1 -05.1 and 1 -05.2 of
the WSDOT /APWA Standard Specifications.
2. Observe material, workmanship, and construction areas for compliance with the
Contract Documents and applicable codes, and notify construction Contractor of
noncompliance. Advise the City of all non - conforming work observed during site
visits.
3. Prepare daily construction reports, recording the construction Contractor's
operations as actually observed by the Consultant; includes quantities of work
placed that day, Contractor's equipment and crews, and other pertinent
information.
4. Interpret Contract Documents, in coordination with Designer.
9
Page 4
5. Evaluate issues which may arise as to the quality and acceptability of material
furnished, work performed, and rate of progress of work performed by the
construction contractor.
6. Establish communications with adjacent property owners. Respond to
questions from property owners and the general public.
7. Prepare field records and documents to help assure the Project is administered
in accordance with funding agency requirements.
8. Attend and actively participate in regular on -site meetings.
9. Take periodic digital photographs during the course of construction.
Photographs to be labeled and organized for future reference.
10. Punch List. Upon substantial completion of work, coordinate with the City and
affected agencies, to prepare a `punch list' of items to be completed or
corrected. Coordinate final inspection with those agencies.
11. Testing. Coordinate materials and laboratory tests. Coordinate the work of the
Field Representative(s) and testing laboratories in the observation and testing of
materials used in the construction; document and evaluate results of testing;
and inform City and construction Contractor of deficiencies.
Deliverables
• Daily Construction Reports with Project photos — submitted on a weekly basis
• Punch List(s)
• Test reports
Task No 3.0 Construction Support Services:
Task No. 3.10 - Submittal Review
Consultant Team shall assist the City in review of materials and product information
provided by the Contractor for project construction that are not already preapproved by
the WSDOT Qualified Products List (QPL). Construction Project Manager will log and
track all submittals, coordinate with the City for in -house review, and forward all
submittals that cannot be reviewed and approved by City to the Consultant Design team
for review.
Effort related to this item is assumed to be a maximum of 30 items forwarded for
review.
10
Page 5
Task No. 3.20 - Requests for Information (RFI)
Consultant Team shall assist the City in review and response to Contractor Requests
for Information for design clarifications. Project Manager will log and track all RFIs,
coordinate with the City for response /clarification by City staff, and forward all
submittals that cannot be reviewed and approved by City to the Consultant Design team
for review. Effort related to this item is assumed to be a maximum of 15 items
forwarded for review.
Effort related to this item is assumed to be a maximum of 15 RFI items forwarded for
review, comment, and clarification.
Task No. 3.30 - Design Modifications and Plan Revisions (RFI)
Consultant Team shall prepare Plan revisions as a result of RFIs from unforeseen
conditions and utility conflicts.
Effort related to this item is assumed to be a maximum of 4 design modifications and
clarifications.
Deliverables
• Submittal review of 30 items
• 15 responses to Request for Information
• 4 Plan revisions as a result of RFI issues, unknown field conditions, or utility
conflicts.
Assumptions
II. Budget:
A. Staffing levels are anticipated in accordance with the attached budget estimate.
Consultant services are budgeted for fulltime inspection for 40 working days,
and part time (3 full -time days per week) for 40 working days, from August 2017
through November 2017. This is intended to span the contract construction
duration of 80 working days. Project closeout will be performed by the City with
Consultant staff providing support as needed for that effort. Overtime has not
been figured into the budget.
B. Consultant will work up to the limitations of the authorized budget. If additional
budget is needed to cover such instances as the following, City and Consultant
will negotiate a supplement to this Agreement:
1. The Contractor's schedule requires inspection coverage of extra crews
and shifts.
11
Page 6
2. The construction contract runs longer than the time period detailed
above.
3. Added scope tasks.
4. The work is anticipated to be performed during daytime hours. Should
night work be necessary, a 15 percent premium for labor will be applied
to all night shift hours worked by Consultant's employees.
C. The budget allocations shown on Exhibit E -1 are itemized to aid in Project
tracking purposes only. The budget may be transferred between tasks or
people, or between labor and expenses, provided the total contracted amount is
not exceeded without prior authorization.
D. The budget assumes that City's standard forms, logs, and processes will be
used.
III. Items and Services City will provide:
A. Meeting arrangements and facilities for all meetings. Decide which City staff
would attend various meetings, and request their presence. Consultant to
prepare and distribute meeting notes from preconstruction, and other meetings.
B. Office space:
1. City is not providing any office space.
2. All supplies and facilities are to be provided by the Consultant
C. Retain Engineer of Record for shop drawing review, RFIs, design changes, and
final record drawings.
D. Coordination with and enforcement of utility franchise agreements and /or
contracts and schedules for services related to this Project.
E. Verify that the required permits, bonds, and insurance have been obtained and
submitted by the construction Contractor. Obtain all permits not required to be
provided by construction contractor.
F. Construction Survey. Construction Contractor is responsible for Survey.
IV. Scope:
A. Consultant will provide observation services for the days /hours that its'
Inspector(s) personnel is /are on -site. The Inspector(s) will not be able to
observe or report construction activities, or collect documentation, during the
time they are not on -site.
B. The Consultant's monitoring of the construction Contractor's activities is to
ascertain whether or not they are performing the work in accordance with the
Contract Documents; in case of noncompliance, Consultant will reject non-
conforming work and pursue the other remedies in the interests of the City, as
detailed in the Contract Documents. The Consultant cannot guarantee the
12
Page 7
construction Contractor's performance, and it is understood.that Consultant shall
assume no responsibility for proper construction means, methods, techniques,
Project site safety, safety precautions or programs, or for the failure of any other
entity to perform its work in accordance with laws, contracts, regulations, or
City's expectations.
C. Definitions and Roles. The use of the term "inspect" in relation to Consultant
services is synonymous with "construction observation, and reference to the
"Inspector" role is synonymous with "Field Representative," and means:
performing on -site observations of the progress and quality of the Work and
determining, in general, if the Work is being performed in conformance with the
Contract Documents; and notifying the City if Work does not conform to the
Contract Documents or requires special inspection or testing. Where "Specialty
Inspector" or "specialty inspection" is used, it refers to inspection by a Building
Official or independent agent of the Building Official, or other licensed /certified
inspector who provides a certified inspection report in accordance with an
established standard.
D. Consultant shall have no responsibility for the discovery, presence, handling,
removal or disposal of toxic or hazardous materials, or for exposure of persons
to toxic or hazardous materials in any form at the Project site, including but not
limited to asbestos, asbestos products, polychlorinated biphenyl (PCB), or other
toxic substances. If the Consultant suspects the presence of hazardous
materials, they will notify the City immediately for resolution.
E. Review of Shop Drawings, samples, and other submittals will be for general
conformance with the design concept and general compliance with the
requirements of the contract for construction. Such review will not relieve the
Contractor from its responsibility for performance in accordance with the
contract for construction, nor is such review a guarantee that the work covered
by the shop drawings, samples and submittals is free of errors, inconsistencies
or omissions.
F. Any opinions of probable construction cost provided by the Consultant will be on
the basis of experience and professional judgment. However, since Consultant
has no control over competitive bidding or market conditions, the Consultant
cannot and does not warrant that bids or ultimate construction costs will not vary
from these opinions of probable construction costs.
G. Development of construction schedules and /or sequencing, and /or reviewing
and commenting on contractor's schedules, is for the purpose of estimating
number of days to complete a project, and for identifying potential schedule and
coordination challenges and determining compliance with the construction
contract. It is not a guarantee that a construction Contractor will complete the
Project in that sequence or timeline, as means and methods are the
responsibility of the construction Contractor.
13
Page 8
H. RCW 4.24.115 is applicable to Consultant's services provided under this
Agreement.
I. Services provided by the Consultant under this Agreement will be performed in
a manner consistent with that degree of care and skill ordinarily exercised by
members of the same profession currently practicing under similar
circumstances, in the same geographical area and time period.
J. City agrees that Consultant will not be held liable for the completeness,
correctness, readability, or compatibility of any electronic media submitted to
City, after an acceptance period of 30 days after delivery of the electronic files,
because data stored on electronic media can deteriorate undetected or can be
modified without Consultant's knowledge.
OPTIONAL SERVICES
All services not detailed above, are considered Optional Services, which, along with any
other Extra Work requested by the City, will be performed only when a mutually
negotiated Supplement to this Agreement is executed, specifying scope of services and
budget.
14
EXHIBIT E -1
KPFF Consulting Engineers
CONSULTANT FEE DETERMINATION
SUMMARY OF COST
Tukwila Urban Center Package #1: Baker & Christensen Improvements
Classification
Total Hours
X
Rate =
Cost
Principal
2.00
X
$65.00 =
$130.00
Project Manager
60.00
X
$60.00 =
$3,600.00
Project Engineer
62.00
X
$50.00 =
$3,100.00
Sr Const Manager
0.00
X
$55.00 =
$0.00
Const Manager
90.00
X
$40.00 =
$3,600.00
Senior Inspector
536.00
X
$37.00 =
$19,832.00
Field Inspector
0.00
X
$30.00 =
$0.00
CADD Technician
10.00
X
$36.00 =
$360.00
Coordinator / Admin
82.00
X
$29.00 =
$2,378.00
DSC Subtotal
$33,000.00
Overhead (OH) Cost
OH Rate x DSC of
137.52%
X
$33,000.00
$45,381.60
Fixed Fee (FF)
FF Rate x DSC of
30.00%
X
$33,000.00 =
$9,900.00
Reimbursables
Mileage (1800 Miles x $0.565 /mile) $1,017.00'
Reprographics ( ## Sheets x $X.xx/sheet)
Subcontract; (Sub Name & Task)
Materials Testing Agency; (Allowance) $20,000.00
Subtotal $21,017.00
Subconsultant Costs (See Exhibit G)
$10,382.38
GRAND TOTAL: $119,680.98
15
EXHIBIT G -1
KPG
CONSULTANT FEE DETERMINATION
SUMMARY OF COST
Tukwila Urban Center Package #1: Baker & Christensen Improvements
Classification
Senior E /LA
Project E/S
LA/Eng
Design Technician
Survey Crew
Office Admin.
Overhead (OH) Cost
OH Rate x DSC of
Fixed Fee (FF)
FF Rate x DSC of
Reimbursables
Mileage
Reprographics
Subcontract
(Blank)
Subtotal
Total Hours X Rate = Cost
20.00;
X
$56.97 =
$1,139.40;
30.00;
X
$44.59 =
$1,337.70:
30.00';
X
$40.38 =
$1,211.40
8.00
X
$26.44 =
$211.52
0.00
X
$47.12 =
$0.00
0.00
X
$31.25 =
$0.00
0.00
X
=
$0.00
0.00
X
=
$0.00
DSC Subtotal
$3,900.02
136.21% X
30.00% X
$3,900.02
$3,900.02
( ## Miles x $0.565 /mile)
( ## Sheets x $X.xx/sheet)
(Sub Name & Task)
(Allowance)
_ $5,312.35
$1,170.01
$0.00
Subconsultant Total: $10,382.38
16