Loading...
HomeMy WebLinkAbout23-169.02 KPFF - Sulivan Rd./SR 290 Interchange Project #0311� Washington State WI/ Department of Transportation Supplemental Agreement Organization and Address Number 2 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 $4,094,500.66 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 KPEE 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 for the 'jug -handle' interchange for Phase 2. 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 December 31, 2027 III Section V, PAYMENT, shall be amended as follows: As set forth in the attached Exhibit A, this supplement adds $548,874.88 to the previous contract amount of $3,545,625.78 for a total amount authorized of $4,094,500.66. 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 By: (amity Manager Mark A Brower 202 11:53:11-0:11-08'00 Consultant Signature DOT Form 140-063 Revised 09/2005 Approving Authority Signature Date Exhibit "A" -Summary of Payment Sullivan Road/State Route 290 Interchange - Phase 2: PSBE Agreement No. 23-169 Basic Agreement Supplement#1 Supplement#2 Total Task 1 - Project Administration $ 39,683.53 $ 17.477.38 $ 14,156A5 $ 71.317.36 Task 2 - Project Communication and Coordination $ 105,215.00 $ 33,366.94 $ 14,513.86 $ 153.095.80 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 $ 8,974,13 $ 43.250.78 Task 10 - Inclusive Outreach and Public En a ment $ 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 $ 367,302.74 $ 824,478.17 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 $ 26,363.95 $ 78,772.95 Task 18 - Hydraulic Report $ 46.855.00 $ 46,855.00 Task 19 - Utility Corrdination $ 58,404.00 $ 11,057.11 $ 69,461.11 Task 20 - Bid Support Services $ 32,655,00 $ 32,655.00 Subconsultants $ 743,296.15 $ 129,355.11 $ 106,506.63 $ 979.157.89 Reimbursables $ 48,840.00 $ 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 17477.38 KPFF DKS Associates Fehr & Peers HWA GeoSciences, Ott -Sakai & Associates, LLC TOTAL COST Task 1 33366.94 $ 14,156A5 $ - $ 2,370.49 $ $ $ 16,526.94 1.1 Project Administration $ 14,156.45 $ - $ 2.370.49 $ $ S 16.526.94 Task 2 Project Communication and Coordination $ 14,513.86 j $ 958.02 $ 2,281.31 $ $ $ 17,753.18 2,1 Project Communication and Coordination $ 14,513.86 S 958.02 $ 2,281.31 $ $ $ 17,753.18 Task 8 Geotechnical Services $ $ $ $ 13,101.10 $ $ 13,101.10 8.1 Geotechnical Project Setup $ $ $ $ - $ $ - 8.2 Geotechnical Explorations $ $ $ $ - $ $ - 8.3 Geotechnical Design Services $ $ $ $ 8,332.00 $ $ 8,332.00 8A Project Management $ $ $ $ 4,769.10 $ S 4,769.10 Task 9 BNSF Coordination and Submittals $ 8,974.13 $ $ $ $ $ 8,974.13 9.1 BNSF Coordination and Submittals S 8.974.13 $ $ $ $ S 8,974.13 Task 12 ans, Zipecifications & Estimatedons ruc ion Gost -7U7;— Design Package $ 367,302.74 $ 35,216.11 $ $ $ 13,208.77 $ 415,727.62 12.1 Civil Engineering $ 255,765.52 $ - $ $ $ - S 255,765.52 12.2 Structural Engineering $ 86,558.20 $ - $ $ $ $ 86,558.20 12.3 Traffic Beacons/Illumination/Signage S 485.84 $ 35,216.11 $ $ S S 35,701.95 12A Constructability Review/Cost Estimating/Construction Scheduling $ 24,493.18 $ - $ $ S 13,208.77 S 37,701.95 Task 17 WSDOT Design Approval $ 26,363.95 $ $ 24,170.83 $ $ $ 50,534.79 17.1 Intersection/Channelization Plans/Geometric Review $ 21,036.43 $ $ - $ $ $ 21,036.43 17.2 WSDOT Design Approval S 5,327.52 $ S - $ $ $ 5,327.52 17.3 Project Development Approval $ - $ $ $ $ $ - 17.4 Transportation Management Plan $ $ $ $ $ $ - 17.5 Revised ICE, TMC Analyses $ - $ $ 24,170.83 $ $ S 24,170.83 Task 19 Utility Coordination $ 11,057.11 $ $ $ $ $ 11,057.11 19.1 Utility Coordination S 11,057.11 $ $ $ $ S 11.057.11 Reimbursables $ - $ $ 15,200.00 $ $ $ 15,200.00 I 13,101.10 $ 13,208.77 SUPPLEMENT #2 Exhibit B — Scope of Work January 20, 2026 ISSUE — Preliminary Design of Jug -Handle Interchange BACKGROUND The City has decided to move forward with design and implementation of the Jug -Handle interchange solution that was studied as part of Amendment #01. The following new and or additional work is required to develop 30% design of the Jug -Handle: • Additional Project Management and Administration • Additional Project Communication and Coordination • Supplemental Geotechnical Support • Revised BNSF Submittal and Coordination • Development of 30% Design Plans • Revised WSDOT DA Deliverables (ICE, Roundabout Geometric Review) • Revised Draft Utility Coordination Plans DETAILED TASK DESCRIPTION The following sections were established in the original contract to implement Phase 2 work and will be utilized for Supplement #2 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. Task 2.00 — Project Communication and Coordination (Additional Work) Project communication and meetings (assume the same meeting frequency) 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 7.00 — Environmental Services and Permitting (No Change) Task 8.00 — Geotechnical Services Task 8.10 — Geotechnical Project Setup (No Change) Task 8.20 — Geotechnical Explorations (No Change) Task 8.30 — Geotechnical Design Services (Additional Work) Additional effort to provide up to 40 hours of miscellaneous Geotechnical Engineering Support for Preliminary Design. SUPPLEMENT #2 Exhibit B — Scope of Work January 20, 2026 Task 8.40 — Project Management, Additional Work) Task management, including invoice generation and processing to accommodate six (6) additional months of work. Assumptions for the Project Management Task are: 6 months of additional invoicing and progress reporting 12 virtual meetings attended by 1 HWA staff member Task 8 Assumptions • Assumptions from our current scope of work apply to work performed under this amendment. Structural design of the jug handle bridges will be similar to the previous design. Geotechnical information collected to support the previous design work will be generally sufficient to develop the 30% design. Additional scope and budget will be needed at the 60% design stage to perform explorations for stormwater infiltration and luminaires once their locations and geometries have been established. This future work is anticipated to include additional field explorations, additional design work, finalization of the geotechnical report and additional project management. Task 9.00 — BNSF Coordination and Submittals (Additional Work) Additional effort to prepare a revised Design Phase B Package for the 30% submittal of the Jug -Handle. Draft and final package will be prepared. Task 12.00 — Plans, Specifications and Estimated Construction Costs — 30% Design Package 12.10 — Civil Engineering (Additional Work) Additional efforts to develop 30% design of the Jug -Handle interchange. 30% civil design and plans will include: • Erosion & Sedimentation Control Plans, Notes and Details • Site Preparation Plans • Roadway Typical Sections • Paving Plans and Details • Paving Profiles • Driveway Details • Drainage & Grading Plans • Drainage Profiles • Channelization Plans 12.20 — Structural Engineering (Additional Work) Additional efforts to develop 30% design of the Jug -Handle interchange. 30% structural design and plans will include: • General Structural Notes • Bridge #4502 Plan and Elevation • Bridge #4502 Typical Section 2 SUPPLEMENT #2 Exhibit B — Scope of Work January 20, 2026 • Bridge #4501 Plan and Elevation • Bridge #4501 Typical Section • Construction Sequence — 2 sheets • Existing Track Plan and Profile 12.30 —Traffic Beacons/Illumination/Signage (Additional Work) Additional efforts to develop 30% design of the Jug -Handle interchange, including: • Perform lighting analysis and design for the ramp intersections, joint -use trail, and ramp approaches. • Perform RRFB design for the SR 290 ramps / Sullivan Road intersection. • Perform sign design for new configuration and provide large format sign details. • Develop cost estimates for lighting, RRFBs, and signing. 12.40 — Constructability Review/Cost Estimating/Construction Scheduling ;Additional Work) Additional efforts to develop 30% design of the Jug -Handle interchange. Task 17.00 — WSDOT Design Approval Additional efforts to develop and coordinate WSDOT approvals for the Jug -Handle interchange. 17.10 — Intersection/Channelization Plans (Additional Work) Revise ICE documentation to align with the Jug -Handle interchange. Assume up to two (2) submittals will be reviewed by WSDOT. Develop and coordinate geometric review plans for WSDOT approval. Assume up to two (2) submittals will be reviewed by WSDOT. Develop and coordinate channelization plans for approval. Assume up to two (2) submittals will be reviewed by WSDOT. 17.20 — WSDOT Design Approval (Additional Work) Update DA documentation for approval of the Jug -Handle Interchange. It is assumed that the Basis of Design, Alternatives Comparison Table and Design Parameters will need to be revisited. 17.30 — Project Development Approval (No Change) 17.40 — Transportation Management Plan (No Change) 17.50 — Revised ICE, TMC Analyses "New Task) The Consultant will revise the Intersection Control Evaluation (ICE), providing updated Turning Movement Count (TMC) analyses for all scenarios. This effort requires use of Synchro, Sidra and SimTraffic. This effort also includes collection of traffic counts, including demand counts. Deliverables for this task include: • Traffic Count Data 3 SUPPLEMENT #2 Exhibit 6 — Scope of Work January 20, 2026 • Draft and Final ICE Document (.pdf) Task 19.00 — Utility Coordination (Additional Work) Additional efforts to revise draft utility coordination plans and coordinate with purveyors to support design for the Jug -Handle interchange. E ACOR" CERTIFICATE OF LIABILITY INSURANCE Ill DATE (MM,'DD/YYYY) 1 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 Edgewood Partners Insurance Agency 3780 Mansell Rd. Suite 370 Alpharetta GA 30022 CONTACT NAME: Jerry NO ola PHONE FAX a/C. N • 770.220.7699 arc No): AODRess: greylingeerts@greyling.com INSURERS AFFORDING COVERAGE NAIC# INSURER A: National Union Fire Ins Co of Pittsburg19445 INSURED KPFFINC KPFF, Inc. 1601 5th Ave INSURER B : The Travelers Indemnity Company 25658 INSURERC: New Hampshire Insurance Company 23841 INSURER D : 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 SUER POLICY NUMBER POLICY EFF MM/DD YYYY POLICY EXP Y MM/DD YYY LIMITS A X COMMERCIAL GENERAL LIABILITY GL5268336 4/1/2025 4/1/2026 EACH OCCURRENCE $2,000,000 f CLAIMS -MADE L X I OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $ 500,000 MED EXP (Any one person) $ 25,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY JECT LOC PRODUCTS - COMP/OP AGG $ 4,000,000 $ OTHER: A AUTOMOBILE LIABILITY CA9775930 4/1/2025 4/1/2026 COMBINED SINGLE LIMIT Ea accident $ 2,000,000 BODILY INJURY (Per person) _ $ X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY B X UMBRELLA LAB X OCCUR CUP7X94996725NF 4/1/2025 4/1/2026 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 EXCESS LIAB CLAIMS -MADE DED X RETENTION $ $ C C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANYPROPRIETOR/PARTNER/EXECUTIVE WC072113239 AOS ( ) WC072113237(CA) 4/1/2025 4/1/2025 4/1/2026 4/1/2026 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 2,000,000 OFFICER/MEMBER EXCLUDED? a N/A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 2,000,000 If as, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 2,000,000 D Professional/Pollution Liability 03120067 4/1/2025 4/1/2026 Per Claim 10,000,000 Aggregate 10,000,000 SIR: 250,000 DESCRIPTION OF OPERATIONS ! LOCATIONS 1 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. CERTIFICATE HOLDER CANCELLATION 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 r © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD