Loading...
HomeMy WebLinkAbout04/01/2014 07 Yakima Railroad Grade Separations Phase 3, Construction Management/Inspection Agreement with KBA, Supplement No. 1BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. For Meeting of: 4/1/2014 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII ITEM TITLE: SUBMITTED BY: SUMMARY EXPLANATION: Resolution authorizing execution of Supplement No. 1 of the Professional Services Agreement with KBA, Inc. for inspection and construction management services on the MLK Underpass. Debbie Cook, PE, Director of Utilities and Engineering Brett Sheffield, Chief Engineer -- 576-6797 The City has a professional services agreement with KBA, Inc. under which they have provided the City with inspection and construction management services during the construction of the third phase of the Yakima Railroad Grade Separation project, MLK Underpass. Reasons for the additional cost include: The 28 -day project delay caused by BNSF and the fiber optic companies (Level 3 and MCI/Verizon) lengthens the time that construction and inspection service are required. Mowat and its subcontractors were still working on non-critical path tasks during this delay period in an effort to minimize the effects of the delay, thereby requiring inspection and construction management services even though the critical path activities were stopped. To minimize the delay, Mowat re -sequenced the work, which resulted in the need for additional inspectors and material testers. The contractor often worked overtime, requiring the inspectors and material testers to work overtime. Additional work added by change orders resulted in additional material testing and inspection. KBA will develop the "As -Built" plans, which wasn't included in the original agreement. The estimated cost of this additional work is around $2,000. At 70% of project completion, the projected cost savings of the Force Account items and other costs (Fiber Optics, BNSF, Berger/ABAM CE, City CE and KBA CE) is around $330,000. These savings include the additional costs for construction management and inspection. The executed change orders to date amount to $311,387.83 and the total project change orders are anticipated to be well below 10% of the project cost and within budget. This supplement will increase the authorized amount payable of the professional services agreement by $170,159 resulting in a total maximum amount payable of $1,143,159.00. Resolution: X Other (Specify): Contract: X Start Date: Ordinance: Contract Term: End Date: Item Budgeted: Amount: Funding Source/Fiscal Cumulative Reserve for Capital Improvements; Impact: Fund 392 Strategic Priority: Insurance Required? No Mail to: Phone: APPROVED FOR SUBMITTAL: RECOMMENDATION: City Manager Approve resolution authorizing Supplement No. 1 with KBA, Inc. ATTACHMENTS: Description Upload Date ❑ Resolution 3/24/2014 ❑ KBA supplemental agreement 3/27/20144 Type Cover Memo Cover Memo A RESOLUTION RESOLUTION NO. 2014 - authorizing execution of Supplement No. 1 of the Professional Services Agreement with KBA, Inc. for inspection and construction management services on the MLK Underpass. WHEREAS, in February 2013 the City executed a professional services agreement with KBA, Inc. for inspection, material testing and construction management of the third phase of the Yakima Railroad Grade Separations project, MLK Underpass; and, WHEREAS, additional engineering and consulting services are required for construction administration to complete the project; and, WHEREAS, it is requested that the City Manager have the authority to execute a supplemental agreement for additional engineering and consulting services to complete the inspection and construction management of the MLK Grade Separation; and, WHEREAS, the City Council deems it to be in the best interests of the City to authorize the City Manager to execute a supplemental agreement with KBA, Inc. for consulting services to perform the duties of Construction Management and Inspection for the MLK Grade Separation project, now, therefore BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized to execute Supplement No. 1 of the Professional Services Agreement with KBA, Inc., for construction management and inspection services for the MLK Grade Separation project. The total additional compensation authorized by said supplement shall not exceed $170,159. The form of said professional services agreement shall be reviewed and approved by the City Attorney or his designee. ADOPTED BY THE CITY COUNCIL this 1St day of April, 2014. Micah D. Cawley, Mayor ATTEST: City Clerk Washington State Vair Department of Transportation Supplemental Agreement Number Original Agreement Number City Contract #2013-031 1. Organization and Address KBA, lnc„ 11000 Main Street Bellevue, WA 98004 Phone: 425-455-9720 Project Number Execution Date KBA #012027-01 Project Title Yakima Railroad Grade Se antions New Ph 3, MLK Jr, Blvd. Description of Work Continuation of existing Scope with budget for added level of effort and additional testing services requested by the City. Completion Date 12/31/14 aximum Amount Payable 1,143,159,00 The Local Agency of City of Yakima desires to supplement the agreement entered into with KBA Inc. and executed on 2/6/13 and identified as Agreement No 1818 AU 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 No change, revised to include:, 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: No change. 111 Section V, PAYMENT, shall be amended as follows: Authorized maximum amount payable shall increase by $170,15900, to a new maximum arno able „00„ as set 'forth in the attached Exhibit "E-1" - Su.) 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 Kristen A.. Betty, President DOT Form 140-063 EF Revised 912005 By: Date: Approving Authority Signture Exhibit "E-1 - Supplement No. 1 Direct Salary Cost Overhead (Uncluding Payron Additives) Direct Non -Salary Costs (including subconsultants) Fixed Fee Summary of Payments - CPFF agement Reserve TOTA Basic Agreement Supplement #1 343,749 448,626 48,922 63,847 77,500 42,714 103,125 :14,676 973,000 S 170,159 Total 392,671 512,473 120,2:14 117,801 1,143,159 EXHUtIT E-1 - Supplement 1 CONSULTANT FEE DETERMINATION SUMMARY SHEET (Cost Plus Fixed Fee) PROJECT: Yakima Railroad Grade Separations Ph 3 - MLK Blvd, DIRECT SALARY COST (DSC) 2014 c[assficrati,on (M3) Project Manager (E6) Resident Engineer (P4) Office Engineer / Project Admin (P4) inspector (P1) Jr, Inspector (M1) Project Controls (M1) Administrative Manager (ShareP nt (A5) DT Administrator TOTAL 2014 DSC TOTAL DSC OVERHEAD: (ok.i COST- McludThg Salary Additives) DSC x 01-11of FIXED FEE DSC (only) x FF Rate of REIMBURSABLES Misc Supplies, Equipment, Per Diem SU CONSULTANT COSTS (see Etribit Materials Testing (not -to -exceed) Surveying (not -to -exceed) TOTAL SUBCONSULTANTS MANAGEMENT RESERVE GRAND TOTAL PREPARED BY: K. Wendell Adams Date: January 30, 2014 Hours DSC Rates Est Cost 42 x $77.00 = $ 3,234 80 x $5100 = $ 4,080 567 x $4080 = $ 23,134. 359 x $44.52 = $ 15,983 346 x $1600 = $ 5,536 -40 x $46.00 = $ (1,840) 39 x $39.40 = $ (1,537) 8 x $41.48 = $ 332 1,323 $ 48,922- 1,323 130.51% 30,0% $ 42,742 $ $ 63,847 14,676 (28) 42,742 $ 170,159 SAProiects \Contracts \ClieraWakixne 1612027-01-RairroadGradeSeparaces\Drafts&NegotiaticeRecords \InshouseDrafts)Supp-1 \Supp-1-Ex-E-1-LAG-2014- 0130.xtsx Page 1 of 1