Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
23-169.01KPFFSullivanRd/SR290InterchangeProject#0311
AM � Washington State WI/ Department of Transportation Supplemental Agreement Organization and Address Number 1 KPFF Consulting Engineers, Inc. 421 W. Riverside Ave, Suite 524 Original Agreement Number Spokane, WA 99201 23-169 Phone: 509 385-0922 Project Number Execution Date Completion Date 311 October 4, 2023 October 31, 2026 Project Title New Maximum Amount Payable Sullivan Road/SR 290 Interchange: Phase 2 - PS&E $3,545,625.78 Description of Work This project is being accomplished in three (3) phases. Phase 2 (this agreement) includes design, environmental documentation and permitting services to support bidding the project for construction. The Local Agency of City of Spokane Valley. Washington desires to supplement the agreement entered in to with YPFF Consulting Engineers, Inc. and executed on October 4, 2023 and identified as Agreement No. 23-169 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: As set forth in the attached Exhibit B, this supplement supports additional scope and efforts required to develop preliminary design (Issue #1) and new scope (Issue #2) to evaluate the feasibility, construction sequencing, maintenance of traffic and estimated costs for a 'jug -handle' interchange option. 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 end date is revised to October 31 2026. III Section V, PAYMENT, shall be amended as follows: As set forth in the attached Exhibit A, this supplement adds $349,793.10 to the previous contract amount of $3,195,832.68 for a total amount authorized of $3,545,625.78. 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. By: Mark A. Brower, Principal Mark A Brower 2025 13:59:46-0 46-07'00' Consultant Signature DOT Form 140-063 Revised 09/2005 By: City Manager k��- (i 1 V pproving Auth ity Si ture Date Exhibit "A" -Summary of Payment Sullivan Road/State Route 290 Interchange - Phase 2: PS&E Agreement No. 23-169 Basic Agreement Supplement#1 Total Task 1 - Project Administration $ 39,683.53 $ 17,477.38 $ 57,160.91 Task 2 - Project Communication and Coordination $ 105,215.00 $ 33,366.94 $ 138,581.94 Task 3 - Project Schedule $ 21,954.00 $ 21,954.00 Task 4 - Risk Management $ 14,167.00 $ 14,167.00 Task 5 - Design Quality Program $ 66,267.00 $ 66,267.00 Task 6 - Topographic Survey Service $ 113,337.00 $ 113,337.00 Task 7 - Environmental Service and Permitting $ 5,939.00 $ 5,939.00 Task 8 - Geotechnical Services $ 4,675.00 $ 4,675.00 Task 9 - BNSF Coordination and Submittals $ 27,717.00 $ 6,559.65 $ 34,276.65 Task 10 - Inclusive Outreach and Public Engagment $ 32,479.00 $ 32,479.00 Task 11 - Construction Methods & MOT Study $ 32,622.00 $ 96,491.59 $ 129,113.59 Task 12 - 30 % Design - Plans, Specifications and Estimate Construction $ 390,633.00 $ 66,542.43 $ 457,175.43 Task 13 - 60 % Design - Plans, Specifications and Estimate Construction $ 541,212.00 $ 541,212.00 Task 14 - 90 % Design - Plans, Specifications and Estimate Construction $ 552,245.00 $ 552,245.00 Task 15 - 100 % Design - Plans, Specifications and Estimate Construction $ 195,256.00 $ 195,256.00 Task 16 - AD Ready Construction Docs $ 69,972.00 $ 69,972.00 Task 17 - WSDOT Design Approval $ 52,409.00 $ 52,409.00 Task 18 - Hydraulic Report $ 46,855.00 $ 46,855.00 Task 19 - Utility Corrdination $ 58,404.00 $ 58,404.00 Task 20 - Bid Support Services $ 32,655.00 $ 32,655.00 Subconsultants $ 743,296.15 $ 129,355.11 $ 872,651.26 Reimbursables $ 48,840.00 i $ 48,840.00 -Task amounts are estimated values at the time of assembling the original contract and supplements. Final billed tasks amounts may vary under or over for each task, as long as total authorized contract amount is adhered to. -Negotiated Hourly Rates remain unchanged -Refer to Supplement's Task Break Down Exhibit "A" - Detailed Task Breakdown Sullivan Road/State Route 290 Interchange - Phase 2: PS&E Agreement No. 23-169 liiIir Task 1 Descri lion s t_. Project Administration KPFF $ 11,621.56 Fehr & Peers $ HWA $ Oft -Sakai $ 1,291.23 TOTAL COST $ 12,912.79 Pro'ectAdministration $ 11,621.56 $ $ $ 1,291.23 $ 12,912.79 Task 2 Project Communication and Coordination $ 11,452.64 $ $ $ 1,595.81 $ 13,048.45 City Coordination Meetings(Monthly) $ 5,726.32 $ $ $ - $ 5,726.32 Internal Consultant Team Meetings(Monthly) $ 5,726.32 $ $ $ 1,595.81 $ 7,322.13 Task 8 Geotechnical Services $ $ $ 39,665.46 $ - $ 39,665.46 8.20 Geotechnical Explorations $ - $ $ 39,665.46 $ - $ 39,665.46 Task 9 BNSF - Coordination and Submittals $ 6,559.65 $ $ $ $ 6,559.65 BNSF Design Phase B Package $ 6,559.65 $ $ $ $ 6,559.65 Task 12 Plans, Specifications and Estimated Construction Cost —30% Design Package $ 66,542.43 $ $ $ $ 66,542.43 12.10 Civil Engineering $ 44,324.08 $ $ $ $ 44,324.08 12.20 nq 22.218.35 $ $ $ $ 22,218.35 2 - JUG Task 1 -HANDLE EVALUATIONISSUE Project Administration $ 5,855.82 $ 3,234.01 $ $ 911.58 $ 10,001.42 Project Administration $ 5,855.82 $ 3,234.01 $ $ 911.58 $ 10,001.42 Task 2 Project Communication and Coordination $ 21,914.30 $ 10,189.34 $ $ 1,063.87 $ 33,167.50 City Coordination Meetings (Bi-Weekly) $ 11,599.04 $ 6,878.11 $ $ - $ 18,477.14 Internal Consultant Team Meetings (Bi-Weekly) $ 10,315.26 $ 3,311.23 $ $ 1,063.87 $ 14,690.36 Task 11 Construction Methods and Maintenance of Traffic (MOT) Stud $ 96,491.59 $ 41,618.43 $ $ 29,788.37 $ 167,898.40 11.10 Civil Engineering $ 60,675.35 $ - $ $ - $ 60,675.35 11.20 Structural Engineering $ 11,582.14 $ - $ $ $ 11,582.14 11.30 Traffic Analysis $ - $ 32,529.01 $ $ $ 32,529.01 11.40 Constructability Review/Cost Estimating $ $ - $ $ 23,937.08 $ 23,937.08 11.50 Constructability & Maintenance of Traffic Review Memo $ 24,234.10 1 $ 9,089.43 1 $ 1 $ 5,851.29 1 $ 39,174.82 TOTALr r-1.78 $ 39,662.46 $ 34,650.86 $ 349,793.10 KPFF $ 220 437.99 1 1 1 1 $ 220 437.99 SUBCONSULTANTS $ $ 55 041.78 1 $ 39 662.46 1 $ 34 650.86 1 $ 129 355.11 Supplement #1 Exhibit B ISSUE #1 — 30% Design Submittal BACKGROUND There were delays in the project scheduled due to resolving several issues in the 30% design level. These issues were: • Additional Geotechnical Investigations • Incorporating current WSDOT Complete Streets into the design • Redesigning the bridge length over State Route 290 per WSDOT's request. • Redesign the westbound onramp with pedestrian facilities • Delays in BNSF review and comments. • Right -of -Way concerns related to access at Progress Road These design issues resulted in a 6-month delay for completing the 30% Design Package (Task 12). The original project schedule anticipated Task 12 to be complete in May 2024 and was not actually finalized until November 2024. KPFF will provide additional services for design for Phase 2 for the Sullivan Road/SR 290 Interchange project under the direction of City of Spokane Valley. DETAILED TASK DESCRIPTION The following sections were established in the original contract to implement Phase 2 work and will be utilized for Supplement #1 as well. Extra work added to an existing task will be identified with an "Additional Work" description. Task 1.00 — Project Administration (Additional Work) Project administration will continue through the course of the project. The Consultant team will incur additional effort because of the 6-month extension and additional work. ASSUMPTIONS • The new contract date will be extended 6 months for this issue. Task 2.00 — Project Communication and Coordination (Additional Work) Project communication and meetings will continue through the course of the project. The Consultant team will incur additional effort because of the 6-month extension and additional work. Task 8.00 — Geotechnical Services Task 8.10 — Geotechnical Project Setup (No Change) Task 8.20 — Geotechnical Explorations (Additional Work) Four additional geotechnical explorations and two borings were needed beyond the original contract scope of work. The estimated duration for the investigation work was extended due to the additional work and the limited time constraints of lane closure allowed by the City. Task 8.30 — Geotechnical Design Services (No Change) Task 8.40 —Project Management (No Change) Task 9.00 — BNSF Coordination and Submittals (Additional Work) Additional effort to develop the Preliminary Design BNSF submittal associated with lack of input from BNSF on our Concept BNSF submittal to provide a conservative approach for stormwater management and retaining wall locations. Task 12.00 — Plans, Specifications and Estimated Construction Costs — 30% Design Package (Additional Work) Additional preliminary design efforts and re -work were required to address WSDOT Complete Streets requirements introduced during this effort. Pedestrian and bicycle facilities identified in the conceptual layouts (including path widths, sidewalk widths and street crossings) do not meet current standards. 12.10 —Civil Engineering (Additional Work) Additional efforts to revisit horizontal and vertical alignments, roundabout and ramp geometrics and layout associated with lengthening the bridge crossing over SR290 and providing active transportation facilities on the westbound ramps. 12.20 — Structural Engineering (Additional Work) Additional efforts to revisit bridge design (including girder upsizing, constructability) and layout associated with lengthening the bridge crossing over SR290 to a 90ft foot clear span. 12.30 — Traffic Beacons/Illumination/Signage (No Change) 12.40 — Constructability Review/Cost Estimating/Construction Scheduling (No Change) ISSUE #2 — Jug -Handle Evaluation BACKGROUND The City has requested KPFF to evaluate analyze the feasibility, construction sequencing, maintenance of traffic and estimated costs of the "Jug -Handle" concept that was previously discarded in the Phase 1 Alternative Analysis and Evaluation Study. The work does not include design and coordination elements needed to move the "Jug -Handle" forward to PS&E, including: • Preliminary Design • Supplemental Geotechnical Investigations/Analyses (as needed) • Supplemental Topographic/Boundary Survey and Mapping (as needed) • Revisiting Environmental Documentation (as needed) • Revised BNSF Submittals (as needed) • WSDOT DA/PDA Deliverables (ICE, Roundabout Geometric Review, PFA) (as needed) It is anticipated that a future supplement will address these items if the jug -handle solution is preferred by the City. 2 KPFF will provide additional services for design for Phase 2 for the Sullivan Road/SR 290 Interchange project under the direction of City of Spokane Valley. DETAILED TASK DESCRIPTION The following sections were established in the original contract to implement Phase 2 work and will be utilized for Supplement #1 as well. Extra work added to an existing task will be identified with an "Additional Work" description and new work identified with a "New Subtask" description. Task 1.00 — Project Administration (Additional Work) Project administration will continue through the course of the project. The Consultant team will incur additional effort because of the 4-month extension and additional work. ASSUMPTIONS • The new contract date will be extended 4 months for this issue. Task 2.00 — Project Communication and Coordination (Additional Work) Project communication and meetings will continue through the course of the project. The Consultant team will incur additional effort because of the 4-month extension and additional work. ASSUMPTIONS • It is anticipated that bi-weekly meetings with WSDOT and the City will be needed to support an efficient evaluation. Task 8.00 — Geotechnical Services (No Change) HWA will provide concept level geotechnical input to support assessing the proposed jug - handle evaluation and will use the remaining amended budget for the current scope to provide this support. ASSUMPTIONS • A future task order may be issued for additional fieldwork or laboratory testing, and for an updated geotechnical report, as needed, based on the selected interchange concept. • Geotechnical support will be limited to concept level input to assess general geotechnical feasibility and potential field exploration needs based on the selected concept. Field explorations, lab testing, or design recommendations will not be provided under this scope of work. Task 11.00 — Construction Methods and Maintenance of Traffic (MOT) Study (Additional Work) KPFF shall revisit the previously discarded "Jug -Handle" option to conceptually analyze feasible construction sequencing, MOT, and cost for this solution as these elements will likely play a defining role in the overall layout and geometry of the roadway and bridges. The jug -handle shall be analyzed to best understand locations for the roundabout on SR290, Sullivan bridges, alignments and ramps. 11.10 — Civil Engineering (Additional Work) KPFF will work with the City to develop a feasible construction sequencing strategy that meets the City and WSDOT's MOT goals. Concept -level layouts (up to three alternatives) will be assembled to optimize the jug -handle solution to minimize lane closures on Sullivan during construction. The three alternatives are: • Shift both the Sullivan northbound and southbound lanes to the west as much as possible to completely or partially avoid both the existing Sullivan bridges over BNSF and Trent. • Shift both the Sullivan northbound and southbound lanes to the east as much as possible to completely or partially avoid both the existing Sullivan bridges over BNSF and Trent. • Split and shift the Sullivan northbound lanes to the west and shift the southbound lanes to the east as much as possible to completely or partially avoid both the existing Sullivan bridges over BNSF and Trent. Concept -level sequencing analyses and figures will be prepared for the preferred conceptual layout. A refined geometric plan with concept -level channelization will be developed for the preferred solution DELIVERABLES Conceptual jug -handle layouts (11x17, PDF) Conceptual construction sequencing figures (I Ix17, PDF) Refined Geometric Plan (11X17, PDF) These deliverables will be incorporated into the Constructability and Maintenance of Traffic Review memo in Task 11.50. 11.20 — Structural Engineering (Additional Work) KPFF will provide concept -level structural engineering to support the sequencing analyses. Anticipated tasks include providing preliminary structural member configurations (e.g., bridge girder, foundation, and retaining wall layouts) as needed to develop a construction sequencing approach. DELIVERABLES • Contribution of structure (bridge and wall) information to the conceptual construction sequencing figures (11x17, PDF) This deliverable will be incorporated into the Constructability and Maintenance of Traffic Review memo in Task 11.50. 11.30 — Traffic Analyses (Additional Work) Maintenance of Traffic Fehr & Peers shall use the Synchro and Sidra models developed for the project for the jug - handle option to evaluate traffic operations during construction. The purpose of this analysis is to inform City and WSDOT staff about the magnitude of potential delays during construction. Fehr & Peers shall revise the existing condition AM peak hour and PM peak hour Synchro and Sidra models to reflect up to four construction phase layouts provided by KPFF. Traffic counts recently collected by the City will be used for existing traffic volumes. 0 Fehr & Peers will manually reroute volumes depending on the construction phase. This scope does not include forecasting of diversion, traffic operations analysis outside the immediate construction area, or traffic control plans. Findings and recommendations to minimize impacts during construction shall be summarized in a technical memorandum. Traffic Analysis of Jug -Handle Alternative Fehr & Peers shall update the jug -handle traffic analysis from the alternatives evaluation study to include revisions to the configuration and verify operations based on the revised layout. The traffic analysis will include one existing year AM peak hour and one existing year PM peak hour scenario, one 2050 AM peak hour scenario and one 2050 PM peak hour scenario based on the preferred configuration approved by the City for analysis. Traffic counts recently collected by the City will be used for existing traffic volumes. A revised Sidra model will be conducted for the AM and PM peak hour based on the preferred configuration. Analysis shall include level of service, volume to capacity ratio, and queuing results to support design discussions within the team and with WSDOT. Findings and recommendations of the traffic operations analysis shall be summarized in a technical memorandum. Vissim Traffic Simulation If determined by the City that more detailed traffic analysis of the preferred configuration is needed to support design, Fehr & Peers shall develop a Vissim microsimulation model of the study area. The methodology and assumptions used to create the model shall be consistent with the WSDOT Protocol for Vissim Simulation. The model shall cover the Sullivan Road corridor between E Wellesley Avenue and E Kiernan Avenue, SR 290/Trent Avenue between N Evergreen Road and E Wellesley Avenue/N Flora Road, and the connection ramps between the two roadways. Traffic counts recently collected by the City will be used for existing demand volumes. The model will be calibrated based on volume served and queuing observations. Two models shall be run based on the forecasts that were developed for the WSDOT Intersection Control Evaluation: 2050 AM peak hour and 2050 PM peak hour. Analysis shall include level of service, queuing, and merge/diverge analysis to support design discussions within the team and with WSDOT. Findings shall be summarized in a brief technical memorandum, highlighting items that could be considered as potential design refinements. DELIVERABLES Draft and Final Maintenance of Traffic Technical Memorandum (PDF) Draft and Final Traffic Analysis Memo (PDF) Draft and Final Vissim Traffic Simulation Analysis Memo (PDF), if required These deliverables will be incorporated into the Constructability and Maintenance of Traffic Review memo in Task 11.50. 11.40 — Constructability Review/Cost Estimating (Additional Work) Ott -Sakai shall provide constructability review in support of the construction sequence analysis for the jug -handle solution. Anticipated tasks include providing feedback to the project team related to construction means and methods as they relate to the site conditions and maintenance of traffic. In addition, Ott -Sakai shall provide opinions of cost for bid items determined by KPFF. DELIVERABLES • Draft and Final Constructability Memo and Cost Estimate (PDF) ACC "0 CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 3/18/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Jerry No ola Edgewood Partners Insurance Agency PHONE FAX 3780 Mansell Rd. Suite 370 • 770.220.7699 (AIC, No): AoDRESS: greylingcerts@greyling.com Alpharetta GA 30022 INSURERS AFFORDING COVERAGE NAIC# INSURERA: National Union Fire Ins Co of Pittsburg19445 INSURED KPFFINC INSURER B : The Travelers Indemnity Company 25658 KPFF, Inc. 1601 5th Ave INSURER C: New Hampshire Insurance Company 23841 INSURERD: Allied World Surplus Lines Insurance Co 24319 Suite 1600 INSURER E : Seattle WA 98101 INSURER F : COVERAGES CERTIFICATE NUMBER:316495421 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL SUBR POLICYNUMBER POLICY EFF MMIDD/YYYY POLICY EXP MMIDD/YYYY LIMITS A X COMMERCIALGENERALLIABILITY CLAIMS -MADE � OCCUR GL5268336 4/1/2025 4/1/2026 EACH OCCURRENCE $2,000,000 DAMAGE TRENTED PREM SESOEa occur ence $ 500,000 MED EXP (Any one person) $ 25,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY Fi PEt° � LOC OTHER: GENERAL AGGREGATE $ 4,000,000 PRODUCTS - COMP/OP AGG $4,000,000 $ A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY CA9775930 4/1/2025 4/1/2026 CEa OMBINEDccidentSINGLELIMIT a $2,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE CUP7X94996725NF 4/1/2025 4/1/2026 EACH OCCURRENCE $10,000,000 AGGREGATE $10,000,000 DED I X I RETENTION $ in nnn $ C C WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA WC072113239 (AOS) WC072113237(CA) 4/1/2025 4/1/2025 4/1/2026 4/1/2026 I PER X STATUTE OERH E.L. EACH ACCIDENT $2,000,000 E.L. DISEASE - EA EMPLOYEE $ 2,000,000 E.L. DISEASE - POLICY LIMIT $ 2,000,000 D Professional/Pollution Liability 03120067 4/1/2025 4/1/2026 Per Claim Aggregate SIR: 10,000,000 10, 000, 000 250,000 DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Sullivan & Trent. The City of Spokane Valley is named as an Additional Insured with respects to General Liability where required by written contract. City of Spokane Valley 10210 E. Sprague Avenue Spokane Valley WA 99206 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD