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.