Loading...
HomeMy WebLinkAboutReg 2017-08-07 Item 3C - Contract Supplement #17 - Baker Boulevard Non-Motorized Improvements Construction Management with KPFF for $119,680.98IuNcm A GENDA S YNopsin ------ ------------------------ initialf --------------------------------- ITEXINO. Afeeliq 1?ale L2parrd �Z Allajor's review C"oundl review 08/07/17 BIGM 3.C. ITEM INFORMATION =1 R: — �n\FFSPONSO008 GI IORKANAi', A(&'Nim 08/07/17 A(I""NDA FrrAm Tritr" Baker Boulevard Non -Motorized Improvements Supplemental Agreement No. 17 with KPFF for Construction Management CATEGiORY E] Dis6vssion Z Alotion El:l &,soiulion El Ordinance E] Bid,,,fivard [] Public ffeafiq [:] 01ber Alg Date At(g Deve 08107117 1 A1(" Date Alg Date A4(g Date Alg Dale Afg Dale SPONSOR E] ("Ouncil E] Nt4iYor E] HR Ej DC'1) [:] ]"hiance E]f'"ire [] IT ] 1 -V' -R E] Police Z PIF" SI)ONSOR'S Contract No. 07-123 with KPFF Consulting Engineers provided design for the TUC S I ; MM A R Y Pedestrian/ Bicycle Bridge and the Baker Blvd Non -Motorized Improvements. KPFFS Supplement No. 17 will include construction management and inspection services for the Baker Blvd Non -Motorized Improvements. The bid was awarded to Road Construction NIW on July 17, 2017. Council is being asked to approve KP,FFs Supplement No. 17 to Contract No. 07-123 in the amount of $119,680.98. iiy r-1 cow, mtg. CA&P Cnite E] F&S Cnite Z Transportatic)n C'Mte El Utilities Crnte Arts Comm. [] Parks Cornin, E] Planning Conini. DATE: 07'/25/17 COMMIT111'.1," IAIR: KATE KIRLILLER RECOMMENDATIONS: S1)()N1,,()it/Ai)N9fN, Public Works Department (A)MM11-14"F" Unanimous Approval; Forward to Consent Agenda COST IMPACT/ FUND SOURCE AMOUNT BUDGETED APPROPRIATION REQUIRED $119,680.98 $120,000.00 $0.00 FundSource: 104 ARTERIAL STREET FUND (PAGE 15, 2017 CIP) Comments: MTG.DATE RECORD OF COUNCIL ACTION 08/07'/17 MTG.DATE ATTACHMENTS 08/07'/17 Informational Memorandum dated 07/21/17 Page 15, 2017 CIP KPFF Supplemental Agreement No. 17 to Contract No. 07-123 Minutes from the'Transportation & Infrastructure Committee meeting of 07/25/17 2 M,jFof Tukwila ..... . ...... ----------- Allan Ekberg, Mayor IVII TO:� Transportation and Infrastructure Co FROM: Bob Gibierson, Public Works Director BY Cyndy Knighton, Senior Program Manager CC:: Mayor Ekberg DATE: July 21, 2017 SUBJECT: Baker Boulevard Non -Motorized IMDrovements 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, 191miglim-1101 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 managemenit. 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 eff ect�ive 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 Trzilznd 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. 1:14914Y,V414 0 - OCTMITAM170797., Attachments: Page 15, 2017 CIP KPFF Supplemental Agreement No. 17 wApw eng1projectMa. rw & rs proedslbaker blvd non-mrAotjzed (91610409)k4onsiruclmoilc=5tyticlion managementWofmation memo - kpff supp 417 an 7-21-17,docx 3 El ,010 1 WAI WN-Wil!I kf_315;JM*3TZ4WMT7k X -MM 2017 to, 2022 PROJECT: Baker Blvd Non -Motorized Improvements Project No. 91611409 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. MAINT. IMPACT. Minimal impact, project inclludes new sidewalk trail and pavement markings. COMMENT: Project is a component of the TUCITOD Pedestrian Improvements, Grant funding by the King County Dept of Natural Resources and Parks. FINANCIAL Through Estimated! (in $000's) 2016 2016 2017 201'8 2019 2020 20'21 2022 BEYOND TOTAL EXPENSES Design 100 100 Land (RAN) 0 Const. Mgmt. 120 120 Construction 780 780 TOTAL EXPENSES 01 0 1,000 0. 01 01 O 01 0! 1,000 FUND SOURCES Awarded Grant 01 King County 1,000 1,000 Mitigation Actual 0 Traffic Impact Fees0 City Oper, Revenue 0 0 0 0 0 0 0 0 0 0 TOTAL SOURCES 0 0 1,0100 0 0 0 0 0 0 11000 2017 - 2022 Capital Impro vem,ent Program EM 0� A Supplemental Agreement Organization and Address KPFF Consulting Engineers Number 17 1601 1-i Nth Avenue, Suite 1600 Seattle, WA 98101 Original Agreement Number 07-123 (q) Phone: (206) 622-5822 Project Number Execution Date Completion Date 05-RWO3 I Decernber 31, 2017 Project Title New Maximum Amount Payable 'rukwfla Urban Center, lled/Bicycle Bridge P'SE $ 2,272,881.30 Description of Work Construction management and support services ft)r the Baker BOUIevard Road f)iet & Christensen Road Improvernews. The Local Agency of the City of Tukwila desires to supplement the agreement entered into with KPFF Consulting Engineers and executed on and identified as Agreement No. 07-123 All provisions in the basic agreement remain in effect except as expressly modified by this supplement, Section 1, SCOPE OF WORK, is hereby changed to read: See attached scope of work. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: Contract completion date renlain5 December 31, 20I This sup2lement increases the contract value by 1119,680.98, increasing the previousll authorized maxil-nUrn amount payable to $2,272,881,30, as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the appropriate spaces below and return to this office for final action. David K. McMullen, P.E. By: KPFF Principal/Pr2ject Manager By: City ol—Yukwila Consultant Signature DOT Form 140-063 EF Revised 912005 Approving Authority Signature N Baker Blvd Road Diet & Christensen Road Improvements Construction Management and Support Services E= �� KPFF is currently under contract with the City of Tukwila (City) for the Plans, Specifications, and Cost Estimate (P &E) Phase of the Tukwila Urban Center Pedestrian/Bicycle Bridge project, This supplement provides additional services related to: Providing Construction Management Services and Construction Support services for the Baker Boulevard Non -Motorized improvements Project, including ADA upgrades at the interseiction of Andover Park East and Baker Boulevard, wwrw �Ope #�'*&7='0a'#SV= ffr11Cez$ 11-1www1 IT is proje Phase. Task No. 1.0 Project Management and Administration 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. ZI I I ; I I �I 1: 111; 1111 1 � p 111!11111 11111111 11!! 111111; 11111!!! 11 � I I' III III I I 1!! 1111 1 211 -.1", .11 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 fo�llowing 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. 2Provide the City with brief monthly construction progress reports, highlighting progress and advising of issues which are likely to impact cost, sichedule, or quality/scope. 1 Schedule Review, a. Review construction Contractor's schedules for compliance with Contract Diociuments. M 9M 10. Monthly 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. Vom Hill b, Electronic doon 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 Compleoni Prepare final pay estimate for City approval and processing, 16. Final Records. Compile! and convey final Project records, tra�nsferring 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 Orde,r(s) • Progress Pay Requests Letters of Completion, Final records — hard copy and electronic 1 Observe the technical conduct of the construction, including providing day-to- day contact with the construction Contractor, City, utifities, and other stakehoWers, 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 applicaWe codes, and notify construction Contractor of noncompliance. Advise the City of all non-coniform,ing 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 itforit,?tiot, 111MITIT MIT ITITIVIKUNIF U= EM 5Evaluate 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 pubfic. 7Prepare field records a�nid documents to help assure the Project is administered in accordance with funding agency requirements. 8. Attend and actively partidpate in regular on-sit�e meetings, 9Take periodic digitai photographs during the course of construction. Photographs to be labeled and organized for future reference. 10. PunchUpon substaintial 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 agendes. 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. • Daily Construction Reports with Project photos — submitted on a weekly basis • Punch List(s) • Test reports Task No. 3. 10 - Submittal: Review Consultant Team shall assist the City in review w-_ 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 V.4NA24S-0, www vq C4 for review. Effort related to this item is assumed to be a maximium of 30 items forwarded fffill review. I It Page 5 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 Ibe a maximum of 15 RFI items, forwarded for review, comment, and clarification, li� 111111111; jimlil;Iiiiii 111:1;111 1111�1 !1l iii iiiii Jill 5illill to I � � ill 11 111111 -.11 AV A . 11111 13E��Z Consultant Team shall prepare Plain 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. * 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 11. Budget A. Staffing levels are anticipated in accordance with the attached budget est�imate. Consultant services are budigieted; 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 2017i 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. Thie Contra:ct�oir's schedule requires inspection coverage of extra crews and shifts, 12 ZMZ 2. The construction contract runs longer than the time period detailed above, amc, ,,� 4. The work is antic:ipated to be performed during daytime hours. Should night work be necessary, a 15 percent premium for labor will be applied to al 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. Di. The budget assumes that City's standard forms, logs, and processes will be used. Ill. 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. 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 coor. F. Construction Survey. Construction Contractor is responsible for Survey. L�= A. Consultant will provide observation services for the daysthours 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 13 MM M] 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, pector" 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" opepection" is used, it refers to inspection by a Building Oor independent agent of the BuMing Official, or other w, -w inspector who provides a certified inspection report in accordance with an established standard. Di. 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 s,ite, 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 immed'iately 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. H. RCW 4.24.115 is applicable to Consultant's services provided under this Agreement, 1. 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 310 days after delivery of the electronic files, because data stored on electronic media can deteriorate undetected or ran be modified without Consultant's knowledge. All services not detailed above, are considered Optional Services, which, along with any other Extra Work requeed by the City, will be performed only when a, mutually negotiated Supplement to this Agreement is executed, specifying scope of services and budget�, 15 17., EKAIBIT E-1 KPFF Consulting Engineers CONSULTANT �FEE DETERMINATION SUMMARY OF COST Classification dt,verhead (OH) Cost OH Rate x DSC Fixed Fee (FF) FF Rate x DSC of Reimbursables .r - ie rr qeieb�rrra 2 h1cs Sub6ibhtt6dt 2.00 X 60-00: X 62.00 X 0.00 x 90.00 x 536-00 X 0.00 x 10-00 x 82.OiO X DSC Subtotal $33,000.00 137.5�1� X $33,00000 $45,381.60 *00% X $33,000-00 I off 11 I 111 -GRAND TOTAL: $119,680�98� . . . .. .... . .. . ..... ........... ... . ... ... . ... . . ........... .......................................... — I 17 EXHIBIT G-1 �KPG CONSULTANT FEE DETERMINATION SUMMARY OF COST Tukwila Urban Center Package #1: Baker & Christensen Improvements Classification Total Hours X Rate Cost Senior E/LA p, X $56.97 Pro ect E/S X $44.59 LA/Eng X $40.38 Design Technician 81.00 X $26.44 $211.52 Survey Crew 0.00 X $47.1 = MOO Office Admin. 0,00 X $31.25 = $0.00 0.00 X $0.00 0.00 X $0.00 DSC Subtotal $3,900.02 Overhead (OH) Cost OH Rate x DSC oaf 136.21% X $3,900.02 $5,312.35 Fixed Fee (FF') FF Rate x DSC of 30.00% X $3,900.02 $1,170.01 R,eimbursables Mileage (## Miles x $0.55/mile) lie 2rographies (## Sheets x $Xxx/sheet) Subcontract (Sub Name & Task) (Blank) (Allowance), Subtotal $0.00 ISubconsultant Total: $110,382. iu.* City Council Transportation & Infrastructure Committee TRANSPORTATION & INFRASTRUCTURE COMMITTEE Meeting Minutes July 25, 2017 - 5:30 p. m. - Foster Conference Room, 6300 Building Councilmembers: Kate Kruller, Chair; Joe Duffie, De'Sean Quinn Staff: Bob Giberson, Robin Tischmak, Pat Brodin, Gail Labanara, Dave Sorensen, Peter Lau, Laurel Humphrey CALL TO ORDER: Chair Kruller called the meeting to order at 5:30 p.m. I. PRESENTATIONS II. BUSINESSAGENDA A. Project Completion: Tukwila International Boulevard and South 144th Street Midblock Crossing Staff is seeking Council approval of project completion and release of the retainage bond to Westwater Construction Co. in the amount of $78,722.27 for the TIB and South 1441h Street Midblock Crossing Project. This project installed a rectangular rapid flashing beacon system and associated signage and curb ramp improvements and was completed on February 27, 2017. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. B. Supplemental Agreement: Baker Boulevard Non -Motorized Improvements Project Staff is seeking Council approval of Supplemental Agreement No. 17 to Contract No. 07-123 with KPFF in the amount of $119,680.98 for construction management and inspection services for the Baker Boulevard Non -Motorized Improvement Project. KPFF designed this project as well as the Pedestrian Bridge currently under construction and this contract will provide a cost- effective way to have construction management support and inspection services on Baker Boulevard incorporated with design work completed for the Green River Trail and Christensen Road. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENTAGENDA. C. Bid Award: 2017 Overlay and Repair Program Staff is seeking Council approval to award a bid to Icon Materials in the amount of $659,441.00 for construction of the 2017 Overlay and Repair Program. Icon Materials was the low bidder of two, and the project design consultant, KPG, has concurred with this award. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA. D. Supplemental Agreement: 2017 Overlay and Repair Program Staff is seeking Council approval of Supplemental Agreement No. 2 to Contract No. 16-109 with KPG, Inc. in the amount of $159,233.76 for construction management services for the 2017 Overlay and Repair Program. KPG, Inc. also designed the program. UNANIMOUS APPROVAL. FORWARD TO AUGUST 7, 2017 REGULAR CONSENT AGENDA.