Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
TIS 2022-08-29 COMPLETE AGENDA PACKET
The City of Tukwila strives to accommodate individuals with disabilities. Please contact the Public Works Department at 206-433-0179 for assistance. AGENDA MONDAY, AUGUST 29, 2022 – 5:30 PM HYBRID MEETING – ONSITE AND VIRTUAL DUWAMISH CONFERENCE ROOM, 6300 BUILDING, 2ND FLR MS Teams: Click here to join the meeting Virtual Meeting - Members of the public may listen by dialing 1-253-292-9750 and entering conference ID 140351435# 6300 BUILDING, SUITE 100) Next Scheduled Meeting: September 19, 2022 City of Tukwila Transportation and Infrastructure Services Committee ❖ Kate Kruller, Chair ❖ Mohamed Abdi ❖ Tosh Sharp Distribution: K. Kruller C. Hougardy T. Sharp H. Ponnekanti S. Kim (email) G. Lerner (email) City Attorney (email) Clerk File Copy Place pkt pdf on SharePoint: Z Trans & Infra Agendas email cover to: F. Ayala, A. Le, C. O’Flaherty, A. Youn, B. Saxton, S. Norris, L. Humphrey Item Recommended Action Page 1. PRESENTATIONS 2. BUSINESS AGENDA a) 2021 - 2023 Local Solid Waste Financial Assistance Grant Acceptance (N. Eklund) a) Forward to the 09/12/22 Special Consent Agenda Pg. 1 b) Tukwila Parkway Emergency Repair Construction Contract Award (A. Altallal) b) Forward to the 09/12/22 Special Consent Agenda Pg. 29 c) Public Works F&F Building Improvements Project Construction Contract, Change Order No. #17 (H. Ponnekanti) c) Forward to the 09/12/22 Special Consent Agenda Pg. 81 d) PW Shops Maintenance & Engineering Building Project Architect Contract Award (H. Ponnekanti) d) Forward to the 09/12/22 Committee of the Whole meeting Pg. 127 3. MISCELLANEOUS INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Nora Gierloff, AICP, Community Development Director BY: Nancy Eklund, AICP, Long Range Planning Manager/Recycling Coordinator CC: Mayor Ekberg DATE: August 29, 2022 (T&IS meeting date) SUBJECT: 2021 - 2023 Local Solid Waste Financial Assistance Grant Acceptance ISSUE Council approval is required to authorize the Mayor to sign an Interagency Agreement to receive $30,464 in grant funding for Recycling activities as defined by the Washington Department of Ecology (DOE) Local Solid Waste Financial Assistance (LSWFA) grant from the Washington Department of Ecology grant program. The $30,464 sum to be received represents 75% of eligible activities totaling $40,618.67. BACKGROUND Tukwila has received a Local Solid Waste Financial Assistance (LSWFA) grant from the Washington Department of Ecology to support the Recycling Program’s work from July 1, 2021, through June 30, 2023. The City has received this grant for many years (10+) and relies on this funding to support its Recycling outreach. For the 2021-2023 grant cycle, the Washington legislature added a new set of eligible tasks and increased the available grant total to cover these tasks. (It is unclear if this funding opportunity will continue into future grant cycles.) The LSWFA grant provides part of DCD’s budget and is regularly included in the City’s overall budget. Council acceptance of the grant has been delayed this year as staff have worked with the Department of Ecology to determine exactly what tasks are acceptable under the modified grant, and to ensure that the City can both meet the documentation requirements for reimbursement as well as provide the 25% match through other recycling grant funds or through City labor documentation. A signed agreement must be finalized by September 30, 2022, in order to receive the funds. 1 Transportation and Infrastructure Services Committee 2021-2023 LSWFA Grant Acceptance 8/18/22 Page 2 of 2 DISCUSSION Local Solid Waste Financial Assistance The LSWFA grant has historically been used by Tukwila to support its Recycling activities. For the 2021-2023 grant cycle, the Washington legislature added Homeless Camp Cleanups as an eligible cost and increased the available grant total to cover this task. For Recycling activities, the City’s 25% local match has been provided through a separate grant from King County, the Waste Reduction and Recycling (WRR) grant. The 25% local match for the City’s Homeless Encampment Cleanup costs will be met by in-kind staff costs already expended for this task. The LSWFA grant funds are allocated as follows: • Residential Recycling Collection Events Funds will be used to support events in Spring 2022 and 2023 to collect secondary recyclables (i.e., “hard-to-recycle” goods such as tires, sinks, furniture, bulky yard debris, etc.) from Tukwila and King County residents. • Proposal for Reducing Single Use Plastics Campaign Funds will be used to promote compliance with new single use plastic reduction legislation to Tukwila restaurants (to reduce distribution of single use plastic utensils) and to community members (to reduce use of single use plastic bags and single use plastic utensils). • Homeless Encampment Cleanup Funds will be used to supplement costs for the City’s cleanup of homeless encampments on public property in the City. As an example of costs, in 2021, the City spent $32,700 on cleanups. FINANCIAL IMPACT For the Recycling activities reimbursed under the LSWFA grant, the City’s 25% match will be met through another recycling grant the City receives, the King County Waste Reduction & Recycling (WRR) grant. For the Homeless Encampment Cleanup tasks, the 25% local match will be provided through the General Fund’s support of City Public Works staff time dedicated to cleanup work. This cleanup task is already a part of the City’s scope of work. This grant will require no additional outlay of city funds. RECOMMENDATION Forward this item directly to the Consent Agenda of the September 12, 2022, Special meeting. This action will authorize the Mayor to sign an Interagency Agreement with the Washington Department of Ecology and accept grant funding for Tukwila’s Recycling Assistance Program through June 30, 2023. Attachment A: • Interagency Agreement between the Washington Department of Ecology and the City of Tukwila for the Local Solid Waste Financial Assistance Grant for the 7/1/21 to 6/30/23 grant cycle. 2 Agreement No. SWMLSWFA-2021-TukCDD-00103 SOLID WASTE MANAGEMENT LOCAL SOLID WASTE FINANCIAL ASSISTANCE AGREEMENT BETWEEN THE STATE OF WASHINGTON DEPARTMENT OF ECOLOGY AND CITY OF TUKWILA This is a binding Agreement entered into by and between the state of Washington , Department of Ecology, hereinafter referred to as “ECOLOGY,” and CITY OF TUKWILA, hereinafter referred to as the “RECIPIENT,” to carry out with the provided funds activities described herein. IMP City of Tukwila GENERAL INFORMATION Project Title: Total Cost: Total Eligible Cost: Ecology Share: Recipient Share: The Effective Date of this Agreement is: The Expiration Date of this Agreement is no later than: Project Type: Project Short Description: RECIPIENT will host up to 2 residential recycling collection events, diverting an estimated 48,000 pounds of recyclable materials, 28,000 pounds of organics, and 16,000 pounds of hazardous waste. RECIPIENT will also dispose of solid waste from homeless encampments on publicly -owned land. An estimated 5 sites will be cleaned or supported, resulting in about 4,900 pounds of garbage properly disposed. RECIPIENT will also prevent about 800 pounds of waste by promoting reuse and recent laws. Project Long Description: See the Scope of Work section for more detailed information related to individual Tasks . $40,618.67 $40,618.67 $30,464.00 $10,154.67 07/01/2021 06/30/2023 Planning & Implementation 3 Page 2 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA Overall Goal: Provide regional solutions and intergovernmental cooperation ; prevent or minimize environmental contamination through planning and project implementation; and comply with state and local solid and hazardous waste management plans and laws. Template Version 12/10/2020 4 Page 3 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA RECIPIENT INFORMATION Organization Name: Federal Tax ID: Mailing Address: Physical Address: Contacts Organization Email: CITY OF TUKWILA 91-6001519 6300 Southcenter Blvd Tukwila, WA 98188 6300 Southcenter Blvd Tukwila, Washington 98188 nancy.eklund@tukwilawa.gov Template Version 12/10/2020 5 Page 4 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA Nancy Eklund 6300 Southcenter Blvd Seattle, Washington 98136 Email: nancy.eklund@tukwilawa.gov Phone: (206) 433-7141 Authorized Signatory Nancy Eklund 6300 Southcenter Blvd Seattle, Washington 98136 Email: nancy.eklund@tukwilawa.gov Phone: (206) 433-7141 Billing Contact Project Manager Authorized Signatory Allan Ekberg Mayor 6200 Southcenter Blvd Tukwila, Washington 98188 Email: allan.ekberg@tukwilawa.gov Phone: (206) 433-1850 Template Version 12/10/2020 6 Page 5 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA Contacts Project Manager Financial Manager Diana Wadley PO Box 330316 Shoreline, Washington 98133-9716 Email: dwad461@ecy.wa.gov Phone: (425) 429-4639 Diana Wadley PO Box 330316 Shoreline, Washington 98133-9716 Email: dwad461@ecy.wa.gov Phone: (425) 429-4639 ECOLOGY INFORMATION Mailing Address: Physical Address: Department of Ecology Solid Waste Management PO BOX 47600 Olympia, WA 98504-7600 Solid Waste Management 300 Desmond Drive SE Lacey, WA 98503 Template Version 12/10/2020 7 Page 6 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA AUTHORIZING SIGNATURES RECIPIENT agrees to furnish the necessary personnel , equipment, materials, services, and otherwise do all things necessary for or incidental to the performance of work as set forth in this Agreement . RECIPIENT acknowledges that they had the opportunity to review the entire Agreement , including all the terms and conditions of this Agreement, Scope of Work, attachments, and incorporated or referenced documents, as well as all applicable laws, statutes, rules, regulations, and guidelines mentioned in this Agreement . Furthermore, the RECIPIENT has read, understood, and accepts all requirements contained within this Agreement . This Agreement contains the entire understanding between the parties , and there are no other understandings or representations other than as set forth, or incorporated by reference, herein. No subsequent modifications or amendments to this agreement will be of any force or effect unless in writing , signed by authorized representatives of the RECIPIENT and ECOLOGY and made a part of this agreement . ECOLOGY and RECIPIENT may change their respective staff contacts without the concurrence of either party . This Agreement shall be subject to the written approval of Ecology’s authorized representative and shall not be binding until so approved. The signatories to this Agreement represent that they have the authority to execute this Agreement and bind their respective organizations to this Agreement . Washington State Department of Ecology Solid Waste Management Date Date CITY OF TUKWILA Laurie Davies Mayor Allan Ekberg By:By: Template Approved to Form by Attorney General's Office Program Manager Template Version 12/10/2020 8 Page 7 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA SCOPE OF WORK Task Number:1 Task Cost: $12,000.00 Task Title:CROP Recycling Operations Task Description: The RECIPIENT, via a contractor, will host up to two residential recycling collection events. Organics, household hazardous waste (HHW), and other large or hard-to-recycle items will be collected along with 'usual' recyclables at a convenient City location. Educational materials, which describe how to reduce waste and recycle more using City-sponsored or private sector recycling programs, will also be distributed. Work to be performed by the contractor : - Organize, stage, and staff the event, including scheduling and paying vendors. - Advertisement of the event. - Distribution of the outreach materials at the event (some materials are made by the contractor and some are pre-existing from various sources). - Responsible recycling, reusing, or disposing (such as for some hazardous waste) of the collected materials. - Selling of compost bins and vermicompost bins as a small co-located feature of these events (note sales revenue is to be credited back to the grant) - Calculating and reporting outcomes of each event to ECOLOGY. Who will perform it: - A contractor, in conjunction with any vendors hired or utilized by said contractor for final management of materials. - RECIPIENT employee intends to be minimally involved, performing basic oversight. This task includes development and distribution of promotional materials in a variety of formats to encourage participation. RECIPIENT is encouraged to work with their ECOLOGY grant manager when developing promotional materials , and provide a draft copy for review and approval 10 business days prior to production and distribution of materials. RECIPIENT is reminded of provisions 3 and 19 of the General Terms and Conditions of this Agreement . This task will not reimburse costs covered by existing product stewardship organizations (E-Cycle Washington, LightRecycle Washington, PaintCare, Call2Recycle) or for costs covered by new product stewardship organizations that are fully implemented during this agreement period. RECIPIENT is not participating in the PaintCare product stewardship program and will be implementing special collection events. ECOLOGY encourages RECIPIENT to contact PaintCare to coordinate PaintCare 's presence at events. PaintCare will take all acceptable products during the event at no charge to the RECIPIENT , resulting in a cost savings to the RECIPIENT. LSWFA will not cover the costs at collection events that are covered by PaintCare . RECIPIENT will credit the grant for any revenue received from the collection of fees or commodity sales of items this task is directly supporting. The scope of this task includes recycling activity managed or performed by RECIPIENT at a recycling center such as a transfer Template Version 12/10/2020 9 Page 8 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA station or drop box location, or at another location. Disposal of any materials collected or advertised as collected for recycling or reuse or marketed for recycling or reuse under this task is prohibited. RECIPIENT must immediately notify ECOLOGY when they become aware that disposal of materials collected for recycling or reuse occurred. ECOLOGY may deny new costs or require RECIPIENT to repay costs already reimbursed or both . Task Goal Statement: The goal of this task is to decrease the amount of organic waste , household hazardous waste, and hard-to-recycle items going to landfill by holding collection events in a convenient location for City residents. RECIPIENT and its contractor will also help reduce waste and encourage recycling by distributing educational materials to residents. The events will also provide an opportunity to distribute environmentally friendly products such as compost/vermicompost bins. Task Expected Outcome: The collection events proposed are expected to net an approximate total of 48,000 pounds of material for recycling, 28,000 pounds of organics diverted from the waste stream , and 16,000 pounds of household hazardous waste properly managed. Depending on vendor availability, there is potential to also collect 7,000 pounds of items for reuse. These metrics represent the percentage of the task's total overall cost that is supported by the Ecology Share plus Recipient Share under this Agreement . Recipient Task Coordinator: Paul Devine Deliverables CROP Recycling Operations Number Description Due Date 1.1 Task Expected Outcomes are the deliverables and achieved incrementally throughout the biennium. Template Version 12/10/2020 10 Page 9 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA SCOPE OF WORK Task Number:2 Task Cost: $15,285.34 Task Title:Homeless Encampment Response Task Description: ACTIVITY - CLEANUP RECIPIENT will coordinate with other departments and local agencies to cleanup active and /or abandoned encampments and continue to keep them clean. RECIPIENT may investigate active and/or abandoned encampments to assess and prioritize cleanup. Cleanup and disposal are eligible on publicly-owned sites/locations only. RECIPIENT intends to contract for assistance with this task . Reimbursement for costs incurred by contractors to perform work identified in this task are subject to the same eligibility and reimbursement requirements as the RECIPIENT, and require ECOLOGY approval. RECIPIENT is encouraged to review the Master Contract provided by Department of Enterprise Services (DES) for information about vendors with experience to cleanup and dispose of materials that meet the RECIPIENT’s specific circumstances and need. ACTIVITY – INFRASTRUCTURE, PURCHASED SERVICES Recipient may purchase services to provide portable toilets and or garbage collection at shelter-in place locations and other locations where the Recipient has previously assessed these services are practical. Recipient employees and or contractors will investigate active encampments to assess the level of infrastructure needed. Costs eligible for reimbursement with supporting documentation include: - RECIPIENT employee time. - Contracts, purchased services identified in the scope of work. - Supplies for cleanup: bags, protective gear. - Cleanup costs: time, transportation, and disposal of materials from encampments. - Time: planning/coordination of cleanup. - Costs not listed here but pre-approved in writing by ECOLOGY. Costs not eligible for reimbursement: - Overtime compensation (all hours are calculated at the regular rate of pay). - Costs not specifically identified or pre-approved in writing by ECOLOGY. Task Goal Statement: The goal of the task is to protect the environment through cleanup and prevent continued environmental harm at encampments. Task Expected Outcome: With the task budget, RECIPIENT estimates: Template Version 12/10/2020 11 Page 10 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA - 4,000 pounds of garbage are cleaned up from 5 encampments and properly disposed. - 900 pounds of garbage are prevented from improper disposal because garbage collection containers were installed at 3 active encampments and regularly serviced. - 8 cleanups are performed at 5 encampments (includes multiple cleanups at the same encampments). RECIPIENT will track and report the pounds of garbage cleaned and properly disposed . Anticipating multiple cleanups at the same encampment, RECIPIENT will track and report quarterly, the number of encampments cleaned and the number of cleanups performed at each encampment. Recipient Task Coordinator: Nancy Eklund Deliverables Homeless Encampment Response Number Description Due Date 2.1 Task Expected Outcomes are the deliverables and achieved incrementally throughout the biennium. Template Version 12/10/2020 12 Page 11 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA SCOPE OF WORK Task Number:3 Task Cost: $13,333.33 Task Title:CROP Residential Recycling/Waste Prevention Task Description: RECIPIENT, with a consultant, will provide a campaign for residents to reduce waste and increase reuse of items, and secondarily, to promote compliance among restaurants with the new statewide single use bag ban and the serviceware on request law. The RECIPIENT and its consultant are encouraged to work with /build on other entities centering similar work, such as the City of Kirkland, and ECOLOGY staff implementing the laws . Work to perform may include: - Create and implement a campaign to reduce or eliminate one-time use of items where feasible. This includes support of Chapter 70A.245 Revised Code of Washington (RCW) requirements around disposable serviceware at food service businesses, and the Chapter 70A.530 RCW law for reusing bags. - Promotion of the campaign via media such as web and print. - Provision of durable goods as a tool to kickstart reuse habits, such as reusable bags, portable utensil kits and/or straws. RECIPIENT is encouraged to find the target audience for giveaway kickstart tools by seeking out audiences underserved and unlikely to already have such items. - Use of community-based social marketing strategies to reaffirm reuse and reduction behaviors in the residential sector . This will include face-to-face interaction and the use of a pledge-like display or similar on which residents may indicate by mark or placement of an object, etc. a commitment to use and reuse the durable goods they receive. This will be paired with encouragement to participate in follow-up survey(s). It may also include prompts and sharing images of residents utilizing their kits to establish it as a social norm. - Evaluation of the tangible effects of the outreach in terms of pounds of waste prevented . See "Task Expected Outcomes" for details. Who will perform the work: - RECIPIENT will hire a consultant to perform most of the work . Reimbursement for costs incurred by contractors to implement LSWFA funded activities identified in this task are subject to the same eligibility and reimbursement requirements as the RECIPIENT, and require ECOLOGY approval. This task includes development and distribution of promotional materials in a variety of formats to encourage participation. RECIPIENT is encouraged to work with their ECOLOGY grant manager when developing promotional materials , and provide a draft copy for review and approval 10 business days prior to production and distribution of materials. RECIPIENT is reminded of provisions 3 and 19 of the General Terms and Conditions of this Agreement . Eligible costs include: - Consultant time and costs necessary to perform the scoped work. - Media buys and creation. - Purchase of subsidized items (see note below). - Costs not listed here but pre-approved in writing by ECOLOGY. Template Version 12/10/2020 13 Page 12 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA Items that are considered entertainment are not eligible for reimbursement such as gift cards and movie tickets. LSWFA allows outreach material that meet the following criteria: 1. Must be pre-approved by ECOLOGY. 2. Must be relevant to the task and support the task’s message . 3. Must promote an environmental action. 4. Must be received by a “participant” in the LSWFA program or task . 5. Must be minimal in cost. Costs not eligible for reimbursement: - Overtime compensation (all hours are calculated at the regular rate of pay). - Costs not specifically identified in the task's scope of work or pre-approved in writing by ECOLOGY. Task Goal Statement: The goal of this task is to reduce pollution and natural resource use consumption. RECIPIENT intends to do this via support for residents reducing waste from single-use items and education of business owners about the new laws on single-use bags and serviceware. Task Expected Outcome: With the Task Cost, RECIPIENT expects to reduce solid waste by approximately 800 pounds over the two-year grant period. RECIPIENT will estimate waste prevention achieved by replacement of single -use items with durable items and similar consumption changes. This will be done via surveys of residential participants regarding their waste habits before and after outreach. All residential recipients of the waste-preventing durable goods will be strongly encouraged to indicate their commitment to use the items (such as via the pledge-like display described in "Task Description"), and will be encouraged to participate in follow-up survey(s) (the information for which will be included with the goods). The survey may also seek feedback on how the durable products provided have performed for the resident. As an incentive for survey participation, RECIPIENT has indicated potential entry into a drawing for a gift card , and RECIPIENT knows that cost would be ineligible under this Task. Recipient Task Coordinator: Nancy Eklund Deliverables CROP Residential Recycling/Waste Prevention Number Description Due Date 3.1 Task Expected Outcomes are the deliverables and achieved incrementally throughout the biennium. Template Version 12/10/2020 14 Page 13 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA BUDGET Funding Distribution EG220146 NOTE: The above funding distribution number is used to identify this specific agreement and budget on payment remittances and may be referenced on other communications from ECOLOGY. Your agreement may have multiple funding distribution numbers to identify each budget. Title: State Model Toxics Control Operating Account (MTCOA) 100% Local Solid Waste Financial Assistance Type: Funding Source %: Description: FDFund: Approved Indirect Costs Rate: Recipient Match %: InKind Interlocal Allowed: InKind Other Allowed: Is this Funding Distribution used to match a federal grant? No Approved State Indirect Rate: 30% 25% No No Funding Title: Funding Source: Funding Expiration Date: Funding Type: Funding Effective Date: City of Tukwila 07/01/2021 06/30/2023 Grant City of Tukwila Task Total CROP Recycling Operations 12,000.00$ Homeless Encampment Response 15,285.34$ CROP Residential Recycling/Waste Prevention 13,333.33$ 40,618.67$Total: Template Version 12/10/2020 15 Page 14 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA Funding Distribution Summary Recipient / Ecology Share Recipient Share Ecology Share TotalRecipient Match %Funding Distribution Name $$$%30,464.00 40,618.6710,154.6725.00City of Tukwila Total $$10,154.67 30,464.00 $40,618.67 AGREEMENT SPECIFIC TERMS AND CONDITIONS N/A SPECIAL TERMS AND CONDITIONS If the scope of this Agreement includes recycling activity managed or performed by the RECIPIENT at a recycling center (such as a transfer station or drop box location) or other locations, Ecology will not reimburse disposal costs for materials collected or advertised as collected for recycling/reuse or marketed for recycling/reuse under this Agreement, unless approved in writing by Ecology. RECIPIENT must immediately notify ECOLOGY when the RECIPIENT becomes aware that disposal of materials occurred or may occur due to the market conditions for recycled/reused materials. ECOLOGY may deny new costs or require repayment of costs already reimbursed or remove the task from the Agreement or terminate the Agreement . Ecology will conduct a risk assessment of all Local Solid Waste Financial Assistance recipients . The level of risk determines the level of oversight required by Ecology throughout the biennium. If the RECIPIENT’s performance or project circumstances change, Ecology may reassess risk and notify the RECIPIENT of any changes to administrative requirements . RECIPIENT shall update the Spending Plan and Outcomes Data Collection form at least quarterly . The Spending Plan and Outcomes Data Collection form must be completed concurrent with the submittal of each payment Request/Progress Report. RECIPIENT shall report outcomes in a manner consistent with instructions in the Local Solid Waste Financial Assistance guidelines. RECIPIENT must submit within thirty (30) days after the expiration date of this Agreement , all financial (including payment requests), performance, and other reports required by this Agreement . Ecology shall have the right to deny reimbursement of payment requests received after this date. GENERAL FEDERAL CONDITIONS If a portion or all of the funds for this agreement are provided through federal funding sources or this agreement is used to match a federal grant award, the following terms and conditions apply to you. A. CERTIFICATION REGARDING SUSPENSION, DEBARMENT, INELIGIBILITY OR VOLUNTARY EXCLUSION: 1.The RECIPIENT/CONTRACTOR, by signing this agreement, certifies that it is not suspended, debarred, proposed for debarment, declared ineligible or otherwise excluded from contracting with the federal government, or from receiving contracts paid for with federal funds. If the RECIPIENT/CONTRACTOR is unable to certify to the statements Template Version 12/10/2020 16 Page 15 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA contained in the certification, they must provide an explanation as to why they cannot. 2.The RECIPIENT/CONTRACTOR shall provide immediate written notice to ECOLOGY if at any time the RECIPIENT/CONTRACTOR learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances. 3.The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact ECOLOGY for assistance in obtaining a copy of those regulations . 4.The RECIPIENT/CONTRACTOR agrees it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under the applicable Code of Federal Regulations, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction. 5.The RECIPIENT/CONTRACTOR further agrees by signing this agreement , that it will include this clause titled “CERTIFICATION REGARDING SUSPENSION, DEBARMENT, INELIGIBILITY OR VOLUNTARY EXCLUSION” without modification in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 6.Pursuant to 2CFR180.330, the RECIPIENT/CONTRACTOR is responsible for ensuring that any lower tier covered transaction complies with certification of suspension and debarment requirements. 7.RECIPIENT/CONTRACTOR acknowledges that failing to disclose the information required in the Code of Federal Regulations may result in the delay or negation of this funding agreement, or pursuance of legal remedies, including suspension and debarment. 8.RECIPIENT/CONTRACTOR agrees to keep proof in its agreement file , that it, and all lower tier recipients or contractors, are not suspended or debarred, and will make this proof available to ECOLOGY before requests for reimbursements will be approved for payment. RECIPIENT/CONTRACTOR must run a search in <http://www.sam.gov> and print a copy of completed searches to document proof of compliance. B. FEDERAL FUNDING ACCOUNTABILITY AND TRANSPARENCY ACT (FFATA) REPORTING REQUIREMENTS: CONTRACTOR/RECIPIENT must complete the FFATA Data Collection Form (ECY 070-395) and return it with the signed agreement to ECOLOGY. Any CONTRACTOR/RECIPIENT that meets each of the criteria below must report compensation for its five top executives using the FFATA Data Collection Form . ·Receives more than $30,000 in federal funds under this award. ·Receives more than 80 percent of its annual gross revenues from federal funds. ·Receives more than $25,000,000 in annual federal funds. Ecology will not pay any invoices until it has received a completed and signed FFATA Data Collection Form . Ecology is required to report the FFATA information for federally funded agreements , including the required Unique Entity Identifier in www.sam.gov <http://www.sam.gov/> within 30 days of agreement signature. The FFATA information will be available to the public at www.usaspending.gov <http://www.usaspending.gov/>. For more details on FFATA requirements, see www.fsrs.gov <http://www.fsrs.gov/>. C. FEDERAL FUNDING PROHIBITION ON CERTAIN TELECOMMUNICATIONS OR VIDEO SURVEILLANCE Template Version 12/10/2020 17 Page 16 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA SERVICES OR EQUIPMENT: As required by 2 CFR 200.216, federal grant or loan recipients and subrecipients are prohibited from obligating or expending loan or grant funds to: 1.Procure or obtain; 2.Extend or renew a contract to procure or obtain; or 3.Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that use covered telecommunications equipment, video surveillance services or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232 <https://www.govinfo.gov/content/pkg/PLAW-115publ232/pdf/PLAW-115publ232.pdf>, section 889, covered telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities ). Recipients, subrecipients, and borrowers also may not use federal funds to purchase certain prohibited equipment, systems, or services, including equipment, systems, or services produced or provided by entities identified in section 889, are recorded in the System for Award Management (SAM) <https://sam.gov/SAM/> exclusion list. Template Version 12/10/2020 18 Page 17 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA GENERAL TERMS AND CONDITIONS Pertaining to Grant and Loan Agreements With the state of Washington, Department of Ecology GENERAL TERMS AND CONDITIONS For DEPARTMENT OF ECOLOGY GRANTS and LOANS 06/24/2021 Version 1. ADMINISTRATIVE REQUIREMENTS a) RECIPIENT shall follow the "Administrative Requirements for Recipients of Ecology Grants and Loans – EAGL Edition ." (https://fortress.wa.gov/ecy/publications/SummaryPages/1701004.html) b) RECIPIENT shall complete all activities funded by this Agreement and be fully responsible for the proper management of all funds and resources made available under this Agreement . c) RECIPIENT agrees to take complete responsibility for all actions taken under this Agreement , including ensuring all subgrantees and contractors comply with the terms and conditions of this Agreement . ECOLOGY reserves the right to request proof of compliance by subgrantees and contractors. d) RECIPIENT’s activities under this Agreement shall be subject to the review and approval by ECOLOGY for the extent and character of all work and services. 2. AMENDMENTS AND MODIFICATIONS This Agreement may be altered, amended, or waived only by a written amendment executed by both parties. No subsequent modification(s) or amendment(s) of this Agreement will be of any force or effect unless in writing and signed by authorized representatives of both parties. ECOLOGY and the RECIPIENT may change their respective staff contacts and administrative information without the concurrence of either party. 3. ACCESSIBILITY REQUIREMENTS FOR COVERED TECHNOLOGY The RECIPIENT must comply with the Washington State Office of the Chief Information Officer , OCIO Policy no. 188, Accessibility (https://ocio.wa.gov/policy/accessibility) as it relates to “covered technology.” This requirement applies to all products supplied under the Agreement , providing equal access to information technology by individuals with disabilities, including and not limited to web sites/pages, web-based applications, software systems, video and audio content, and electronic documents intended for publishing on Ecology’s public web site . 4. ARCHAEOLOGICAL AND CULTURAL RESOURCES RECIPIENT shall take all reasonable action to avoid , minimize, or mitigate adverse effects to archaeological and historic archaeological sites, historic buildings/structures, traditional cultural places, sacred sites, or other cultural resources, hereby referred to as Cultural Resources. The RECIPIENT must agree to hold harmless ECOLOGY in relation to any claim related to Cultural Resources discovered , disturbed, or damaged due to the RECIPIENT’s project funded under this Agreement . RECIPIENT shall: a) Contact the ECOLOGY Program issuing the grant or loan to discuss any Cultural Resources requirements for their project : • Cultural Resource Consultation and Review should be initiated early in the project planning process and must be completed prior to expenditure of Agreement funds as required by applicable State and Federal requirements . * For state funded construction, demolition, or land acquisitions, comply with Governor Executive Order 21-02, Archaeological and Cultural Resources. Template Version 12/10/2020 19 Page 18 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA • For projects with any federal involvement, comply with the National Historic Preservation Act of 1966 (Section 106). b) If required by the ECOLOGY Program, submit an Inadvertent Discovery Plan (IDP) to ECOLOGY prior to implementing any project that involves field activities. ECOLOGY will provide the IDP form. RECIPIENT shall: • Keep the IDP at the project site. • Make the IDP readily available to anyone working at the project site . • Discuss the IDP with staff, volunteers, and contractors working at the project site. • Implement the IDP when Cultural Resources or human remains are found at the project site . c) If any Cultural Resources are found while conducting work under this Agreement , follow the protocol outlined in the project IDP. • Immediately stop work and notify the ECOLOGY Program, who will notify the Department of Archaeology and Historic Preservation at (360) 586-3065, any affected Tribe, and the local government. d) If any human remains are found while conducting work under this Agreement , follow the protocol outlined in the project IDP. • Immediately stop work and notify the local Law Enforcement Agency or Medical Examiner /Coroner’s Office, the Department of Archaeology and Historic Preservation at (360) 790-1633, and then the ECOLOGY Program. e) Comply with RCW 27.53, RCW 27.44, and RCW 68.50.645, and all other applicable local, state, and federal laws protecting Cultural Resources and human remains. 5. ASSIGNMENT No right or claim of the RECIPIENT arising under this Agreement shall be transferred or assigned by the RECIPIENT . 6. COMMUNICATION RECIPIENT shall make every effort to maintain effective communications with the RECIPIENT 's designees, ECOLOGY, all affected local, state, or federal jurisdictions, and any interested individuals or groups. 7. COMPENSATION a) Any work performed prior to effective date of this Agreement will be at the sole expense and risk of the RECIPIENT . ECOLOGY must sign the Agreement before any payment requests can be submitted . b) Payments will be made on a reimbursable basis for approved and completed work as specified in this Agreement . c) RECIPIENT is responsible to determine if costs are eligible. Any questions regarding eligibility should be clarified with ECOLOGY prior to incurring costs. Costs that are conditionally eligible require approval by ECOLOGY prior to expenditure . d) RECIPIENT shall not invoice more than once per month unless agreed on by ECOLOGY . e) ECOLOGY will not process payment requests without the proper reimbursement forms , Progress Report and supporting documentation. ECOLOGY will provide instructions for submitting payment requests . f) ECOLOGY will pay the RECIPIENT thirty (30) days after receipt of a properly completed request for payment. g) RECIPIENT will receive payment through Washington State’s Office of Financial Management’s Statewide Payee Desk . To receive payment you must register as a statewide vendor by submitting a statewide vendor registration form and an IRS W -9 form at website, https://ofm.wa.gov/it-systems/statewide-vendorpayee-services. If you have questions about the vendor registration process, you can contact Statewide Payee Help Desk at (360) 407-8180 or email PayeeRegistration@ofm.wa.gov. h) ECOLOGY may, at its sole discretion, withhold payments claimed by the RECIPIENT if the RECIPIENT fails to satisfactorily comply with any term or condition of this Agreement . i) Monies withheld by ECOLOGY may be paid to the RECIPIENT when the work described herein , or a portion thereof, has been completed if, at ECOLOGY's sole discretion, such payment is reasonable and approved according to this Agreement , as appropriate, or upon completion of an audit as specified herein. Template Version 12/10/2020 20 Page 19 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA j) RECIPIENT must submit within thirty (30) days after the expiration date of this Agreement , all financial, performance, and other reports required by this Agreement . Failure to comply may result in delayed reimbursement. 8. COMPLIANCE WITH ALL LAWS RECIPIENT agrees to comply fully with all applicable federal, state and local laws, orders, regulations, and permits related to this Agreement, including but not limited to: a) RECIPIENT agrees to comply with all applicable laws, regulations, and policies of the United States and the State of Washington which affect wages and job safety . b) RECIPIENT agrees to be bound by all applicable federal and state laws , regulations, and policies against discrimination. c) RECIPIENT certifies full compliance with all applicable state industrial insurance requirements . d) RECIPIENT agrees to secure and provide assurance to ECOLOGY that all the necessary approvals and permits required by authorities having jurisdiction over the project are obtained. RECIPIENT must include time in their project timeline for the permit and approval processes. ECOLOGY shall have the right to immediately terminate for cause this Agreement as provided herein if the RECIPIENT fails to comply with above requirements. If any provision of this Agreement violates any statute or rule of law of the state of Washington , it is considered modified to conform to that statute or rule of law. 9. CONFLICT OF INTEREST RECIPIENT and ECOLOGY agree that any officer , member, agent, or employee, who exercises any function or responsibility in the review, approval, or carrying out of this Agreement , shall not have any personal or financial interest, direct or indirect, nor affect the interest of any corporation, partnership, or association in which he/she is a part, in this Agreement or the proceeds thereof. 10. CONTRACTING FOR GOODS AND SERVICES RECIPIENT may contract to buy goods or services related to its performance under this Agreement . RECIPIENT shall award all contracts for construction, purchase of goods, equipment, services, and professional architectural and engineering services through a competitive process, if required by State law. RECIPIENT is required to follow procurement procedures that ensure legal, fair, and open competition. RECIPIENT must have a standard procurement process or follow current state procurement procedures . RECIPIENT may be required to provide written certification that they have followed their standard procurement procedures and applicable state law in awarding contracts under this Agreement . ECOLOGY reserves the right to inspect and request copies of all procurement documentation , and review procurement practices related to this Agreement. Any costs incurred as a result of procurement practices not in compliance with state procurement law or the RECIPIENT's normal procedures may be disallowed at ECOLOGY’s sole discretion . 11. DISPUTES When there is a dispute with regard to the extent and character of the work, or any other matter related to this Agreement the determination of ECOLOGY will govern, although the RECIPIENT shall have the right to appeal decisions as provided for below: a) RECIPIENT notifies the funding program of an appeal request . b) Appeal request must be in writing and state the disputed issue(s). c) RECIPIENT has the opportunity to be heard and offer evidence in support of its appeal . d) ECOLOGY reviews the RECIPIENT’s appeal. e) ECOLOGY sends a written answer within ten (10) business days, unless more time is needed, after concluding the review. Template Version 12/10/2020 21 Page 20 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA The decision of ECOLOGY from an appeal will be final and conclusive , unless within thirty (30) days from the date of such decision, the RECIPIENT furnishes to the Director of ECOLOGY a written appeal. The decision of the Director or duly authorized representative will be final and conclusive. The parties agree that this dispute process will precede any action in a judicial or quasi-judicial tribunal. Appeals of the Director's decision will be brought in the Superior Court of Thurston County . Review of the Director’s decision will not be taken to Environmental and Land Use Hearings Office . Pending final decision of a dispute, the RECIPIENT agrees to proceed diligently with the performance of this Agreement and in accordance with the decision rendered. Nothing in this Agreement will be construed to limit the parties’ choice of another mutually acceptable method , in addition to the dispute resolution procedure outlined above. 12. ENVIRONMENTAL DATA STANDARDS a) RECIPIENT shall prepare a Quality Assurance Project Plan (QAPP) for a project that collects or uses environmental measurement data. RECIPIENTS unsure about whether a QAPP is required for their project shall contact the ECOLOGY Program issuing the grant or loan. If a QAPP is required, the RECIPIENT shall: • Use ECOLOGY’s QAPP Template/Checklist provided by the ECOLOGY, unless ECOLOGY Quality Assurance (QA) officer or the Program QA coordinator instructs otherwise. • Follow ECOLOGY’s Guidelines for Preparing Quality Assurance Project Plans for Environmental Studies , July 2004 (Ecology Publication No. 04-03-030). • Submit the QAPP to ECOLOGY for review and approval before the start of the work . b) RECIPIENT shall submit environmental data that was collected on a project to ECOLOGY using the Environmental Information Management system (EIM), unless the ECOLOGY Program instructs otherwise . The RECIPIENT must confirm with ECOLOGY that complete and correct data was successfully loaded into EIM , find instructions at: http://www.ecy.wa.gov/eim. c) RECIPIENT shall follow ECOLOGY’s data standards when Geographic Information System (GIS) data is collected and processed. Guidelines for Creating and Accessing GIS Data are available at : https://ecology.wa.gov/Research-Data/Data-resources/Geographic-Information-Systems-GIS/Standards. RECIPIENT, when requested by ECOLOGY, shall provide copies to ECOLOGY of all final GIS data layers , imagery, related tables, raw data collection files, map products, and all metadata and project documentation. 13. GOVERNING LAW This Agreement will be governed by the laws of the State of Washington , and the venue of any action brought hereunder will be in the Superior Court of Thurston County. 14. INDEMNIFICATION ECOLOGY will in no way be held responsible for payment of salaries , consultant's fees, and other costs related to the project described herein, except as provided in the Scope of Work . To the extent that the Constitution and laws of the State of Washington permit , each party will indemnify and hold the other harmless from and against any liability for any or all injuries to persons or property arising from the negligent act or omission of that party or that party's agents or employees arising out of this Agreement . 15. INDEPENDENT STATUS The employees, volunteers, or agents of each party who are engaged in the performance of this Agreement will continue to be employees, volunteers, or agents of that party and will not for any purpose be employees, volunteers, or agents of the other party. Template Version 12/10/2020 22 Page 21 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA 16. KICKBACKS RECIPIENT is prohibited from inducing by any means any person employed or otherwise involved in this Agreement to give up any part of the compensation to which he/she is otherwise entitled to or receive any fee, commission, or gift in return for award of a subcontract hereunder. 17. MINORITY AND WOMEN’S BUSINESS ENTERPRISES (MWBE) RECIPIENT is encouraged to solicit and recruit, to the extent possible, certified minority-owned (MBE) and women-owned (WBE) businesses in purchases and contracts initiated under this Agreement . Contract awards or rejections cannot be made based on MWBE participation; however, the RECIPIENT is encouraged to take the following actions, when possible, in any procurement under this Agreement : a) Include qualified minority and women's businesses on solicitation lists whenever they are potential sources of goods or services. b) Divide the total requirements, when economically feasible, into smaller tasks or quantities, to permit maximum participation by qualified minority and women's businesses. c) Establish delivery schedules, where work requirements permit, which will encourage participation of qualified minority and women's businesses. d) Use the services and assistance of the Washington State Office of Minority and Women 's Business Enterprises (OMWBE) (866-208-1064) and the Office of Minority Business Enterprises of the U.S. Department of Commerce, as appropriate. 18. ORDER OF PRECEDENCE In the event of inconsistency in this Agreement , unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order: (a) applicable federal and state statutes and regulations; (b) The Agreement; (c) Scope of Work; (d) Special Terms and Conditions; (e) Any provisions or terms incorporated herein by reference, including the "Administrative Requirements for Recipients of Ecology Grants and Loans"; (f) Ecology Funding Program Guidelines; and (g) General Terms and Conditions . 19. PRESENTATION AND PROMOTIONAL MATERIALS ECOLOGY reserves the right to approve RECIPIENT’s communication documents and materials related to the fulfillment of this Agreement: a) If requested, RECIPIENT shall provide a draft copy to ECOLOGY for review and approval ten (10) business days prior to production and distribution. b) RECIPIENT shall include time for ECOLOGY’s review and approval process in their project timeline . c) If requested, RECIPIENT shall provide ECOLOGY two (2) final copies and an electronic copy of any tangible products developed. Copies include any printed materials, and all tangible products developed such as brochures, manuals, pamphlets, videos, audio tapes, CDs, curriculum, posters, media announcements, or gadgets with a message, such as a refrigerator magnet, and any online communications, such as web pages, blogs, and twitter campaigns. If it is not practical to provide a copy, then the RECIPIENT shall provide a description (photographs, drawings, printouts, etc.) that best represents the item. Any communications intended for public distribution that uses ECOLOGY’s logo shall comply with ECOLOGY’s graphic requirements and any additional requirements specified in this Agreement . Before the use of ECOLOGY’s logo contact ECOLOGY for guidelines. RECIPIENT shall acknowledge in the communications that funding was provided by ECOLOGY . 20. PROGRESS REPORTING Template Version 12/10/2020 23 Page 22 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA a) RECIPIENT must satisfactorily demonstrate the timely use of funds by submitting payment requests and progress reports to ECOLOGY. ECOLOGY reserves the right to amend or terminate this Agreement if the RECIPIENT does not document timely use of funds. b) RECIPIENT must submit a progress report with each payment request . Payment requests will not be processed without a progress report. ECOLOGY will define the elements and frequency of progress reports . c) RECIPIENT shall use ECOLOGY’s provided progress report format. d) Quarterly progress reports will cover the periods from January 1 through March 31, April 1 through June 30, July 1 through September 30, and October 1 through December 31. Reports shall be submitted within thirty (30) days after the end of the quarter being reported. e) RECIPIENT must submit within thirty (30) days of the expiration date of the project, unless an extension has been approved by ECOLOGY, all financial, performance, and other reports required by the Agreement and funding program guidelines . RECIPIENT shall use the ECOLOGY provided closeout report format . 21. PROPERTY RIGHTS a) Copyrights and Patents. When the RECIPIENT creates any copyrightable materials or invents any patentable property under this Agreement, the RECIPIENT may copyright or patent the same but ECOLOGY retains a royalty free , nonexclusive, and irrevocable license to reproduce, publish, recover, or otherwise use the material(s) or property, and to authorize others to use the same for federal, state, or local government purposes. b) Publications. When the RECIPIENT or persons employed by the RECIPIENT use or publish ECOLOGY information ; present papers, lectures, or seminars involving information supplied by ECOLOGY; or use logos, reports, maps, or other data in printed reports, signs, brochures, pamphlets, etc., appropriate credit shall be given to ECOLOGY. c) Presentation and Promotional Materials. ECOLOGY shall have the right to use or reproduce any printed or graphic materials produced in fulfillment of this Agreement , in any manner ECOLOGY deems appropriate. ECOLOGY shall acknowledge the RECIPIENT as the sole copyright owner in every use or reproduction of the materials . d) Tangible Property Rights. ECOLOGY's current edition of "Administrative Requirements for Recipients of Ecology Grants and Loans," shall control the use and disposition of all real and personal property purchased wholly or in part with funds furnished by ECOLOGY in the absence of state and federal statutes , regulations, or policies to the contrary, or upon specific instructions with respect thereto in this Agreement . e) Personal Property Furnished by ECOLOGY. When ECOLOGY provides personal property directly to the RECIPIENT for use in performance of the project, it shall be returned to ECOLOGY prior to final payment by ECOLOGY . If said property is lost, stolen, or damaged while in the RECIPIENT's possession, then ECOLOGY shall be reimbursed in cash or by setoff by the RECIPIENT for the fair market value of such property . f) Acquisition Projects. The following provisions shall apply if the project covered by this Agreement includes funds for the acquisition of land or facilities: 1. RECIPIENT shall establish that the cost is fair value and reasonable prior to disbursement of funds provided for in this Agreement. 2. RECIPIENT shall provide satisfactory evidence of title or ability to acquire title for each parcel prior to disbursement of funds provided by this Agreement . Such evidence may include title insurance policies, Torrens certificates, or abstracts, and attorney's opinions establishing that the land is free from any impediment, lien, or claim which would impair the uses intended by this Agreement. g) Conversions. Regardless of the Agreement expiration date , the RECIPIENT shall not at any time convert any equipment , property, or facility acquired or developed under this Agreement to uses other than those for which assistance was originally approved without prior written approval of ECOLOGY. Such approval may be conditioned upon payment to ECOLOGY of that portion of the proceeds of the sale, lease, or other conversion or encumbrance which monies granted pursuant to this Agreement bear to the total acquisition, purchase, or construction costs of such property. Template Version 12/10/2020 24 Page 23 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA 22. RECORDS, AUDITS, AND INSPECTIONS RECIPIENT shall maintain complete program and financial records relating to this Agreement , including any engineering documentation and field inspection reports of all construction work accomplished. All records shall: a) Be kept in a manner which provides an audit trail for all expenditures. b) Be kept in a common file to facilitate audits and inspections. c) Clearly indicate total receipts and expenditures related to this Agreement . d) Be open for audit or inspection by ECOLOGY, or by any duly authorized audit representative of the State of Washington , for a period of at least three (3) years after the final grant payment or loan repayment, or any dispute resolution hereunder. RECIPIENT shall provide clarification and make necessary adjustments if any audits or inspections identify discrepancies in the records. ECOLOGY reserves the right to audit, or have a designated third party audit, applicable records to ensure that the state has been properly invoiced. Any remedies and penalties allowed by law to recover monies determined owed will be enforced. Repetitive instances of incorrect invoicing or inadequate records may be considered cause for termination. All work performed under this Agreement and any property and equipment purchased shall be made available to ECOLOGY and to any authorized state, federal or local representative for inspection at any time during the course of this Agreement and for at least three (3) years following grant or loan termination or dispute resolution hereunder. RECIPIENT shall provide right of access to ECOLOGY, or any other authorized representative, at all reasonable times, in order to monitor and evaluate performance, compliance, and any other conditions under this Agreement . 23. RECOVERY OF FUNDS The right of the RECIPIENT to retain monies received as reimbursement payments is contingent upon satisfactory performance of this Agreement and completion of the work described in the Scope of Work . All payments to the RECIPIENT are subject to approval and audit by ECOLOGY , and any unauthorized expenditure(s) or unallowable cost charged to this Agreement shall be refunded to ECOLOGY by the RECIPIENT . RECIPIENT shall refund to ECOLOGY the full amount of any erroneous payment or overpayment under this Agreement . RECIPIENT shall refund by check payable to ECOLOGY the amount of any such reduction of payments or repayments within thirty (30) days of a written notice. Interest will accrue at the rate of twelve percent (12%) per year from the time ECOLOGY demands repayment of funds. Any property acquired under this Agreement , at the option of ECOLOGY, may become ECOLOGY's property and the RECIPIENT's liability to repay monies will be reduced by an amount reflecting the fair value of such property. 24. SEVERABILITY If any provision of this Agreement or any provision of any document incorporated by reference shall be held invalid , such invalidity shall not affect the other provisions of this Agreement which can be given effect without the invalid provision , and to this end the provisions of this Agreement are declared to be severable . 25. STATE ENVIRONMENTAL POLICY ACT (SEPA) RECIPIENT must demonstrate to ECOLOGY’s satisfaction that compliance with the requirements of the State Environmental Policy Act (Chapter 43.21C RCW and Chapter 197-11 WAC) have been or will be met. Any reimbursements are subject to this provision. 26. SUSPENSION When in the best interest of ECOLOGY, ECOLOGY may at any time, and without cause, suspend this Agreement or any portion thereof for a temporary period by written notice from ECOLOGY to the RECIPIENT . RECIPIENT shall resume performance on the next business day following the suspension period unless another day is specified by ECOLOGY. Template Version 12/10/2020 25 Page 24 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA 27. SUSTAINABLE PRACTICES In order to sustain Washington’s natural resources and ecosystems , the RECIPIENT is fully encouraged to implement sustainable practices and to purchase environmentally preferable products under this Agreement . a) Sustainable practices may include such activities as: use of clean energy, use of double-sided printing, hosting low impact meetings, and setting up recycling and composting programs. b) Purchasing may include such items as: sustainably produced products and services, EPEAT registered computers and imaging equipment, independently certified green cleaning products, remanufactured toner cartridges, products with reduced packaging, office products that are refillable , rechargeable, and recyclable, 100% post-consumer recycled paper, and toxic free products. For more suggestions visit ECOLOGY’s web page, Green Purchasing, https://ecology.wa.gov/Regulations-Permits/Guidance-technical-assistance/Sustainable-purchasing. 28. TERMINATION a) For Cause ECOLOGY may terminate for cause this Agreement with a seven (7) calendar days prior written notification to the RECIPIENT, at the sole discretion of ECOLOGY, for failing to perform an Agreement requirement or for a material breach of any term or condition. If this Agreement is so terminated, the parties shall be liable only for performance rendered or costs incurred in accordance with the terms of this Agreement prior to the effective date of termination . Failure to Commence Work. ECOLOGY reserves the right to terminate this Agreement if RECIPIENT fails to commence work on the project funded within four (4) months after the effective date of this Agreement, or by any date mutually agreed upon in writing for commencement of work, or the time period defined within the Scope of Work . Non-Performance. The obligation of ECOLOGY to the RECIPIENT is contingent upon satisfactory performance by the RECIPIENT of all of its obligations under this Agreement. In the event the RECIPIENT unjustifiably fails, in the opinion of ECOLOGY, to perform any obligation required of it by this Agreement , ECOLOGY may refuse to pay any further funds, terminate in whole or in part this Agreement, and exercise any other rights under this Agreement . Despite the above, the RECIPIENT shall not be relieved of any liability to ECOLOGY for damages sustained by ECOLOGY and the State of Washington because of any breach of this Agreement by the RECIPIENT . ECOLOGY may withhold payments for the purpose of setoff until such time as the exact amount of damages due ECOLOGY from the RECIPIENT is determined. b) For Convenience ECOLOGY may terminate for convenience this Agreement , in whole or in part, for any reason when it is the best interest of ECOLOGY, with a thirty (30) calendar days prior written notification to the RECIPIENT, except as noted below. If this Agreement is so terminated, the parties shall be liable only for performance rendered or costs incurred in accordance with the terms of this Agreement prior to the effective date of termination . Non-Allocation of Funds. ECOLOGY’s ability to make payments is contingent on availability of funding . In the event funding from state, federal or other sources is withdrawn, reduced, or limited in any way after the effective date and prior to the completion or expiration date of this Agreement , ECOLOGY, at its sole discretion, may elect to terminate the Agreement, in whole or part, or renegotiate the Agreement, subject to new funding limitations or conditions. ECOLOGY may also elect to suspend performance of the Agreement until ECOLOGY determines the funding insufficiency is resolved . ECOLOGY may exercise any of these options with no notification or restrictions, although ECOLOGY will make a reasonable attempt to provide notice. In the event of termination or suspension, ECOLOGY will reimburse eligible costs incurred by the RECIPIENT through the effective date of termination or suspension . Reimbursed costs must be agreed to by ECOLOGY and the RECIPIENT . In no Template Version 12/10/2020 26 Page 25 of 25State of Washington Department of Ecology Agreement No: Project Title: Recipient Name: SWMLSWFA-2021-TukCDD-00103 IMP City of Tukwila CITY OF TUKWILA event shall ECOLOGY’s reimbursement exceed ECOLOGY’s total responsibility under the Agreement and any amendments . If payments have been discontinued by ECOLOGY due to unavailable funds , the RECIPIENT shall not be obligated to repay monies which had been paid to the RECIPIENT prior to such termination . RECIPIENT’s obligation to continue or complete the work described in this Agreement shall be contingent upon availability of funds by the RECIPIENT's governing body. c) By Mutual Agreement ECOLOGY and the RECIPIENT may terminate this Agreement, in whole or in part, at any time, by mutual written agreement. d) In Event of Termination All finished or unfinished documents, data studies, surveys, drawings, maps, models, photographs, reports or other materials prepared by the RECIPIENT under this Agreement, at the option of ECOLOGY, will become property of ECOLOGY and the RECIPIENT shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. Nothing contained herein shall preclude ECOLOGY from demanding repayment of all funds paid to the RECIPIENT in accordance with Recovery of Funds, identified herein. 29. THIRD PARTY BENEFICIARY RECIPIENT shall ensure that in all subcontracts entered into by the RECIPIENT pursuant to this Agreement , the state of Washington is named as an express third party beneficiary of such subcontracts with full rights as such . 30. WAIVER Waiver of a default or breach of any provision of this Agreement is not a waiver of any subsequent default or breach , and will not be construed as a modification of the terms of this Agreement unless stated as such in writing by the authorized representative of ECOLOGY. End of General Terms and Conditions Template Version 12/10/2020 27 28 INFORMATIONAL MEMORANDUM TO: Transportation and Infrastructure Services Committee FROM: Hari Ponnekanti, Public Works Director/ City Engineer BY: Adib Altallal, Utilities Engineer CC: Mayor Ekberg DATE: August 26, 2022 SUBJECT: Tukwila Parkway Emergency Repair Project No. 22240101 Construction Contract Award ISSUE Approve the award of the Construction Contract to ICON Materials for the project Tukwila Parkway Emergency Repair. BACKGROUND On March 30, 2022, at the southeast corner of the intersection of Tukwila Parkway and Andover Park West, the City’s 10” caste iron watermain failed. The failure caused extensive damage to a portion of the street and the sidewalk. The water crew worked tirelessly to repair the main. The damages caused by the watermain to the road features could not be repaired inhouse. Temporary repairs were made to the roadway to keep it open until a construction contract could be awarded. DISCUSSION KPG was selected from the on-call engineering roster to perform the emergency design work. Their existing 21-187 overlay contract was modified on June 13th, 2022 to include the design work. KPG completed the design on July 26th, 2022. The project documents were advertised the week of July 27th, 2022 and August 3rd, 2022. Under the supervision of the City Clerk, the bid opening took place on August 10th, 2022. Six bids were received and ICON Materials were selected as the low bidder with a total of $495,595.00. FISCAL IMPACT Funding for the construction contract will be provided by the Water Enterprise Fund. Cost Estimate Fund Source Budget ICON Contract $495,595.00 Water Fund $594,714.00 Contingency (20%) 99,119.00 Total $594,714.00 RECOMMENDATION Council is being asked to approve the award of the Construction Project to ICON Materials for $594,714.00 and consider this item on the Consent Agenda at the September 12, 2022 Special Council Meeting. Attachments: Bid Tabulation Recommendation Letter ICON Construction Contract Construction Bid Documents & Verification 29 City of Tukwila Tukwila Parkway Emergency Repair KPG Psomas Project No. 22067 Probable Construction Cost Estimate 7/25/2022 BID TABS Bid Item No. Section No.Item Quantity Unit Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost Unit Price Total Cost 1 1-04 Minor Change 1 FA $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 2,500.00 $ 2,500.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 2 1-05 Roadway Surveying 1 LS $ 6,000.00 $ 6,000.00 $ 4,200.00 $ 4,200.00 $ 6,000.00 $ 6,000.00 $ 25,000.00 $ 25,000.00 $ 5,694.00 $ 5,694.00 $ 12,500.00 $ 12,500.00 $ 3,700.00 $ 3,700.00 3 1-05 ADA Features Surveying 1 LS $ 2,500.00 $ 2,500.00 $ 1,800.00 $ 1,800.00 $ 6,000.00 $ 6,000.00 $ 5,000.00 $ 5,000.00 $ 5,694.00 $ 5,694.00 $ 2,500.00 $ 2,500.00 $ 3,700.00 $ 3,700.00 4 1-05 Record Drawings ($5000 min bid)1 LS $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 12,000.00 $ 12,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 5 1-07 SPCC Plan 1 LS $ 1,000.00 $ 1,000.00 $ 240.00 $ 240.00 $ 500.00 $ 500.00 $ 1,090.00 $ 1,090.00 $ 6,655.00 $ 6,655.00 $ 250.00 $ 250.00 $ 250.00 $ 250.00 6 1-07 Property Restoration 1 FA $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 7 1-09 Mobilization 1 LS $ 50,000.00 $ 50,000.00 $ 57,000.00 $ 57,000.00 $ 115,000.00 $ 115,000.00 $ 13,675.00 $ 13,675.00 $ 25,042.00 $ 25,042.00 $ 41,500.00 $ 41,500.00 $ 77,000.00 $ 77,000.00 8 1-10 Project Temporary Traffic Control 1 LS $ 75,000.00 $ 75,000.00 $ 26,000.00 $ 26,000.00 $ 10,000.00 $ 10,000.00 $ 50,000.00 $ 50,000.00 $ 37,173.19 $ 37,173.19 $ 35,000.00 $ 35,000.00 $ 44,000.00 $ 44,000.00 9 1-10 Off Duty Uniformed Police Officer 300 HR $ 120.00 $ 36,000.00 $ 170.00 $ 51,000.00 $ 130.00 $ 39,000.00 $ 163.00 $ 48,900.00 $ 132.00 $ 39,600.00 $ 100.00 $ 30,000.00 $ 190.00 $ 57,000.00 10 1-10 Flaggers and Spotters 300 HR $ 65.00 $ 19,500.00 $ 74.00 $ 22,200.00 $ 140.00 $ 42,000.00 $ 70.00 $ 21,000.00 $ 70.75 $ 21,225.00 $ 76.00 $ 22,800.00 $ 104.00 $ 31,200.00 11 2-01 Clearing and Grubbing 1 LS $ 5,000.00 $ 5,000.00 $ 1,500.00 $ 1,500.00 $ 35,000.00 $ 35,000.00 $ 5,150.00 $ 5,150.00 $ 1,075.00 $ 1,075.00 $ 4,000.00 $ 4,000.00 $ 4,500.00 $ 4,500.00 12 2-02 Removal of Structures and Obstructions 1 LS $ 30,000.00 $ 30,000.00 $ 12,000.00 $ 12,000.00 $ 40,000.00 $ 40,000.00 $ 32,000.00 $ 32,000.00 $ 18,110.00 $ 18,110.00 $ 40,000.00 $ 40,000.00 $ 13,000.00 $ 13,000.00 13 2-03 Unsuitable Foundation Excavation Incl. Haul 100 CY $ 90.00 $ 9,000.00 $ 97.00 $ 9,700.00 $ 65.00 $ 6,500.00 $ 215.00 $ 21,500.00 $ 130.75 $ 13,075.00 $ 125.00 $ 12,500.00 $ 150.00 $ 15,000.00 14 4-04 Crushed Surfacing Top Course 300 TN $ 60.00 $ 18,000.00 $ 65.00 $ 19,500.00 $ 45.00 $ 13,500.00 $ 69.00 $ 20,700.00 $ 96.50 $ 28,950.00 $ 100.00 $ 30,000.00 $ 100.00 $ 30,000.00 15 5-04 Planing Bituminous Pavement 830 SY $ 10.00 $ 8,300.00 $ 11.50 $ 9,545.00 $ 8.00 $ 6,640.00 $ 20.00 $ 16,600.00 $ 16.09 $ 13,354.70 $ 10.00 $ 8,300.00 $ 20.00 $ 16,600.00 16 5-04 Pavement Repair Excavation Incl. Haul 200 CY $ 125.00 $ 25,000.00 $ 161.00 $ 32,200.00 $ 43.00 $ 8,600.00 $ 93.00 $ 18,600.00 $ 247.50 $ 49,500.00 $ 185.00 $ 37,000.00 $ 104.00 $ 20,800.00 17 5-04 HMA Pavement, Cl 1/2" PG 58H-22 500 TN $ 350.00 $ 175,000.00 $ 160.00 $ 80,000.00 $ 190.00 $ 95,000.00 $ 190.00 $ 95,000.00 $ 254.00 $ 127,000.00 $ 175.00 $ 87,500.00 $ 215.00 $ 107,500.00 18 7-04 Solid Wall PVC Storm Sewer Pipe, 12 In. Diam 10 LF $ 165.00 $ 1,650.00 $ 235.00 $ 2,350.00 $ 210.00 $ 2,100.00 $ 235.00 $ 2,350.00 $ 430.45 $ 4,304.50 $ 150.00 $ 1,500.00 $ 450.00 $ 4,500.00 19 7-05 Catch Basin, Type 1 1 EA $ 2,500.00 $ 2,500.00 $ 2,000.00 $ 2,000.00 $ 3,300.00 $ 3,300.00 $ 5,290.00 $ 5,290.00 $ 2,850.00 $ 2,850.00 $ 3,500.00 $ 3,500.00 $ 4,500.00 $ 4,500.00 20 7-05 Connection to Drainage Structure 1 EA $ 1,000.00 $ 1,000.00 $ 240.00 $ 240.00 $ 500.00 $ 500.00 $ 4,650.00 $ 4,650.00 $ 1,790.00 $ 1,790.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 21 7-05 Adjust Manhole 1 EA $ 2,500.00 $ 2,500.00 $ 700.00 $ 700.00 $ 450.00 $ 450.00 $ 600.00 $ 600.00 $ 1,110.00 $ 1,110.00 $ 2,000.00 $ 2,000.00 $ 1,300.00 $ 1,300.00 22 7-12 Adjust Water Valve Box 2 EA $ 600.00 $ 1,200.00 $ 500.00 $ 1,000.00 $ 350.00 $ 700.00 $ 600.00 $ 1,200.00 $ 822.00 $ 1,644.00 $ 2,000.00 $ 4,000.00 $ 1,000.00 $ 2,000.00 23 8-01 Erosion/Water Pollution Control 1 FA $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 $ 4,500.00 24 8-01 Inlet Protection 4 EA $ 150.00 $ 600.00 $ 45.00 $ 180.00 $ 65.00 $ 260.00 $ 170.00 $ 680.00 $ 132.00 $ 528.00 $ 100.00 $ 400.00 $ 90.00 $ 360.00 25 8-04 Cement Conc. Traffic Curb and Gutter 100 LF $ 75.00 $ 7,500.00 $ 55.00 $ 5,500.00 $ 60.00 $ 6,000.00 $ 65.00 $ 6,500.00 $ 60.00 $ 6,000.00 $ 120.00 $ 12,000.00 $ 67.00 $ 6,700.00 26 8-04 Cement Conc. Pedestrian Curb 30 LF $ 45.00 $ 1,350.00 $ 60.00 $ 1,800.00 $ 72.00 $ 2,160.00 $ 65.00 $ 1,950.00 $ 62.40 $ 1,872.00 $ 70.00 $ 2,100.00 $ 61.00 $ 1,830.00 27 8-09 Raised Pavement Marker, Type 1 40 EA $ 3.50 $ 140.00 $ 11.00 $ 440.00 $ 30.00 $ 1,200.00 $ 26.00 $ 1,040.00 $ 12.00 $ 480.00 $ 30.00 $ 1,200.00 $ 13.00 $ 520.00 28 8-09 Raised Pavement Marker, Type 2 20 EA $ 7.00 $ 140.00 $ 11.00 $ 220.00 $ 35.00 $ 700.00 $ 26.00 $ 520.00 $ 12.00 $ 240.00 $ 30.00 $ 600.00 $ 13.00 $ 260.00 29 8-14 Cement Conc. Sidewalk 40 SY $ 225.00 $ 9,000.00 $ 140.00 $ 5,600.00 $ 85.00 $ 3,400.00 $ 65.00 $ 2,600.00 $ 150.00 $ 6,000.00 $ 150.00 $ 6,000.00 $ 90.00 $ 3,600.00 30 8-14 Cement Conc. Curb Ramp Type Parallel A 1 EA $ 5,500.00 $ 5,500.00 $ 8,600.00 $ 8,600.00 $ 5,000.00 $ 5,000.00 $ 4,250.00 $ 4,250.00 $ 9,000.00 $ 9,000.00 $ 6,000.00 $ 6,000.00 $ 3,100.00 $ 3,100.00 31 8-19 Adjust Gas Valve 1 EA $ 700.00 $ 700.00 $ 500.00 $ 500.00 $ 350.00 $ 350.00 $ 785.00 $ 785.00 $ 852.00 $ 852.00 $ 2,000.00 $ 2,000.00 $ 1,100.00 $ 1,100.00 32 8-20 Traffic Signal Modifications 1 LS $ 90,000.00 $ 90,000.00 $ 100,000.00 $ 100,000.00 $ 95,000.00 $ 95,000.00 $ 116,000.00 $ 116,000.00 $ 103,200.00 $ 103,200.00 $ 135,000.00 $ 135,000.00 $ 183,000.00 $ 183,000.00 33 8-22 Plastic Stop Line 40 LF $ 7.00 $ 280.00 $ 22.00 $ 880.00 $ 20.00 $ 800.00 $ 20.00 $ 800.00 $ 24.00 $ 960.00 $ 20.00 $ 800.00 $ 25.00 $ 1,000.00 34 8-22 Plastic Crosswalk Line 220 SF $ 8.00 $ 1,760.00 $ 9.00 $ 1,980.00 $ 10.00 $ 2,200.00 $ 13.00 $ 2,860.00 $ 9.60 $ 2,112.00 $ 13.25 $ 2,915.00 $ 10.00 $ 2,200.00 35 8-22 Plastic Traffic Arrow 2 EA $ 500.00 $ 1,000.00 $ 110.00 $ 220.00 $ 750.00 $ 1,500.00 $ 390.00 $ 780.00 $ 120.00 $ 240.00 $ 400.00 $ 800.00 $ 125.00 $ 250.00 $ 623,620.00 $ 495,595.00 $ 563,360.00 $ 570,570.00 $ 571,830.39 $ 582,665.00 $ 678,470.00 $22,500 Error TOTAL ESTIMATED CONSTRUCTION COST Total Engineer's Estimate Lakeridge Paving Company LLC LOW BIDDER Total Quantities CPM Development Corporation DBA Icon Materials RW Scott Construction Puget Paving & Construction, Inc. Miles Resources, LLC Tucci & Sons, Inc. 1 of 1 30 August 12, 2022 City of Tukwila 6200 Southcenter Blvd. Tukwila, WA 98188 RE: Tukwila Parkway Emergency Repair Dear Mayor & City Council, As requested, KPG Psomas has completed the verification for CPM Development Corporation DBA ICON Materials for the Tukwila Parkway Emergency Repair for their bid in the amount of $495,595.00. We have checked the status of CPM Development Corporation DBA ICON Materials on the Washington State Labor and Industries web page to confirm they are currently insured, bonded, and licensed. Additionally, no strikes or debarment records arose federally or statewide regarding CPM Development Corporation DBA ICON Materials. There were no subs to be used. We phoned the references listed in CPM Development Corporation DBA ICON Materials’s bid and spoke to Cindy West from the City of Auburn, and Brenton Cook from the City of Seatac . They both spoke highly of CPM Development Corporation DBA ICON Materials’s work ethic and stated that they were very satisfied with the finished product. KPG Psomas recommends the Tukwila Parkway Emergency Repair be awarded to CPM Development Corporation DBA ICON Materials We have enclosed the contractor verification package & reference checks for your review. Sincerely, KPG Psomas Inc. Bryce Corrigan, P.E. Cc: Enclosures: CPM Development Corporation DBA ICON Materials Verification Package 31 CA Revised May 2020 Page 1 of 4 City of Tukwila Contract Number: 6200 Southcenter Boulevard, Tukwila WA 98188 CONTRACT FOR SERVICES This Agreement is entered into by and between the City of Tukwila, Washington, a non-charter optional municipal code city hereinafter referred to as “the City,” and ICON Materials, hereinafter referred to as “the Contractor,” whose principal office is located at 1508 Valentine Ave SE, Pacific, WA 98047-2103. WHEREAS, the City has determined the need to have certain services performed for its citizens but does not have the manpower or expertise to perform such services; and WHEREAS, the City desires to have the Contractor perform such services pursuant to certain terms and conditions; now, therefore, IN CONSIDERATION OF the mutual benefits and conditions hereinafter contained, the parties hereto agree as follows: 1. Scope and Schedule of Services to be Performed by Contractor. The Contractor shall perform those services described on Exhibit A attached hereto and incorporated herein by this reference as if fully set forth. In performing such services, the Contractor shall at all times comply with all Federal, State, and local statutes, rules and ordinances applicable to the performance of such services and the handling of any funds used in connection therewith. The Contractor shall request and obtain prior written approval from the City if the scope or schedule is to be modified in any way. 2. Compensation and Method of Payment. The City shall pay the Contractor for services rendered according to the rate and method set forth on Exhibit A attached hereto and incorporated herein by this reference. The total amount to be paid shall not exceed $495,595.00. 3. Contractor Budget. The Contractor shall apply the funds received under this Agreement within the maximum limits set forth in this Agreement. The Contractor shall request prior approval from the City whenever the Contractor desires to amend its budget in any way. 4. Duration of Agreement. This Agreement shall be in full force and effect for a period commencing September 13, 2022, and ending December 31, 2022, unless sooner terminated under the provisions hereinafter specified. 5. Independent Contractor. Contractor and City agree that Contractor is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither Contractor nor any employee of Contractor shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or contributing to the State Industrial Insurance Program, or otherwise assuming the duties of an employer with respect to the Contractor, or any employee of the Contractor. 6. Indemnification. The Contractor shall defend, indemnify and hold the Public Entity, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the Public Entity. 32 CA Revised May 2020 Page 2 of 4 Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the Public Entity, its officers, officials, employees, and volunteers, the Contractor’s liability hereunder shall be only to the extent of the Contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 7. Insurance. The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. Contractor’s maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Commercial General Liability insurance shall be as least at broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit using ISO form CG 25 03 05 09 or an equivalent endorsement. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The City shall be named as an additional insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing at least as broad coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Contractor’s Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. 33 CA Revised May 2020 Page 3 of 4 E. Verification of Coverage. Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Contractor shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors’ coverage. F. Subcontractors. The Contractor shall cause each and every Subcontractor to provide insurance coverage that complies with all applicable requirements of the Contractor-provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that the Public Entity is an additional insured on each and every Subcontractor’s Commercial General liability insurance policy using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. G. Notice of Cancellation. The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. 8. Record Keeping and Reporting. A. The Contractor shall maintain accounts and records, including personnel, property, financial and programmatic records which sufficiently and properly reflect all direct and indirect costs of any nature expended and services performed in the performance of this Agreement and other such records as may be deemed necessary by the City to ensure the performance of this Agreement. B. These records shall be maintained for a period of seven (7) years after termination hereof unless permission to destroy them is granted by the office of the archivist in accordance with RCW Chapter 40.14 and by the City. 9. Audits and Inspections. The records and documents with respect to all matters covered by this Agreement shall be subject at all times to inspection, review or audit by law during the performance of this Agreement. 10. Termination. This Agreement may at any time be terminated by the City giving to the Contractor thirty (30) days written notice of the City’s intention to terminate the same. Failure to provide products on schedule may result in contract termination. If the Contractor’s insurance coverage is canceled for any reason, the City shall have the right to terminate this Agreement immediately. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of the services contemplated by this Agreement without the written consent of the City. 13. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Contractor and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 34 CA Revised May 2020 Page 4 of 4 14. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 15. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk, City of Tukwila 6200 Southcenter Blvd. Tukwila, Washington 98188 Notices to the Contractor shall be sent to the address provided by the Contractor upon the signature line below. 16. Applicable Law; Venue; Attorney’s Fees. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney’s fees and costs of suit. DATED this day of , 2022. CITY OF TUKWILA ICON Materials Allan Ekberg, Mayor ATTEST/AUTHENTICATED: By: Printed Name and Title: Address: City Clerk, Christy O’Flaherty APPROVED AS TO FORM: Office of the City Attorney 35 E x h i b i t A 3 6 3 7 3 8 3 9 4 0 4 1 4 2 4 3 4 4 4 5 4 6 4 7 4 8 4 9 5 0 5 1 5 2 5 3 5 4 5 5 5 6 5 7 5 8 5 9 6 0 6 1 6 2 6 3 6 4 6 5 6 6 8/11/22, 11:57 AM ICON MATERIALS https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW=1/3 WA UBI No. 601 006 854 Business type Corporation Governing persons DAN W MURPHY J TIMOTHY MURPHY; MICHAEL K MURPHY; Owner or tradesperson Principals GAUGER, JAMES DEAN, PRESIDENT MADDEN JR, JOHN JAMES, VICE PRESIDENT LEWIS-DEVANEY, SUSAN GAIL, VICE PRESIDENT Franz, Paul, VICE PRESIDENT Shogren, John Nicholas, VICE PRESIDENT Nudell, Kimberly Sue, SECRETARY BROWN II, CHARLES RODNEY, TREASURER PARSON, JOHN W, DIRECTOR CYR, BRUCE, PRESIDENT (End: 01/27/2006) SHAFFER, JEFFREY S, PRESIDENT (End: 09/04/2013) RADICH, JIM, VICE PRESIDENT (End: 09/04/2013) MURPHY, MARK DANIEL, VICE PRESIDENT (End: 11/30/2015) SALISBURY, PAUL DOUGLAS, SECRETARY (End: 11/30/2015) O'DRISCOLL, MICHAEL G, DIRECTOR (End: 11/30/2015) Doing business as ICON MATERIALS 1508 VALENTINE AVE SE PACIFIC, WA 98047 206-575-3200 KING County FIDELITY & DEP CO OF MARYLAND $12,000.00 Construction Contractor Active Meets current requirements. License specialties GENERAL License no. ICONM**982CF Effective — expiration 02/06/2002— 02/07/2024 ICON MATERIALS License Verify the contractor’s active registration / license / certification (depending on trade) and any past violations. Bond (https://lni.wa.gov) Contractors 67 8/11/22, 11:57 AM ICON MATERIALS https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW=2/3 Bond account no. 8876949 Received by L&I 02/12/2007 Effective date 02/06/2007 Expiration date Until Canceled Liberty Mutual Fire Insurance Policy no. TB2C81004095111 $2,000,000.00 Received by L&I 08/30/2021 Effective date 09/01/2021 Expiration date 09/01/2022 L&I Account ID 700,174-00 Self Insured. This business is certified to cover its own workers’ comp costs. No premiums due. Inspection results date 03/03/2020 Inspection no. 317958019 Location 1351 S Wenatchee Ave Wenatchee, WA 98801 Violations Insurance Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent Registered training agent. Check their eligible programs and occupations. Workers’ Comp Do you know if the business has employees? If so, verify the business is up-to-date on workers’ comp premiums. Doing business as CRH AMERICAS Estimated workers reported N/A L&I account contact - Email: @lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training– Effective July 1, 2019 Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. 68 8/11/22, 11:57 AM ICON MATERIALS https://secure.lni.wa.gov/verify/Detail.aspx?UBI=601006854&LIC=ICONM**982CF&SAW=3/3 Inspection results date 07/26/2019 Inspection no. 317954462 Location Argone and Sinto Spokane Valley, WA 99212 Violations Inspection results date 10/05/2017 Inspection no. 317946154 Location 2010 N Sullivan Rd Spokane, WA 99212 No violations Inspection results date 01/25/2017 Inspection no. 317941807 Location 12905 E. Sprague Ave Spokane, WA 99220 Violations Inspection results date 09/16/2016 Inspection no. 317941530 Location 1508 Valentine Ave SE Pacific, WA 98047 No violations 69 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 1/6 License Information: Entity name:CPM DEVELOPMENT CORPORATION Business name: ICON MATERIALS Entity type: UBI #:601-006-854 Business ID:001 Location ID:0009 Location:Active Location address:1508 VALENTINE AVE SE PACIFIC WA 98047-2103 Mailing address:PO BOX 3366 SPOKANE WA 99220-3366 Excise tax and reseller permit status: Secretar y of State status: Business Lookup New search Back to results Profit Corporation Click here Click here Endorsements held a License #Count Details Status Expiration First issua Endorsements Page 2 of 2 Filter Endorsements held a License #Count Details Status Expiration First issua Washington State Department of Revenue 70 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 2/6 9331 Jul-31-202Nov-15-2 Jul-31-202Feb-26-20 Jul-31-202Dec-16-20 Jul-31-202Feb-25-20 15322.0 Jul-31-202Dec-22-20 17949 Jul-31-202Feb-06-20 101095 Jul-31-202Oct-27-20 2007756 Jul-31-202Jul-27-200 Jul-31-202Jul-13-20 Jul-31-202Jun-12-20 Endorsements held a License #Count Details Status Expiration First issua Milton General Business - Non- Resident Active Minor Work Permit Active Newcastle General Business - Non- Resident Active Normandy Park General Business - Non-Resident Active North Bend General Business - Non-Resident Active Orting General Business - Non- Resident Active Pacific General Business Active Puyallup General Business - Non- Resident Active Sammamish General Business - Non-Resident Active SeaTac General Business - Non- Resident Active 71 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 3/6 Jul-31-202Aug-06-2 Jul-31-202Mar-27-2 Jul-31-202Dec-15-20 58 Jul-31-202Jan-13-20 DEVANEY, SUSAN L.Secretary, Treasurer FRANZ, PAUL Vice President HOLT, TROY Vice President KLOSTERMAN, K. C.Vice President LEMONS, JEREMIAH Vice President LINARES, RICARDO President MADDEN, JOHN Vice President Endorsements held a License #Count Details Status Expiration First issua Sumner General Business - Non- Resident Active Tukwila General Business - Non- Resident Active University Place General Business - Non-Resident Active Wilkeson General Business - Non- Resident Active Governing people Title Governing People May include governing people not registered with Secretary of State Filter Governing people Title 72 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 4/6 MCBREEN, MICHAEL Vice President MCCALL, WILLIAM Vice President MEIDINGER, ROB Vice President PARSON, SCOTT W. SMITH, STEVEN J.Vice President STOVER, DANIEL ACME MATERIALS & CONSTRUCTION CO Active Sep-19-2017 CENTRAL PRE MIX CONCRETE COMPANY Active Jul-27-2010 CENTRAL PREMIX CONCRETE CO Active Jun-13-2008 CENTRAL PRE-MIX CONCRETE CO. Active Jan-03-2002 CENTRAL WASHINGTON CONCRETE Active Jan-03-2002 CPM DEVELOPMENT CORPORATION Active Apr-10-2012 GRAHAM & MORRIS Active Sep-19-2017 Governing people Title Registered trade names Status First issued Registered Trade Names Filter Registered trade names Status First issued 73 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 5/6 Contact us How are we doing? ICON MATERIALS Active Jan-03-2002 INL AND ASPHALT COMPANY Active Jan-03-2002 RIVERBEND MATERIALS Active May-07-2018 SALEM ROAD AND DRIVEWAY Active Jun-27-2014 VALLEY READY-MIX Active Feb-06-2003 WENATCHEE SAND & GRAVEL Active Jan-03-2002 WINDSOR ROCK PRODUCTS Active May-09-2019 YAKIMA ROCK PRODUCTS Active Sep-19-2017 The Business Lookup information is updated nightly. Search date and time: 8/11/2022 11:58:54 AM Registered trade names Status First issued View Additional Locations 74 8/11/22, 11:59 AM Washington State Department of Revenue https://secure.dor.wa.gov/gteunauth/_/#3 6/6 Take our sur vey! Don't see what you expected? Check if your browser is supported 75 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 1/5 An o 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 2/5 Review Debt Subject to O 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 3/5 Initial Registration Date Dec 21, 2016 Entity Dates Entity Start Date Dec 31, 2001 Fiscal Year End Close Date Dec 31 Immediate Owner CAGE 6PWR1 Legal Business Name OLDCASTLE MATERIALS, INC. Highest Level Owner CAGE SXX19 Legal Business Name CRH PLC Executive Compensation Registrants in the System for Award Management (SAM) respond to the Executive Compensationquestions in accordance with Section 6202 of P.L. 110-252, amending the Federal Funding Accountabilityand Transparency Act (P.L. 109-282). This information is not displayed in SAM. It is sent toUSAspending.gov for display in association with an eligible award. Maintaining an active registration inSAM demonstrates the registrant responded to the questions. Proceedings Questions Registrants in the System for Award Management (SAM) respond to proceedings questions in accordancewith FAR 52.209-7, FAR 52.209-9, or 2.C.F.R. 200 Appendix XII. Their responses are not displayed in SAM.They are sent to FAPIIS.gov for display as applicable. Maintaining an active registration in SAMdemonstrates the registrant responded to the proceedings questions. SAM Search Authorization I authorize my entity's non-sensitive information to be displayed in SAM public search results: 78 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 4/5 Yes ENTITY TYPES Business Types Entity Structure Corporate Entity (Not Tax Exempt) Organization Factors Foreign Owned Entity Type Business or Organization Profit Structure For Profit Organization Socio-Economic Types Check the registrant's Reps & Certs, if present, under FAR 52.212-3 or FAR 52.219-1 to determine if theentity is an SBA-certified HUBZone small business concern. Additional small business information may befound in the SBA's Dynamic Small Business Search if the entity completed the SBA supplemental pagesduring registration. FINANCIAL INFORMATION Accepts Credit Card Payments Yes Debt Subject To O 8/11/22, 12:02 PM SAM.gov | Entity https://sam.gov/entity/NX3KGMR7P617/coreData?status=active&emrKeyValue=4608443~1648575971081644 5/5 JEFF CAVINESS 1508 Valentine AVE SEPacific, Washington 98047United States Government Business RICARDO LINARES 1508 Valentine AVE SEPacific, Washington 98047United States ROB MEIDINGER, MR. 1508 Valentine AVE SEPacific, Washington 98047United States Our Website Our Partners Policies Customer Service General Services Administration This is a U.S. General Services Administration Federal Government computer system that is "FOR OFFICIAL USE ONLY." This system is subject to monitoring. Individuals found performing unauthorized activities are subject to disciplinary action including criminal prosecution. 80 INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Services Committee FROM: Hari Ponnekanti, PW Director/City Engineer BY: Justine Kim, Program Manager, Shiels Obletz Johnsen CC: Allan Ekberg, Mayor DATE: August 26, 2022 SUBJECT: Public Works Fleet & Facilities Building Improvements Project Project Number 91630601, Contract 21-046 (Q) Construction Contract Change Order No. 17 ISSUE Approve Change Order No.17 to Contract No. 21-046 with Lincoln Construction, Inc. to complete the roof improvements and exterior envelope on the Public Works Fleet & Facilities Building. BACKGROUND The City Council adopted a Combined Public Works Shop Capital Project as part of the City’s Public Safety Plan. This project was most recently updated in the 2021-2022 Adopted Budget. The City chose a site in 2017, purchased properties in 2018 and began Phase 1 design and construction in 2019. The Public Works Fleet and Facilities Tenant Improvement Project scope includes seis mic upgrades, plumbing and electrical, fire protection, HVAC upgrades, and interior offices, locker rooms, and showers. The Fleet s and Facilities division moved in July of 2022. At the April 11, 2022 Committee of the Whole meeting, Council provided their consensus to add an additional $1 Million of funding to this project to complete exterior work (roofing work, exterior envelope, and covered storage), as was discussed at Transporta tion and Infrastructure Services Committee on April 4, 2022. This Change Order is one of the steps in proceeding with the funding plan, specifically related to the roofing work. In June of 2022, Council approved Change Order No. 15 for pre-ordering the necessary roofing material in anticipation of the long lead time associated with supply chain issues. Change Order No. 17, seen below, will allow the City to complete the roof improvements and exterior envelope on the Fleet & Facilities Building. Exterior storage scope of work has been removed from this phase and is included in Phase Two test-to-fit. ANALYSIS Change Order No. 17 includes five change order proposals for the Public Works Fleet & Facilities project: - COP 046: Roof Envelope - COP 046A1: Roof Envelope Alternate 1 - Added Nailer - COP 046A2: Roof Envelope Alternate 2 - Gutters and Downspouts - COP 046A: Roof Envelope – Mechanical - COP 046A3R1: Exterior Envelope Siding and Painting FISCAL IMPACT This Change Order is within the $10.75 million project budget authorized by the Council, with $572,441.00 budget remaining to reserve for Change Orders during the installation phase and other unforeseen project related costs. Lincoln’s Change Order No. 17 is in the amount of $1,667,894.00. This amount is within the project’s overall budget that Council approved in April of 2022. The total contract amount will now be $7,336,513. 81 Total Phase One Budget Total Project Budget (June 2022) $10,750,000.00 Current Lincoln Contract including Change Orders (1 to 16) $5,668,619.00 Change Order #17 for Roofing Enhancement & Exterior Envelope $1,667,894.00 Total Lincoln Construction Contract Amount (without sales tax) $7,336,513.00 Other Project Costs expended and expected $2,841,046.00 Total Current Costs obligated for this project $10,177,559.00 Remaining Project Budget $572,441.00 The newly appointed Project Management Quality Assurance (PMQA), John Palewicz, has reviewed these documents and provided his concurrence. RECOMMENDATION Approve Change Order No. 17 to Contract No. 21-046 with Lincoln Construction and consider this item on the Consent Agenda at the September 12, 2022 Special Council Meeting. Attachments: 2021 CIP, pg 56 Lincoln Construction Change Order No.17. 82 CITY OF TUKWILA CAPITAL PROJECT SUMMARY 2021 to 2026 PROJECT:Public Works Shops Project No.91630601 DESCRIPTION: JUSTIFICATION: STATUS: MAINT. IMPACT: COMMENT: FINANCIAL Through Estimated (in $000's)2019 2020 2021 2022 2023 2024 2025 2026 BEYOND TOTAL EXPENSES Design/PM 722 300 500 1,522 Land (R/W)25,462 25,462 Const. Mgmt.11 1,050 1,061 Construction 14 624 7,517 20,000 20,000 48,155 TOTAL EXPENSES 26,209 924 8,567 0 500 20,000 20,000 0 0 76,200 FUND SOURCES Enterprise Funds 8,572 462 4,284 250 20,000 33,568 Councilmatic Bond 5,572 20,000 25,572 REET/ Funds 3,000 3,000 6,000 General Fund 462 1,283 250 1,995 306 Fund Balance 9,065 0 0 0 0 (20,000)20,000 0 0 9,065 TOTAL SOURCES 26,209 924 8,567 0 500 20,000 20,000 0 0 76,200 Based on usage and benefits, it is estimated that the Water, Sewer, and Surface water enterprise funds will fund 50% of the Public Works Shops with the other 50% funded by Streets, Facilities, & Equipment Rental. Construct a new City Public Works maintenance and operations center, combining all operational functions at one location. Facility may also include a City Clerk & Police Records Center and Police evidence storage. Existing Public Works operations and maintenance areas are inadequate structurally and seismically. Current land for staging dirt and vactor materials is only temporary. Project includes selling dirt/vactor land, Minkler Shops, and George Long Shops to acquire the real estate to build an equipment operations center that meets current Separate from the Public Safety Plan. Was formerly known as City Maintenance Facility. Improves safety and efficiency for First Responders and maintenance operations. 2021 - 2026 Capital Improvement Program 56 83 *The original contract value is construction only and does NOT include preconstruction or amendments to preconstruction. Sheet 1 of 1 CITY OF TUKWILA CONTRACT CHANGE ORDER NO. 17 DATE: 8/18/2022 BUDGET NO.: 306.98 PROJECT NO.: 91630601 CONTRACT NO.: 21-046 ( Q ) PROJECT NAME: PW Fleet & Facilities TO: You are hereby directed to make the herein described changes to the plans and specifications or do the following described work not included in the plans and specifications on this contract: NOTE: This change order is not effective until approved by the “Owner” and a notice to proceed is issued. Conditions: A. The following change, and work affected thereby, are subject to all contract stipulations and covenants; B. The rights of the “Owner” are not prejudiced; C. All claims against the “Owner” which are incidental to or as a consequence of this change are waived; and D. The Contractor must submit all Field Overhead and Home Office Overhead Rates for approval in advance of all change orders. CHANGE: See Attached Exhibit “A” We the undersigned Contractor, have given careful consideration to the change proposed and hereby agree, if this proposal is approved, that we will provide all equipment, furnish all materials, except as may otherwise be noted above, and perform all services necessary for the work above specified, and will accept as full payment therefore the prices shown above and below. ACCEPTED: Date _________________________ Contractor ______________________ By _______________________________________ Title __________________________ Original Contract (without tax)* $ 4,427,221.00 APPROVED BY THE CITY OF TUKWILA Previous Change Order $ 1,241,398.00 Date _______________________________________ This Change Order (without tax) $ 1,667,894.00 By _________________________________________ Mayor REV. CONTRACT AMOUNT $ 7,336,513.00 Public Works Director ___________________________ Original Contract Time: 242 days (December 3, 2021) SOJ Program Director ___________________________ Additional Contract Time from previous Change Orders: 129 days Additional Contract Time for this Change Order: 0 days Updated Contract Time: 371 days (April 11, 2022) ------------------------------------------------------------------------------------------------------------------------- ORIGINAL: City Clerk (1 of 2) cc: Finance Department (w/encumbrance) Contractor (2 of 2) Project Management File PW Project Finance File 84 Exhibit "A" CHANGE ORDER - SUMMARY OF CHANGE CITY OF TUKWILA - Public Works (PW) Fleet & Facilities Project Name PW Fleet & Facilities CO #017 Project #91630601 Contract #21-046 (Q) Date 8/18/22 TO CONTRACTOR:Lincoln Construction, Inc 11803 101st Ave Ct E, Suite 201 Puyallup, WA 98373 COP/CCD #Description Reason Code Amount COP 046 Per COPR 002 Roof Envelope. The cost for Roof Envelope scope labor and equipment, excluding mechanical and electrical work. OC $1,039,722.00 COP 046A Roof Envelope (Mechanical/Electrical) Allowance. The estimated allowance for the mechanical and electrical scope tied to the Roof Re-work. OC $200,000.00 COP 046A1 Per COPR 002 Roof Envelope - Alternate 1. The cost for alternate one, added nailer with SA (self-adhered) waterproofing strip in. OC $30,097.00 COP 046A2 Per COPR 002 Roof Envelope - Alternate 2. The cost for alternate two, which includes gutters, drip edge, spacer, downspouts, and demo of existing downspouts and gutters. OC $102,678.00 COP 046A3R1 Exterior Envelope Siding and Painting. Alternate 3 Exterior Siding and Painting. The cost of wall pannel demo/replacement and to clean, prime as needed, and paint exterior of building. OC $295,397.00 Change Order No.017 $1,667,894.00 85 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To:COP NO:046R4 CCD/PR No.: COPR 002 Date: Project: Attn.: LCI Project No.: 1239 A.TOTAL MATERIAL/EQ BASE COST 83,275.00$ B.TOTAL LABOR COST 184,974.80$ SUBTOTAL 268,249.80$ C.OVERHEAD AND PROFIT (13%)34,872.47$ SUBTOTAL 34,872.47$ D.SUBCONTRACT COST 666,336.00$ E.OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%)39,980.16$ SUBTOTAL 706,316.16$ H.BOND (GC ONLY)30,283.15$ SUBTOTAL 30,283.15$ TOTAL CHANGE PROPOSAL COST 1,039,722$ CONTRACT TIME ADJUSTMENT (DAYS)TBD Thomas Romberg 0 CONTRACTOR Tom Romberg DATE 7/15/2022 7/15/2022 City of Tukwila Tukwila Public Works Fleet & Facilities Building Lincoln Construction, Inc. 01114.00 g3.3 (2)86 Lincoln Construction Change Order Request To:Date: COP #:046R4 Owner COP/CCD/PR #:COPR 002 Re:Public Works Fleet and Facilities Please provide a change order for the following work: Total price per attached breakdown: State and local sales tax:include X not included Extension of time: We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely,Thomas Romberg-Project Manager 7/15/2022 $1,039,722 TBD City of Tukwila Roof re-work per COPR 002 Excludes weather protection, unforseen elements, removal and replacement of existing roof units, electrical and mechanical work of any kind, any new metal or steel framing and raiing of existing roof curbs and vents. This excludes any other exterior improvemnts including exterior painting, patching and caulking. This work would not be able to take place during the time frame of the current contractual completion dates. 87 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities COP:046 REV:002 ATE:7/15/2022 DESCRIPTION:Owner COP/CCD/PR #:COPR 002 LABOR HOURS RATE TOTAL PROJECT MANAGER 110 X 95.00 =10,450.00$ SUPERINTENDENT 180 X 88.95 =16,011.00$ ASSISTANT SUPERINTENDENT X 77.15 =-$ CARPENTER 1572 X 75.85 =119,236.20$ LABORER 580 X 67.72 =39,277.60$ X =-$ X =-$ SUBTOTAL 184,974.80$ SMALL TOOL ALLOWANCE @ 0.0%-$ SUBTOTAL 184,974.80$ MARK-UP @ 13.0%24,046.72$ TOTAL LABOR 209,021.52$ MATERIALS/EQUIPMENT PHASE CODE UNITS RATE Plywood (3200 sq ft)1 X 6,500.00 =6,500.00$ 2x lumber (6865 lnft) and fasteners 1 X 35,000.00 =35,000.00$ Metal Panels-Screws-Caulking 1 X 9,775.00 =9,775.00$ Dumpsters and Lifts 1 X 32,000.00 =32,000.00$ SUBTOTAL 83,275.00$ USE TAX ON MATERIALS AND EQUIPMENT 0.0%-$ MARK-UP @ 13.0%10,825.75$ TOTAL MATERIAL/EQUIPMENT 94,100.75$ SUBCONTRACTS PHASE CODE UNITS RATE 1 X =-$ Northshore Exteriors 1 X 89,545.00 =89,545.00$ Wayne's Roofing 1 X 566,273.00 =566,273.00$ PNW Enviromental 1 X 10,518.00 =10,518.00$ 1 X 0.00 =-$ 1 X 0.00 =-$ 1 X 0.00 =-$ X =-$ SUBTOTAL 666,336.00$ MARK-UP @ Sub Direct Cost 89,545 6.0%Less Sub Fee 39,980.16$ TOTAL SUBCONTRACTS 706,316.16$ PROPOSAL SUBTOTAL 1,009,438.43$ BONDS/Liability/Builders Risk/B&O Tax 3.000%30,283.15$ PROPOSAL TOTAL 1,039,721.59$ Updated: 9/30/2011 Page 4 of 6 88 Attention:Date: Project:NSE Ref: COP / RFI #:By: Work Description 122 Per Hr 113.33$ 13,826.50$ -$ -$ 50 Per Hr 170.29$ 8,514.60$ -$ -$ 161 Per Hr 103.86$ 16,720.93$ -$ -$ 89 Per Hr 115.90$ 10,315.31$ -$ -$ 4 Per Hr 59.64$ 238.56$ -$ -$ 156 ea 76.60$ 11,949.60$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 4 Per Hr -$ -$ 57.00$ 228.00$ Per Hr -$ -$ 32.29$ -$ 19 Per Hr -$ -$ 396.14$ 7,526.66$ 9 Per Hr -$ -$ 74.28$ 668.52$ Per Hr -$ -$ 89.51$ -$ Per Hr -$ -$ 342.57$ -$ 8 Day -$ -$ 530.00$ 4,240.00$ Day -$ -$ 655.00$ -$ Day -$ -$ 300.00$ -$ 1 EA -$ -$ 150.00$ 150.00$ 13 Exclusions: Note: Signature Name (printed) Date Title All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Itemized Change Order Proposal NSE-003 Total value of work for this contract before overhead & profit 79,243.51$ % overhead & profit 10,301.66$ Total Value of work for this contract including overhead & profit 89,545.16$ Other Expense: Subtotal of all expenses (labor, materials, & equipment)77,880.59$ Contractor liability insurance = 1.75% of labor, materials, & equipment 1,362.91$ Transportation $4.76 per Field Foreman Hour 423.64$ Subtotals without overhead & profit 64,643.77$ -$ 13,236.82$ Safety act expense @ 2% of direct labor 1,231.31$ Small tools expense @ 3% of direct labor 1,846.96$ 26 Ft Scissor Lift 1000# (rented) Lift Delivery Fee Subtotals 61,565.50$ -$ 12,813.18$ Finn Power Shear Genius RAS 90 Break CNC Router Salvagnini 45 ft boom Manlift (Rented) 65 ft Boom Manlift (Rented) Equipment 20 ft flat bed 8 ft 1/2 ton Field Journeymen Field Foreman Delivery Driver Material 24ga; Kynar Flatsheet Total Rate Total Labor Shop Journeymen Shop Foreman Roof related flashing for both East and West re- roofing scopes including demo of selected wall panel.No of Units Unit Description $/Hour Total $/Unit per request Jeremy Hughes QUANTITIES LABOR MATERIALS EQUIPMENT Tom Romberg 7/6/2022 Tukwila Public Works n/a NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com 89 Northshore Labor Rate Breakdown 90 Tukwial Public Works Fleet & Facilities Building DATE 7/13/2022 PVC Roof Installation Labor JOB NO 22-039 QTY UNIT DESCRIPTION ITEM COST TOTAL 421.00 SQ 20 Year Warranty Fee $13.00 $5,473.00 20.00 TN Disposal $200.00 $4,000.00 421.00 SQ Consumables (Visquuen, Shrink Wrap, Rags)$5.00 $2,105.00 4,678.00 HR ROOFER STANDARD LABOR RATE $82.72 $386,964.16 HR ROOFER OVERTIME LABOR RATE $114.04 3.00 MONTH CREW CAB CREW TRUCK (PER MONTH)$4,285.19 $12,855.57 3.00 MONTH CREW CAB CREW TRUCK (PER MONTH)$4,285.19 $12,855.57 1.00 MONTH 2 TON FLATBED/DUMP TRUCK 2GVWR (PER MONTH)$9,874.91 $9,874.91 10.00 DAY 23 TON BOOM TRUCK (PER DAY)$1,785.27 $17,852.70 3.00 MONTH 8K REACH FORKLFIT (PER MONTH)$9,539.06 $28,617.18 3.00 MONTH 10K GENERATOR $566.22 $1,698.66 3.00 MONTH MOBILE FALL PROTECTION CART $501.10 $1,503.30 3.00 MONTH MOBILE FALL PROTECTION CART $501.10 $1,503.30 3.00 MONTH HOT AIR WELDER AUTOMATIC $769.57 $2,308.71 3.00 MONTH HOT AIR WELDER AUTOMATIC $769.57 $2,308.71 3.00 MONTH CONTAINER, 20 FEET $297.62 $892.86 1.00 LS Signature Safety - Inspection/Audit $500.00 $500.00 TOTAL MATERIALS $11,578.00 TOTAL LABOR $386,964.16 TOTAL EQUIPMENT $92,271.47 SUBTOTAL $490,813.63 13.00 % OH / PROFIT 13%$63,805.77 TOTAL MATERIAL LABOR & EQUIP.$554,619 TOTAL SUBCONTRACTOR $500.00 10.00 % OH / PROFIT 10%$50.00 TOTAL SUBCONTRACTOR $550 2.00 % INSURANCE 2.0%$11,103.39 % BONDING TOTAL PRICE $566,273 002 WRI PM AARON LEONARD JOB NAME CR DESCRIPTION: N/A WRI CR # GC COP # Labor for the Installation of the PVC Roof Membrane recover system at metal roof areas and PVC roof system at lower low slope roof area. COUNTY KING WAYNE'S ROOFING,INC. PO Box 2287 Sumner, WA 98390 MA T E R I A L S LA B O R EQ U I P SU B BREAKDOWN OF COST CR Job #(1-25)2022 7/13/2022, 5:19 PM91 WAYNE' S ROOFING, INC BREAKDOWN OF HOURLY CHARGES EFFECTIVE DATE:02/01/2022 EXPIRES:12/31/2022 ITEM DESCRIPTION SEATTLE AREA Regular Time + 1/2 Double Time ROOFER BASIC WAGE 43.09 64.64 86.18 FRINGE BENEFITS 16.25 16.25 16.25 FICA 3.30 4.94 6.59 SUTA/FUTA 5.53%2.38 3.57 4.77 STATE INDUSTRIAL INSURANCE 2.92 2.47 2.47 GENERAL LIABILITY INSURANCE 4.05 6.08 8.10 SICK LEAVE 2.50%1.08 1.62 2.15 PFML 0.40%0.17 0.26 0.34 SUPERVISION 6.46 9.70 12.93 SMALL TOOLS 2.15 3.23 4.31 WISHA 0.86 1.29 1.72 TOTAL HOURLY RATE - DAYS 82.72 114.04 145.82SHIFT DIFFERENTIAL 8.56 11.56 14.56 OT Premium Portion Only 31.32 63.10 TOTAL HOURLY RATE - NIGHTS 91.28 125.60 160.38 NOTES:Updated 1/28/2022 SEATTLE =King, Kitsap, Mason, Snohomish, Clallam, & Jefferson Counties 92 ROOFING CONTRACTORS EQUIPMENT COST SCHEDULE NATIONAL ROOFING CONTRACTORS ASSOCIATION © N R C A R e p r i n t p e r m i s s i o n g r a n t e d t o D o n G u t h r i e a t W a y n e ' s R o o f i n g , I n c . . No f u r t h e r r e p r o d u c t i o n s a u t h o r i z e d . A u g 0 1 , 2 0 1 8 . 93 6 CRANES, TRUCK-MOUNTED (ALL CONFIGURED WITH JIB) DESCRIPTON COST Month Week Day Hour 8-ton, 65-foot extension, single-axle $179,300.00 $9,525.31 $3,333.86 $1,238.29 $152.41 12-ton, 118-foot extension, tandem-axle, 10,000-pound front, 38,000-pound rear $220,000.00 $11,687.50 $4,090.63 $1,519.38 $187.00 17-ton, 140-foot extension, tandem-axle $220,000.00 $11,687.50 $4,090.63 $1,519.38 $187.00 23 tons, 95 feet $258,500.00 $13,732.81 $4,806.48 $1,785.27 $219.73 371⁄2 ton, 100-foot extendable boom $544,500.00 $28,926.56 $10,124.30 $3,760.45 $462.83 *Add for hydraulic reel package which includes reel, clam, hopper, and tear-off box $22,000.00 $1,168.75 $409.06 $151.94 $18.70 CUT-OFF SAWS DESCRIPTON COST Month Week Day Hour Electric, 12 inches $867.90 $143.75 $50.31 $18.69 $2.30 Gas, 12 inches $1,021.90 $169.25 $59.24 $22.00 $2.71 Gas, 14 inches $1,375.00 $227.73 $79.71 $29.61 $3.64 © N R C A R e p r i n t p e r m i s s i o n g r a n t e d t o D o n G u t h r i e a t W a y n e ' s R o o f i n g , I n c . . No f u r t h e r r e p r o d u c t i o n s a u t h o r i z e d . A u g 0 1 , 2 0 1 8 . 94 8 FELT SLITTERS DESCRIPTON COST Month Week Day Hour Electric, 40 inches $4,392.30 $425.50 $148.93 $55.32 $6.81 Hand-operated, 40 inches $1,424.50 $138.00 $48.30 $17.94 $2.21 FORKLIFTS, STRAIGHT-MAST DESCRIPTON COST Month Week Day Hour Four-wheeled, 20 feet, 6,000-pound capacity $40,425.00 $2,804.48 $981.57 $364.58 $44.87 Four-wheeled, 30 feet, 8,000-pound capacity $53,515.00 $3,712.60 $1,299.41 $482.64 $59.40 FRONT-END LOADERS DESCRIPTON COST Month Week Day Hour Deck-top, four-wheel drive, riding unite with front-end loader attachment $19,249.99 $1,022.66 $357.93 $132.95 $16.36 Ground skid-steer loader, riding unit $18,150.00 $964.22 $337.48 $125.35 $15.43 FORKLIFTS AND HIGHTLIFTS, REACH-TYPE DESCRIPTON COST Month Week Day Hour Four-wheeled, diesel, 20-foot forklift 5,000- pound capacity $82,500.00 $5,723.44 $2,003.20 $744.05 $91.58 Four-wheeled, diesel, 36-foot forklift 6,000- pound capacity $97,900.00 $6,791.81 $2,377.13 $882.94 $108.67 Four-wheeled, diesel, 42-foot forklift 8,000- pound capacity $137,500.00 $9,539.06 $3,338.67 $1,240.08 $152.63 Four-wheeled, diesel, 54-foot forklift 10,000- pound capacity $163,900.00 $11,370.56 $3,979.70 $1,478.17 $181.93 Manlift, 40 feet $37,514.40 $2,602.56 $910.90 $338.33 $41.64 © N R C A R e p r i n t p e r m i s s i o n g r a n t e d t o D o n G u t h r i e a t W a y n e ' s R o o f i n g , I n c . . No f u r t h e r r e p r o d u c t i o n s a u t h o r i z e d . A u g 0 1 , 2 0 1 8 . 95 9 GENERATORS, PORTABLE DESCRIPTON COST Month Week Day Hour 2,500 watts $1,089.00 $112.30 $39.31 $14.60 $1.80 4,000 watts $2,090.00 $215.53 $75.44 $28.02 $3.45 8,000 watts $3,245.00 $334.64 $117.12 $43.50 $5.35 9,000 watts $2,935.90 $302.76 $105.97 $39.36 $4.84 10,000 watts $5,494.50 $566.62 $198.32 $73.66 $9.07 15,000 watts $6,154.50 $634.68 $222.14 $82.51 $10.15 GRAVEL SCRAPERS DESCRIPTON COST Month Week Day Hour Rotary with 8-inch cutting tool $2,194.50 $308.60 $108.01 $40.12 $4.94 Rotary with 12-inch cutting tool $3,646.50 $512.79 $179.48 $66.66 $8.20 Scratcher with 12- to 12-inch cutting tool $3,955.60 $556.26 $194.69 $72.31 $8.90 © N R C A R e p r i n t p e r m i s s i o n g r a n t e d t o D o n G u t h r i e a t W a y n e ' s R o o f i n g , I n c . . No f u r t h e r r e p r o d u c t i o n s a u t h o r i z e d . A u g 0 1 , 2 0 1 8 . 96 24 SAFETY EQUIPMENT DESCRIPTON COST Month Week Day Hour 50-foot fall-protection kit, includes harness, anchor rope grab, lanyard and lifeline $109.95 $16.84 $5.89 $2.19 $0.27 Fall-arrest system, mobile $4,524.30 $692.78 $242.47 $90.06 $11.08 Fire extinguisher, 10 pounds, 4A-60BC $150.48 $23.04 $8.06 $3.00 $0.37 Guardrail with base, 10 feet for low-slope $423.50 $64.85 $22.70 $8.43 $1.04 Guardrail system for steep-slope, 16 feet (two corners and one regular post) $91.25 $13.97 $4.89 $1.82 $0.22 Horizontal lifeline roof system and kits $3,392.42 $519.46 $181.81 $67.53 $8.31 Lifelines, retractable, 50-foot cable $621.45 $95.16 $33.31 $12.37 $1.52 Mobile fall-protection system, four-wheel cart $2,722.50 $416.88 $145.91 $54.19 $6.67 Mobile fall-protection system, four-wheel cart, 4-person capacity $3,272.50 $501.10 $175.39 $65.14 $8.02 Mounting bracket with retractable system, 50 feet $1,492.70 $228.57 $80.00 $29.71 $3.66 Respirator with cartridge, half mask $11.39 $1.74 $0.61 $0.23 $0.03 Respirator, Dust/Mist NIOSH/MSHA-approved for dusts and mists with a PEL not less than .05 mg/m3 $25.30 $3.87 $1.36 $0.50 $0.06 Respirator with cartridge, full maks $112.81 $17.27 $6.05 $2.25 $0.28 Scaffolding, 11 foot tall rolling tower, 5 feet by 10 feet $1,788.60 $273.88 $95.86 $35.60 $4.38 Scaffolding system, mobile $3,678.40 $563.26 $197.14 $73.22 $9.01 Skylight screen (4'x8')$399.30 $61.14 $21.40 $7.95 $0.98 Warning lines, perimeter $434.50 $66.53 $23.29 $8.65 $1.06 © N R C A R e p r i n t p e r m i s s i o n g r a n t e d t o D o n G u t h r i e a t W a y n e ' s R o o f i n g , I n c . . No f u r t h e r r e p r o d u c t i o n s a u t h o r i z e d . A u g 0 1 , 2 0 1 8 . 97 28 SINGLE-PLY TOOLS DESCRIPTON COST Month Week Day Hour Adhesive spreader, manual, 14 inches $506.00 $83.81 $29.33 $10.89 $1.34 Advesive super spreader, 40 inches $598.40 $99.11 $34.69 $12.88 $1.59 Caulking dispenser, bulk $660.00 $109.31 $38.26 $14.21 $1.75 Caulking gun, battery powered $275.00 $45.55 $15.94 $5.92 $0.73 Seam-finishing tool, drill attachment $88.32 $14.63 $5.12 $1.90 $0.23 SINGLE-PLY EQUIPMENT DESCRIPTON COST Month Week Day Hour Induction welding portable bonding unit and magnetic heat sinks, with carrying cases $6,484.50 $1,074.00 $375.90 $139.62 $17.18 Heat sink magnets—6PK $1,610.13 $266.68 $93.34 $34.67 $4.27 Powered adhesive roller $6,160.00 $465.85 $163.05 $60.56 $7.45 Powered seam hand roller, gas or electric $2,785.15 $210.63 $73.72 $27.38 $3.37 Welder, detail (tri-ac)$302.50 $22.88 $8.01 $2.97 $0.37 Welder, hot air, automatic $10,176.10 $769.57 $269.35 $100.04 $12.31 Welder, hot air, handheld $302.50 $22.88 $8.01 $2.97 $0.37 © N R C A R e p r i n t p e r m i s s i o n g r a n t e d t o D o n G u t h r i e a t W a y n e ' s R o o f i n g , I n c . . No f u r t h e r r e p r o d u c t i o n s a u t h o r i z e d . A u g 0 1 , 2 0 1 8 . 98 STORAGE UNITS DESCRIPTON COST Month Week Day Hour Container, 20 feet $4,290.00 $297.62 $104.17 $38.69 $4.76 Container, 40 feet $5,830.00 $404.46 $141.56 $52.58 $6.47 Dump trailer/tear-off trailer $22,550.00 $1,564.41 $547.54 $203.37 $25.03 Flatbed, 40-foot trailer $19,250.00 $1,335.47 $467.41 $173.61 $21.37 Office-type, 8 feet by 32 feet $22,572.00 $1,565.93 $548.08 $203.57 $25.05 Office-type, 10 feet by 40 feet $28,589.00 $1,983.36 $694.18 $257.84 $31.73 Office-type, 12 feet by 56 feet $41,101.50 $2,851.42 $998.00 $370.68 $45.62 Portable toilet $1,483.46 $102.92 $36.02 $13.38 $1.65 Van (pup), 20 feet $49,500.00 $3,434.06 $1,201.92 $446.43 $54.95 Van, 40 feet $35,090.00 $2,434.37 $852.03 $316.47 $38.95 30 © N R C A R e p r i n t p e r m i s s i o n g r a n t e d t o D o n G u t h r i e a t W a y n e ' s R o o f i n g , I n c . . No f u r t h e r r e p r o d u c t i o n s a u t h o r i z e d . A u g 0 1 , 2 0 1 8 . 99 34 TRUCKS (AUTO TRANSMISSION, A/C, AM/FM RADIO) DESCRIPTON COST Month Week Day Hour 1⁄2-ton pickup, extended cab, V8 gasoline, 6,400 GVWR $39,319.50 $2,826.09 $989.13 $367.39 $45.22 3/4-ton pickup, extended cab diesel, 9,200 GVWR $46,101.00 $3,313.51 $1,159.73 $430.76 $53.02 1-ton pickup, extended cab diesel, 9,200 GVWR $54,725.00 $3,933.36 $1,376.68 $511.34 $62.93 1-ton pickup, crew cab diesel, single rear wheels, 9,200 GVWR $47,300.00 $3,399.69 $1,189.89 $441.96 $54.40 1-ton pickup, crew cab diesel, dual rear wheels, 11,400 GVWR $59,620.00 $4,285.19 $1,499.82 $557.07 $68.56 1-ton service van, V8 gasoline, 155-inch wheel base, 9,600 GVWR $39,968.50 $2,872.74 $1,005.46 $373.46 $45.96 1-ton stake bed (12 feet), single cab diesel, dual rear wheels, 11,400 GVWR $37,508.90 $2,695.95 $943.58 $350.47 $43.14 1-ton stake bed (9 feet), crew cab diesel, sin- gle rear wheels, 9,200 GVWR $36,074.50 $2,592.85 $907.50 $337.07 $41.49 1-ton stake bed (9 feet), crew cab diesel, dual rear wheels, 11,400 GVWR $58,297.80 $4,190.15 $1,466.55 $544.72 $67.04 1 1⁄2-ton stake bed (16 feet), single cab diesel, dual rear wheels, 18,000 GVWR $63,630.60 $4,573.45 $1,600.71 $594.55 $73.18 2-ton stake bed (20 feet), single cab diesel, dual rear wheels, 25,950 GVWR $58,103.10 $4,176.16 $1,461.66 $542.90 $66.82 © N R C A R e p r i n t p e r m i s s i o n g r a n t e d t o D o n G u t h r i e a t W a y n e ' s R o o f i n g , I n c . . No f u r t h e r r e p r o d u c t i o n s a u t h o r i z e d . A u g 0 1 , 2 0 1 8 . 100 VACUUMS AND BLOWERS DESCRIPTON COST Month Week Day Hour Back-pack blower $906.95 $150.21 $52.57 $19.53 $2.40 Roof blower, 5 h.p.$825.00 $136.64 $47.82 $17.76 $2.19 Roof dryer, 5 h.p(LPG)$1,496.00 $247.78 $86.72 $32.21 $3.96 35 TRUCKS (AUTO TRANSMISSION, A/C, AM/FM RADIO) (continued) 1 1⁄2-ton dump bed (16 feet) diesel, enclosed sides, dual rear wheels, 18,000 GVWR $60,467.00 $4,346.07 $1,521.12 $564.99 $69.54 2-ton dump bed (20 feet), diesel, enclosed sides, dual rear wheels, 25,950 GVWR $137,390.00 $9,874.91 $3,456.22 $1,283.74 $158.00 2-ton scissor-lift truck, 16 foot bed, 25, 950 GVWR $138,413.00 $9,948.43 $3,481.95 $1,293.30 $159.17 Tractor, road (nonsleeper), 350-h. pengine, tandem axle $147,400.00 $10,594.38 $3,708.03 $1,377.27 $169.51 Tractor, yard/spotter, tandem axle $115,390.00 $8,293.66 $2,902.78 $1,078.18 $132.70 Vacuum loader, trailer- mounted, industrial $111,980.00 $18,546.69 $6,491.34 $2,411.07 $296.75 TRUCK ACCESSORIES DESCRIPTON COST Month Week Day Hour Ladder/equipment rack $1,095.60 $78.75 $27.56 $10.24 $1.26 © N R C A R e p r i n t p e r m i s s i o n g r a n t e d t o D o n G u t h r i e a t W a y n e ' s R o o f i n g , I n c . . No f u r t h e r r e p r o d u c t i o n s a u t h o r i z e d . A u g 0 1 , 2 0 1 8 . 101 WAYNE' S ROOFING, INC BREAKDOWN OF HOURLY CHARGES EFFECTIVE DATE:02/01/2022 EXPIRES:12/31/2022 ITEM DESCRIPTION SEATTLE AREA Regular Time + 1/2 Double Time ROOFER BASIC WAGE 43.09 64.64 86.18 FRINGE BENEFITS 16.25 16.25 16.25 FICA 3.30 4.94 6.59 SUTA/FUTA 5.53%2.38 3.57 4.77 STATE INDUSTRIAL INSURANCE 2.92 2.47 2.47 GENERAL LIABILITY INSURANCE 4.05 6.08 8.10 SICK LEAVE 2.50%1.08 1.62 2.15 PFML 0.40%0.17 0.26 0.34 SUPERVISION 6.46 9.70 12.93 SMALL TOOLS 2.15 3.23 4.31 WISHA 0.86 1.29 1.72 TOTAL HOURLY RATE - DAYS 82.72 114.04 145.82SHIFT DIFFERENTIAL 8.56 11.56 14.56 OT Premium Portion Only 31.32 63.10 TOTAL HOURLY RATE - NIGHTS 91.28 125.60 160.38 NOTES:Updated 1/28/2022 SEATTLE =King, Kitsap, Mason, Snohomish, Clallam, & Jefferson Counties 102 Project No.10-21-2010 COR ID Extra ID Date Approved Date 0.DIRECT PROJECT MANAGEMENT a.Project Manager -$ b.Assistant Project Manager -$ c.Project Engineer -$ d.Project Safety Manager -$ e.Mobilization 539$ Subtotal Project Management 539$ 1.DIRECT TRADE LABOR a.Journeyman and Apprentice 3,415$ b.Foreman -$ c.Superintendent -$ d.Direct Supervision @15% of 1.a 0%-$ e.Safety 0%-$ Subtotal Labor 3,415$ 2.DIRECT MATERIAL COST 4,270 3.EQUIPMENT COST 1,420 4.SMALL TOOLS 0%- Subtotal 2-4 5,690$ 5.Overhead and Profit a. Overhead on first $50,000.00 8%772 b.Overhead on excess of $50,000 8%- c.Profit on lines 1-4 4%386 1,157$ 6.Subcontractors a. b. c. d. Subtotal Subcontractors -$ 7.Overhead and Profit on Subcontractors a. Overhead on first $50,000.00 4%- b.Overhead on excess of $50,000 4%- c.Profit on lines 1-4 2%- -$ 7.Insurance and Bonds GL Insurance 1.95%of Total 205 B&O Tax 0.484%of Total 51 256$ Total COP Price 10,518$ Project Change Order Request Summary Project Name Tukwila Public Works Fleet Status COR Description Extra Description Scope of Work 103 Pacific Northwest Environmantal LLC COR Details Project Name:Tukwila Public Works Fleet | COR - Project No.:10-21-2010 | Total Description Hours Rate Cost Quantity Units Unit Cost Cost Quantity Units Unit Cost Cost Cost General Conditions 539.44$ 4,270.00$ 1,420.00$ 6,229.44$ EMP ID Direct Project Management 539.44$ -$ -$ 539.44$ Mobilization / Eq and Supply Delivery and Pic 2.00 Ea 8.00 67.43 539.44 - - 539.44 01-200 Site Supplies and Equipment -$ 970.00$ 1,320.00$ 2,290.00$ PPE - - - 25 Sets 15.00 375.00 - 375.00 Waste Packaging - Drop Box Liners - - - 2 ea 150.00 300.00 Waste Packaging - 6 mil Poly - - - 1 roll 95.00 95.00 - 95.00 - - - - - - Reach Forklift - - - 1 Ea 200.00 200.00 1 Ea 1,100.00 1,100.00 1,300.00 Lift Pick-up/Delivery - - - - 2 Ea 110.00 220.00 220.00 01-800 Waste Disposal and Handling -$ 3,300.00$ -$ 3,300.00$ 01-800 Waste Transport - - - 3 Loads 300 900.00 - 900.00 Waste Disposal - - 12 Tons 200 2,400.00 - 2,400.00 - - - - - 10-700 Inspections Testing and Design -$ -$ 100.00$ 100.00$ Personal Air Monitoring - - - 4 Ea 25 100.00 100.00 Hazardous Materials Abatement 3,414.76$ -$ -$ 3,414.76$ 20-AAA Asbestos Abatement 3,414.76$ -$ -$ 3,414.76$ Roof Removal 1,800.00 SF 50.00 68.30 3,414.76 - - 3,414.76 Totals 3,954.20$ 4,270.00$ 1,420.00$ 9,644.20$ Labor Materials Equipment Quantity Page 2 of 2 J:\PNE LLC\Projects\2021 - WA\10-21-2010 Tukwila Public Works Fleet\Contract Management\Contract\COs and CORs\COR 10 Roof\21-1010 COR 10.xlsx21-1010 COR 10.xlsx 104 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To:COP NO:046A1 CCD/PR No.: COPR 002 Date: Project: Attn.: LCI Project No.: 1239 A.TOTAL MATERIAL/EQ BASE COST -$ B.TOTAL LABOR COST -$ SUBTOTAL -$ C.OVERHEAD AND PROFIT (13%)-$ SUBTOTAL -$ D.SUBCONTRACT COST 27,566.00$ E.OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%)1,653.96$ SUBTOTAL 29,219.96$ H.BOND (GC ONLY)876.60$ SUBTOTAL 876.60$ TOTAL CHANGE PROPOSAL COST 30,097$ CONTRACT TIME ADJUSTMENT (DAYS)TBD Thomas Romberg 0 CONTRACTOR Tom Romberg DATE 7/15/2022 7/15/2022 City of Tukwila Tukwila Public Works Fleet & Facilities Building Lincoln Construction, Inc. 01114.00 g3.3 (2)105 Lincoln Construction Change Order Request To:Date: COP #:046A1 Owner COP/CCD/PR #:COPR 002 Re:Public Works Fleet and Facilities Please provide a change order for the following work: Total price per attached breakdown: State and local sales tax:include X not included Extension of time: We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely,Thomas Romberg-Project Manager 7/15/2022 $30,097 TBD City of Tukwila Roof envelope per COPR 002 Alternate 1 added nailer 106 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities COP:046A1 REV:000 ATE:7/15/2022 DESCRIPTION:Owner COP/CCD/PR #:COPR 002 LABOR HOURS RATE TOTAL PROJECT MANAGER X 95.00 =-$ SUPERINTENDENT X 88.95 =-$ ASSISTANT SUPERINTENDENT X 77.15 =-$ CARPENTER X 75.85 =-$ LABORER X 67.72 =-$ X =-$ X =-$ SUBTOTAL -$ SMALL TOOL ALLOWANCE @ 0.0%-$ SUBTOTAL -$ MARK-UP @ 13.0%-$ TOTAL LABOR -$ MATERIALS/EQUIPMENT PHASE CODE UNITS RATE 1 X =-$ 1 X =-$ 1 X =-$ 1 X =-$ SUBTOTAL -$ USE TAX ON MATERIALS AND EQUIPMENT 0.0%-$ MARK-UP @ 13.0%-$ TOTAL MATERIAL/EQUIPMENT -$ SUBCONTRACTS PHASE CODE UNITS RATE 1 X =-$ Northshore Exteriors 1 X 27,566.00 =27,566.00$ 1 X 0.00 =-$ 1 X 0.00 =-$ 1 X 0.00 =-$ 1 X 0.00 =-$ 1 X 0.00 =-$ X =-$ SUBTOTAL 27,566.00$ MARK-UP @ Sub Direct Cost 27,566 6.0%Less Sub Fee 1,653.96$ TOTAL SUBCONTRACTS 29,219.96$ PROPOSAL SUBTOTAL 29,219.96$ BONDS/Liability/Builders Risk/B&O Tax 3.000%876.60$ PROPOSAL TOTAL 30,096.56$ Updated: 9/30/2011 Page 4 of 6 107 Attention:Date: Project:NSE Ref: COP / RFI #:By: Work Description 0 Per Hr 113.33$ -$ -$ -$ 0 Per Hr 170.29$ -$ -$ -$ 64 Per Hr 103.86$ 6,646.83$ -$ -$ 64 Per Hr 115.90$ 7,417.75$ -$ -$ 2 Per Hr 59.64$ 119.28$ -$ -$ 250 ea 16.39$ 4,097.50$ -$ -$ 5 ea 225.00$ 1,125.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 2 Per Hr -$ -$ 57.00$ 114.00$ Per Hr -$ -$ 32.29$ -$ 0 Per Hr -$ -$ 396.14$ -$ 0 Per Hr -$ -$ 74.28$ -$ Per Hr -$ -$ 89.51$ -$ Per Hr -$ -$ 342.57$ -$ 6 Day -$ -$ 530.00$ 3,180.00$ Day -$ -$ 655.00$ -$ Day -$ -$ 300.00$ -$ 0 EA -$ -$ 150.00$ -$ 13 Exclusions: Note: Signature Name (printed) Date Title All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Itemized Change Order Proposal NSE-004 Total value of work for this contract before overhead & profit 24,394.89$ % overhead & profit 3,171.34$ Total Value of work for this contract including overhead & profit 27,566.22$ Other Expense: Subtotal of all expenses (labor, materials, & equipment)23,975.32$ Contractor liability insurance = 1.75% of labor, materials, & equipment 419.57$ Transportation $4.76 per Field Foreman Hour 304.64$ Subtotals without overhead & profit 20,376.68$ -$ 3,598.64$ Safety act expense @ 2% of direct labor 388.13$ Small tools expense @ 3% of direct labor 582.19$ 26 Ft Scissor Lift 1000# (rented) Lift Delivery Fee Subtotals 19,406.36$ -$ 3,294.00$ Finn Power Shear Genius RAS 90 Break CNC Router Salvagnini 45 ft boom Manlift (Rented) 65 ft Boom Manlift (Rented) Equipment 20 ft flat bed 8 ft 1/2 ton Field Journeymen Field Foreman Delivery Driver Material 2x4x12 HT i/w shield Total Rate Total Labor Shop Journeymen Shop Foreman Alt #1 including 2x nailer (x2) with SA waterproofing strip in. No of Units Unit Description $/Hour Total $/Unit per request Jeremy Hughes QUANTITIES LABOR MATERIALS EQUIPMENT Tom Romberg 7/6/2022 Tukwila Public Works n/a NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com 108 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To:COP NO:046A2 CCD/PR No.: COPR 002 Date: Project: Attn.: LCI Project No.: 1239 A.TOTAL MATERIAL/EQ BASE COST 6,600.00$ B.TOTAL LABOR COST -$ SUBTOTAL 6,600.00$ C.OVERHEAD AND PROFIT (13%)858.00$ SUBTOTAL 858.00$ D.SUBCONTRACT COST 87,009.00$ E.OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%)5,220.54$ SUBTOTAL 92,229.54$ H.BOND (GC ONLY)2,990.63$ SUBTOTAL 2,990.63$ TOTAL CHANGE PROPOSAL COST 102,678$ CONTRACT TIME ADJUSTMENT (DAYS)TBD Thomas Romberg 0 CONTRACTOR Tom Romberg DATE 7/15/2022 7/15/2022 City of Tukwila Tukwila Public Works Fleet & Facilities Building Lincoln Construction, Inc. 01114.00 g3.3 (2)109 Lincoln Construction Change Order Request To:Date: COP #:046A2 Owner COP/CCD/PR #:COPR 002 Re:Public Works Fleet and Facilities Please provide a change order for the following work: Total price per attached breakdown: State and local sales tax:include X not included Extension of time: We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely,Thomas Romberg-Project Manager 7/15/2022 $102,678 TBD City of Tukwila Roof envelope per COPR 002 Alternate 2 Gutters and Downspouts 110 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities COP:046A2 REV:000 ATE:7/15/2022 DESCRIPTION:Owner COP/CCD/PR #:COPR 002 LABOR HOURS RATE TOTAL PROJECT MANAGER X 95.00 =-$ SUPERINTENDENT X 88.95 =-$ ASSISTANT SUPERINTENDENT X 77.15 =-$ CARPENTER X 75.85 =-$ LABORER X 67.72 =-$ X =-$ X =-$ SUBTOTAL -$ SMALL TOOL ALLOWANCE @ 0.0%-$ SUBTOTAL -$ MARK-UP @ 13.0%-$ TOTAL LABOR -$ MATERIALS/EQUIPMENT PHASE CODE UNITS RATE 1 X =-$ Dumpster 3 X 2,200.00 =6,600.00$ 1 X =-$ 1 X =-$ SUBTOTAL 6,600.00$ USE TAX ON MATERIALS AND EQUIPMENT 0.0%-$ MARK-UP @ 13.0%858.00$ TOTAL MATERIAL/EQUIPMENT 7,458.00$ SUBCONTRACTS PHASE CODE UNITS RATE 1 X =-$ Northshore Exteriors 1 X 87,009.00 =87,009.00$ 1 X 0.00 =-$ 1 X 0.00 =-$ 1 X 0.00 =-$ 1 X 0.00 =-$ 1 X 0.00 =-$ X =-$ SUBTOTAL 87,009.00$ MARK-UP @ Sub Direct Cost 87,009 6.0%Less Sub Fee 5,220.54$ TOTAL SUBCONTRACTS 92,229.54$ PROPOSAL SUBTOTAL 99,687.54$ BONDS/Liability/Builders Risk/B&O Tax 3.000%2,990.63$ PROPOSAL TOTAL 102,678.17$ Updated: 9/30/2011 Page 4 of 6 111 Attention:Date: Project:NSE Ref: COP / RFI #:By: Work Description 103 Per Hr 113.33$ 11,673.19$ -$ -$ 43 Per Hr 170.29$ 7,322.55$ -$ -$ 148 Per Hr 103.86$ 15,370.80$ -$ -$ 98 Per Hr 115.90$ 11,358.43$ -$ -$ 2 Per Hr 59.64$ 119.28$ -$ -$ 65 ea 76.60$ 4,979.00$ -$ -$ 30 ea 60.00$ 1,800.00$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 2 Per Hr -$ -$ 57.00$ 114.00$ Per Hr -$ -$ 32.29$ -$ 30 Per Hr -$ -$ 396.14$ 11,884.20$ 48 Per Hr -$ -$ 74.28$ 3,565.44$ Per Hr -$ -$ 89.51$ -$ Per Hr -$ -$ 342.57$ -$ 8 Day -$ -$ 530.00$ 4,240.00$ Day -$ -$ 655.00$ -$ Day -$ -$ 300.00$ -$ 1 EA -$ -$ 150.00$ 150.00$ 13 Exclusions: Note: Signature Name (printed) Date Title All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Itemized Change Order Proposal NSE-005 Total value of work for this contract before overhead & profit 76,998.84$ % overhead & profit 10,009.85$ Total Value of work for this contract including overhead & profit 87,008.69$ Other Expense: Subtotal of all expenses (labor, materials, & equipment) 75,674.53$ Contractor liability insurance = 1.75% of labor, materials, & equipment 1,324.30$ Transportation $4.76 per Field Foreman Hour 466.48$ Subtotals without overhead & profit 55,254.41$ -$ 20,420.12$ Safety act expense @ 2% of direct labor 1,052.47$ Small tools expense @ 3% of direct labor 1,578.70$ 26 Ft Scissor Lift 1000# (rented) Lift Delivery Fee Subtotals 52,623.25$ -$ 19,953.64$ Finn Power Shear Genius RAS 90 Break CNC Router Salvagnini 45 ft boom Manlift (Rented) 65 ft Boom Manlift (Rented) Equipment 20 ft flat bed 8 ft 1/2 ton Field Journeymen Field Foreman Delivery Driver Material 24ga; Kynar Flatsheet 24ga; Galvalume flatsheet Total Rate Total Labor Shop Journeymen Shop Foreman ADD ALTERNATE #2; Includes gutters, drip edge, spacer, downspouts, and demo of existing downspouts and gutters (disposal fees not included). No of Units Unit Description $/Hour Total $/Unit per request Jeremy Hughes QUANTITIES LABOR MATERIALS EQUIPMENT Tom Romberg 7/6/2022 Tukwila Public Works n/a NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com 112 CHANGE PROPOSAL REQUEST Lincoln Construction Public Works Fleet and Facilities To:COP NO:046A3R1 CCD/PR No.: COPR 002 Date: Project: Attn.: LCI Project No.: 1239 A.TOTAL MATERIAL/EQ BASE COST 11,100.00$ B.TOTAL LABOR COST 4,269.60$ SUBTOTAL 15,369.60$ C.OVERHEAD AND PROFIT (13%)1,998.05$ SUBTOTAL 1,998.05$ D.SUBCONTRACT COST 254,175.00$ E.OVERHEAD AND PROFIT ON SUBCONTRACT COST (6%)15,250.50$ SUBTOTAL 269,425.50$ H.BOND (GC ONLY)8,603.79$ SUBTOTAL 8,603.79$ TOTAL CHANGE PROPOSAL COST 295,397$ CONTRACT TIME ADJUSTMENT (DAYS)TBD Thomas Romberg 0 CONTRACTOR Tom Romberg DATE 8/10/2022 8/10/2022 City of Tukwila Tukwila Public Works Fleet & Facilities Building Lincoln Construction, Inc. 01114.00 g3.3 (2)113 Lincoln Construction Change Order Request To:Date: COP #:046A3R1 Owner COP/CCD/PR #:COPR 002 Re:Public Works Fleet and Facilities Please provide a change order for the following work: Total price per attached breakdown: State and local sales tax:include X not included Extension of time: We have proceeded with the work Work will not proceed without formal authorization This price is good for 5 days from the above date, after which this request is subject to revision. Sincerely, Thomas Romberg-Project Manager 8/10/2022 $ 295,397 TBD City of Tukwila Roof envelope per COPR 002 Alternate 3 Exterior Siding and Painting. Lead times on siding are assumed to be 8 to 12 weeks. Painting cannot take place until spring of 2023. Excludes any additional framing, mechanical, electrical, caulking, structural work, gutters and downspouts. 114 Lincoln Construction CHANGE ORDER REQUEST SUMMARY Public Works Fleet and Facilities COP:046A3 REV:001 ATE:8/10/2022 DESCRIPTION:Owner COP/CCD/PR #:COPR 002 A3 LABOR HOURS RATE TOTAL PROJECT MANAGER X 95.00 =-$ SUPERINTENDENT 48 X 88.95 =4,269.60$ ASSISTANT SUPERINTENDENT X 77.15 =-$ CARPENTER X 75.85 =-$ LABORER X 67.72 =-$ X =-$ X =-$ SUBTOTAL 4,269.60$ SMALL TOOL ALLOWANCE @ 0.0%-$ SUBTOTAL 4,269.60$ MARK-UP @ 13.0%555.05$ TOTAL LABOR 4,824.65$ MATERIALS/EQUIPMENT PHASE CODE UNITS RATE 1 X =-$ Dumpster 6 X 1,600.00 =9,600.00$ Sweeper 1 X 1,500.00 =1,500.00$ 1 X =-$ SUBTOTAL 11,100.00$ USE TAX ON MATERIALS AND EQUIPMENT 0.0%-$ MARK-UP @ 13.0%1,443.00$ TOTAL MATERIAL/EQUIPMENT 12,543.00$ SUBCONTRACTS PHASE CODE UNITS RATE 1 X =-$ Northshore Exteriors 1 X 183,755.00 =183,755.00$ Todd Robinson 1 X 70,420.00 =70,420.00$ 1 X 0.00 =-$ 1 X 0.00 =-$ 1 X 0.00 =-$ 1 X 0.00 =-$ X =-$ SUBTOTAL 254,175.00$ MARK-UP @ Sub Direct Cost 183,755 6.0%Less Sub Fee 15,250.50$ TOTAL SUBCONTRACTS 269,425.50$ PROPOSAL SUBTOTAL 286,793.15$ BONDS/Liability/Builders Risk/B&O Tax 3.000%8,603.79$ PROPOSAL TOTAL 295,396.94$ Updated: 9/30/2011 Page 5 of 7 115 Attention:Date: Project:NSE Ref: COP / RFI #:By: Work Description 160 Per Hr 105.70$ 16,911.45$ -$ -$ 110 Per Hr 138.65$ 15,251.16$ -$ -$ 280 Per Hr 98.18$ 27,491.41$ -$ -$ 280 Per Hr 105.99$ 29,676.61$ -$ -$ 62 Per Hr 138.65$ 8,596.30$ -$ -$ 12 Per Hr 52.07$ 624.83$ -$ -$ 5352 sf 3.50$ 18,732.00$ -$ 56 sheets 78.75$ 4,410.11$ -$ -$ -$ -$ -$ -$ -$ -$ -$ 12 Per Hr -$ -$ 57.00$ 684.00$ Per Hr -$ -$ 32.29$ -$ 72 Per Hr -$ -$ 396.14$ 28,522.08$ 90 Per Hr -$ -$ 74.28$ 6,685.20$ Per Hr -$ -$ 89.51$ -$ Per Hr -$ -$ 342.57$ -$ Day -$ -$ 530.00$ -$ Day -$ -$ 655.00$ -$ 3 Day -$ -$ 300.00$ 900.00$ EA -$ -$ 150.00$ -$ 13 Exclusions: Note: Signature Name (printed) Date Title Custom colors, any framing, wood and or wood working, lead and or pipe flashings, any exposed caulking, any Demo, liquid applied flashings, saw cutting, any insulation / scrim work, any interior work, any hoisting, and any work at downspouts. All owned equipment rates are from the National Roofing Contractors Association's, "Roofing Contractors Equipment Cost Schedule", Ninth Edition, Copyright 2003. Rented equipment as quoted. Contractor agrees that by ordering Northshore to proceed on such above mentioned work, contractor agrees that such work is above and beyond the scope of the original contract, and accepts this itemized breakdown in its entirety as fair compensation for such work. Contractor further agrees that by ordering such extra work, it shall issue a change order as soon as possible, regardless of whether or not owner approves such changes. CONTRACTOR APPROVAL The Contractor/Owner by signing below hereby orders Northshore Exteriors, Inc. to proceed with the above mentioned extra work, and will issue a formal Change Order as soon as possible. Total value of work for this contract before overhead & profit 162,614.77$ % overhead & profit 21,139.92$ Total Value of work for this contract including overhead & profit 183,754.69$ Other Expense: Subtotal of all expenses (labor, materials, & equipment) 159,817.95$ Contractor liability insurance = 1.75% of labor, materials, & equipment 2,796.81$ Transportation $4.76 per Field Foreman Hour 1,332.80$ Subtotals without overhead & profit 121,693.87$ -$ 38,124.08$ 36,791.28$ Safety act expense @ 0% of direct labor -$ Small tools expense @ 0% of direct labor -$ 65 ft Boom Manlift (Rented) Forklift (rented) Lift Delivery Fee Subtotals 121,693.87$ -$ 8 ft 1/2 ton Finn Power Shear Genius RAS 90 Break CNC Router Salvagnini 45 ft boom Manlift (Rented) Flat sheet Equipment 20 ft flat bed Field Journeymen Field Foreman Project Admin (drawings, PM) Delivery Driver Material Metal Wall Panel Total Rate Total Labor Shop Journeymen Shop Foreman ALT 3 request to price wall panel replacement per drawings provided. Revision to add cut and demo of old panels.No of Units Unit Description $/Hour Total $/Unit Request for Alt 3 Pricing - Wall Panel Jeremy Hughes QUANTITIES LABOR MATERIALS EQUIPMENT Itemized Change Order Proposal Tom Romberg 7/28/2022 Tukwila Public Works 6233-006 Rev.2 NORTHSHORE EXTERIORS, INC. 11831 BEVERLY PARK ROAD, BLDG C * EVERETT, WA 98204 * 425.740.3700 * Fax 425.740.3701 www.northshoreext.com 116 PROJECT:Tukwila Public Works Fleet & Facilities Building - Exterior Painting DATE:7/19/2022 DESCRIPTION: Clean, prime as needed, and paint exterior of building as shown on sheet A3.4 of plans dated 07.15.2022. Work to be done Spring of 2023. Exclusions/Notes:Caulking/sealants, painting at Pre-Manufactured Steel Stairs, interior side of doors/frames/overhead doors/track, auto gates/fencing, electrical equipment, traffic/pavement markings, interior work, WSST. LABOR MATERIAL SUB TIER EQUIPMENT LABOR $MATERIAL $SUB TIER $EQUIPMENT DESCRIPTION QTY UNIT $/UNIT $/UNIT $/UNIT $/UNIT EXTENSION EXTENSION EXTENSION EXTENSION TOTAL Labor - Forman 147.0 hr $67.67 $9,947.49 $0.00 $0.00 $0.00 $9,947.49 Labor - Regular 147.0 hr $66.17 $9,726.99 $0.00 $0.00 $0.00 $9,726.99 Pro Industrial Heavy Duty Block Filler 30.0 gal $19.09 $0.00 $572.70 $0.00 $0.00 $572.70 Bond-Plex Waterbased Acrylic Coating 146.0 gal $96.32 $0.00 $14,062.72 $0.00 $0.00 $14,062.72 Performance Acryic Semi- Gloss 338.0 week $47.82 $0.00 $16,163.16 $0.00 $0.00 $16,163.16 Lift - 45' articulating 4WD 2.0 week $1,892.00 $0.00 $0.00 $0.00 $3,784.00 $3,784.00 Lift - 60' stick boom lift 4WD 2.0 gal $1,648.00 $0.00 $0.00 $0.00 $3,296.00 $3,296.00 Lift Fuel 195.0 gal $5.32 $0.00 $0.00 $0.00 $1,037.40 $1,037.40 Extra Muscle Cleaner & Paint Deglosser 4.0 rolls $30.49 $0.00 $121.96 $0.00 $0.00 $121.96 Floor Masking Paper Rolls 4.0 rolls $53.83 $0.00 $215.32 $0.00 $0.00 $215.32 12" Hand Masker Paper 16.0 rolls $3.62 $0.00 $57.92 $0.00 $0.00 $57.92 99" Masking Film 6.0 rolls $21.57 $0.00 $129.42 $0.00 $0.00 $129.42 Masking tape 27.0 rolls $4.49 $0.00 $121.23 $0.00 $0.00 $121.23 Ductape 7.0 rolls $11.18 $0.00 $78.26 $0.00 $0.00 $78.26 Travel Time 22.0 Trips $35.00 $770.00 $0.00 $0.00 $0.00 $770.00 Fuel Surcharge 172.0 gal $5.16 $0.00 $0.00 $0.00 $887.52 $887.52 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 DIRECT COST TOTALS $20,444.48 $31,522.69 $0.00 $9,004.92 $60,972.09 Paint Recyle Fee - $0.95 per gallon $488.30 Paint Supply Chain Charge - 4% of Direct Material Cost Sales Tax on Rental Equipment SUBTOTAL DIRECT COSTS $488.30 COST TOTALS $60,972.09 SUB TIER SUBTOTAL $0.00 $0.00 SUBCONTRACTOR OVERHEAD AND PROFIT 13%$7,926.37 SUBCONTRACTOR FEE ON LOWER TIER 8%$0.00 SUBCONTRACTOR FEE ON DIRECT COSTS $488.30 SUBTOTAL - SUB $69,386.76 INSURANCE 1.0000%$693.87 BOND 1.200%N.A. B&O TAX 0.4840%$339.19 TOTAL COST $70,419.82 Tukwila Public W orks Fleet & Facilities Building Exterior W ork REVISED8/10/20221:49 PM 117 35.95$ per hour 5.93$ Employment Security 2.06$ FICA 1.45$ Medicare 4.73$ L&I 7.40$ Health & Welfare 0.18$ SUTA 1.04$ Training Fund 0.03$ Painter Progression 0.27$ FUTA 4.35$ WW Pension 2.73$ WWSPE 0.05$ IUPAT -$ Small Tools & Consumable -$ Safety -$ Direct Supervision -$ Fuel 66.17$ Add $1.50 Foreman 67.67$ Add $0.50 Industrial 66.67$ Travel Time:35.00$ LABOR RATE 118 E M A R G I N A L W A Y S S 112TH ST T U K W I L A I N T L B L V D H I G H W A Y 9 9 11210 TUKWILA INTERNATIONAL BLVD N 1 A101 SIM 1 A101 SIM 1i 101101 WALL SECTION BLDG SECTION EXTERIOR ELEVATION INTERIOR ELEVATION DETAIL NORTH ARROW WINDOW TAG ELEVATION NOTE CENTERLINE REVISION BREAKLINE PROPERTY LINE DIMENSION POINT DETAIL BORDER DOOR TAG PL 1 DESCRIPTION FLOOR TRANSITION NAME ELEVATION TYP ? XXX XXX XXX T.O. XXX ROOM TAG SPOT ELEVATION GRID HEAD KEY NOTE1 A101 1 1 1 1 A101 1 1 1 1 ROOM NAME 101 0 A101 1 SIM CL 1i WALL TAG EARTH BATT INSULATION CONCRETE GRAVEL MASONRY PLYWOOD RIGID INSULATION STEEL WOOD Date: Revisions: Drawn by: Checked: Scale: No. Date Remarks N OT F O R C O N S T R U C T I O N As indicated 7/ 1 5 / 2 0 2 2 1 0 : 0 6 : 5 6 A M A 0.0 TUKWILA PUBLIC WORKS 07/15/2022 ES AH FLEET AND FACILITIES BUILDING BID DOCUMENTS 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 COVER SHEET TUKWILA PUBLIC WORKS FLEET & FACILITIES BUILDING QT R or RAD RB RCP RD REF REFR REINF RELOC REQ'D RES RF RM RO RV RL S SA SC SCHED SECT SG SHT SIM SPEC SQ S.S. STA STD STL STN STOR STRUCT SOG SUSP SYM T, TMP T&G TEL TER THK T.O. TS TV TYP UL UNO VCT VERT VEST VIF VTR W W/ WC WD WF W/O WOM WM WP WR WSCT WT ABBREVIATIONS AND ANGLE AT DIAMETER POUND OR NUMBER EXISTING CENTERLINE ANCHOR BOLT ABOVE AIR CONDITIONING ACOUSTIC CEILING TILE AIR CONDITION UNIT ADJUSTABLE ABOVE FINISHED FLOOR ALTERNATE ALUMINUM APPROXIMATELY BUILDING BELOW BOTTOM OF CATCH BASIN CEMENT BACKER BOARD CEMENT CONTROL JOINT CENTERLINE CEILING CLEAR CLEAN OUT COLUMN CONCRETE CONDITION CONTINUOUS CARPET CERAMIC TILE DOUBLE DEMOLISH DRINKING FOUNTAIN DIAMETER DIFFUSER DIMENSION DISPENSER DOWN DOOR DOWNSPOUT DETAIL DISHWASHER EAST EACH EXTERIOR COMPOSITE SIDING EXHAUST FAN EXPANSION JOINT ELEVATION ELECTRICAL ELEVATOR EMERGENCY EQUAL EXPANSION FIBER BOARD PANEL FLOOR DRAIN FIRE EXTINGUISHER FINISH FLOOR FIRE HYDRANT FINISH FLOOR FACE OF FURNISHED BY OWNER, INSTALL BY CONTRACTOR FURNISHED BY OWNER INSTALL BY OWNER FIRE RESISTANT FLOOR SINK GAUGE GALVANIZED GRAB BAR GLASS GLU-LAM BEAM GROUND GRADE GROUTED GYPSUM WALL BOARD HOSE BIBB HANDICAP HOLLOW CLAY MASONRY UNIT HARDWOOD HARDWARE HEIGHT HOLLOW METAL HOUR HORIZONTAL INSIDE DIAMETER INTEGRAL COVE BASE INSULATION INTERIOR JANITOR JOINT KITCHEN LABORATORY LAMINATE LAVATORY LOCKER LOCATE LIGHT LAMINATED VENEER LUMBER MEN'S MATERIAL MAXIMUM MEDICINE CABINET MECHANICAL MEMBRANE MANUFACTURER MINIMUM MIRROR MISCELLANEOUS MANHOLE MASONRY OPENING MOUNTED METAL MULLION NORTH NOT APPLICABLE NOT IN CONTRACT NOMINAL NOT TO SCALE NOT RATED OVERALL OBSCURE ON CENTER OUTSIDE DIAMETER OFFICE OPENING OPPOSITE OPEN TO STRUCTURE PRECAST CONCRETE PLATE PLASTER PLYWOOD PLASTIC LAMINATE PAINT POINT OF CONNECTION PAIR PARALLEL STRAND LUMBER PRESSURE TREATED PARTITION QUARRY TILE RADIUS RESILIENT BASE REFLECTED CEILING PLAN ROOF DRAIN REFERENCE REFRIGERATOR REINFORCED RELOCATE REQUIRED RESINOUS FLOORING RESILIENT FLOORING ROOM ROUGH OPENING ROOF VENT RAIN WATER LEADER SOUTH SMOKE ALARM SOLID CORE SCHEDULE SECTION SAFETY GLASS SHEET SIMILAR SPECIFICATION SQUARE STAINLESS STEEL STATION STANDARD STEEL STAIN STORAGE STRUCTURE SLAB ON GRADE SUSPENDED SYMMETRICAL TEMPERED TONGUE & GROOVE TELEPHONE TERRAZZO THICK TOP OF TUBE STEEL TELEVISION TYPICAL UNDERWRITERS' LABORATORIES UNLESS NOTED OTHERWISE VINYL COMPOSITION TILE VERTICAL VESTIBULE VERIFY IN FIELD VENT THRU ROOF WEST WITH WATER CLOSET WOOD WIDE FLANGE WITHOUT WALK OFF MAT WOMEN'S WATERPROOFING WATER RESISTANT WAINSCOT WEIGHT & L @ ∅ # (E) CL A.B. ABV AC ACT ACU ADJ AFF ALT ALUM APPROX BLDG BLW B.O. CB CBB CEM CJ CL CLG CLR CO COL CONC COND CONT CPT CT DBL DEMO DF DIA DIFF DIM DISP DN DR DS DTL DW E EA ECS EF EJ EL ELEC ELEV EMERG EQ EXP FBP FD FE FF FH FIN FLR F.O. FOIC FOIO FR FS GA GALV GB GL GLB GND GR GRT'D GWB HB HC HCMU HDWD HDWE HT HM HR HORIZ I.D. ICB INSUL INT JAN JT KIT LAB LAM LAV LKR LOC LT LVL M MATL MAX MC MECH MEMB MFR MIN MIR MISC MH MO MTD MTL MULL N NA NIC NOM NTS NR OA OBS O.C. O.D. OFF OPNG OPP OTS PC PL PLAS PLY P.LAM PNT POC PR PSL PT PTN GENERAL NOTES PROJECT INFORMATION DESIGN TEAM 1. REFER TO CIVIL, STRUCTURAL, MECHANICAL AND ELECTRICAL DRAWINGS FOR ADDITIONAL NOTES AND SYMBOLS. 2. MATERIALS, ASSEMBLIES AND NOTED ITEMS ARE NEW UNLESS OTHERWISE NOTED. 3. CONTRACTOR SHALL VERIFY CONDITIONS. NOTIFY THE ARCHITECT OF ANY CONDITIONS INCONSISTENT WITH THE INTENT OF THE DRAWINGS PRIOR TO STARTING OR CONTINUING WORK IN THE AREA CONCERNED. CODE: 1. ALL WORK SHALL CONFORM TO APPLICABLE CODES AND LOCAL BUILDING REQUIREMENTS, WHICH INCLUDE THE MOST CURRENT EDITIONS OF THE INTERNATIONAL BUILDING CODE WITH LOCAL AMENDMENTS, INTERNATIONAL MECHANICAL CODE (IMC), NATIONAL ELECTRICAL CODE (NEC), INTERNATIONAL FIRE CODE (IFC), AND WASHINGTON STATE ENERGY CODE (WEC). 2. REFER TO WINDOW SCHEDULE FOR WINDOW SIZES AND TYPES. ALL GLAZING WITHIN 18” OF INTERIOR FLOOR, EXTERIOR WALKING SURFACE OR WITHIN 24” OF A DOOR IN ANY POSITION TO BE TEMPERED GLASS UNLESS INDICATED OTHERWISE. 3. RACKING STORAGE, MECHANICAL, ELECTRICAL, PLUMBING AND FUEL TANK PERMITS TO BE APPLIED FOR UNDER SEPARATE APPLICATION BY CONTRACTOR. 4. PROVIDE FIREBLOCKS AND DRAFTSTOPS PER IBC. 5. PROVIDE CLOSURE MEETING THE REQUIREMENT OF GOVERNING FIRE AUTHORITIES BETWEEN FIRE RATED FLOORS, SHAFTS AND BUILDING PARTITIONS AND PENETRATING DUCTS, PIPES, CONDUIT, MECHANICAL, ELECTRICAL, AND OTHER ITEMS. 6. RECESSES LOCATED WITHIN FIRE RATED PARTITIONS SHALL BE CONSTRUCTED TO MAINTAIN THE REQUIRED FIRE RATING OF THE PARTITION. 7. EXISTING FIRE EXTINGUISHERS AND CABINETS ARE NOT SHOWN ON PLANS. PROTECT EXISTING FIRE EXTINGUISHERS AND CABINETS (RECESSED OR SURFACE MOUNTED) FROM DAMAGE. HAZMAT: 1. HAZARDOUS MATERIAL REMOVAL & DISPOSAL: BEFORE BEGINNING ANY DEMOLITION OR OTHER WORK, COMPLY WITH DOCUMENTS PREPARED BY THE OWNER’S HAZARDOUS MATERIALS CONSULTANT. THIS APPLIES TO DEMOLITION, DISPOSAL AND CONSTRUCTION OPERATIONS ASSOCIATED WITH THE PROJECT. THE CONTRACTOR WILL SUSPEND WORK IMMEDIATELY AND NOTIFY THE OWNER IF MATERIALS SUSPECTED OF BEING HAZARDOUS, AND NOT PREVIOUSLY IDENTIFIED, ARE ENCOUNTERED IN THE COURSE OF THE CONTRACTOR’S WORK. DEMOLITION: 1. WHERE ITEMS ARE INDICATED ON PLANS TO BE DEMOLISHED, IT SHALL MEAN THE COMPLETE REMOVAL AND DISPOSAL OF THE ITEM INDICATED UNLESS OTHERWISE NOTED. CONTRACTOR IS RESPONSIBLE FOR REVIEW OF THE HAZARDOUS MATERIALS ABATEMENT, ARCHITECTURAL, STRUCTURAL, MECHANICAL AND ELECTRICAL DRAWINGS AND SPECIFICATIONS FOR CUTTING AND PATCHING WORK. DIMENSIONS: 1. DO NOT SCALE DRAWINGS. 2. VERIFY DIMENSIONS SHOWN ON DRAWINGS. USE ONLY DIMENSIONS INDICATED. PRIOR TO STARTING OR CONTINUING WORK, NOTIFY ARCHITECT OF DISCREPANCIES OR CONDITIONS INCONSISTENT WITH THE INTENT OF THE CONSTRUCTION DOCUMENTS. 3. DIMENSIONS ARE TO FACE OF CONCRETE, FACE OF MASONRY, OR FACE OF STUD, UNLESS OTHERWISE NOTED. 4. FINISHED SURFACE OF INFILL OR EXTENSIONS OF EXISTING PARTITIONS SHALL ALIGN WITH ADJACENT EXISTING SURFACES UNLESS OTHERWISE NOTED. 5. VERTICAL DIMENSIONS ARE MEASURED FROM STRUCTURAL SLAB, TOP OF STEEL OR TOP OF SHEATHING, UNLESS NOTED OTHERWISE. 6. DOORS NOT LOCATED BY DIMENSION ON PLANS SHALL BE SIX INCHES FROM FACE OF ADJOINING PARTITION TO HINGE EDGE OF DOOR OPENING. PROVIDE MINIMUM 18” CLEAR FROM FACE OF ADJOINING PARTITION OR OTHER OBSTRUCTION TO JAMB EDGE OF DOOR OPENING, UNLESS OTHERWISE NOTED. NOTIFY ARCHITECT IF REQUIRED CLEARANCES ARE NOT AVAILABLE. COORDINATION: 1. COORDINATE ALL OPERATIONS WITH OWNER, SUCH AS AREAS USED FOR MATERIAL STORAGE, ACCESS TO AND FROM THE SITE, TIMING OF WORK AND REQUIREMENTS OF NOISE ORDINANCE. INSTALL DUST AND NOISE BARRIERS AS REQUIRED TO PROTECT EXISTING ADJACENT BUILDINGS AND OCCUPANTS AND TO MAINTAIN AN ENVIRONMENT SUITABLE TO PERMIT CONTINUED OCCUPANCY OF SUBJECT AND ADJACENT BUILDINGS. 2. REVIEW DEMOLITION DRAWINGS. PATCH AND REPAIR ALL EXISTING SURFACES AFFECTED BY DEMOLITION WORK. 3. VERIFY LOCATIONS OF EXISTING UTILITIES. CAP, MARK AND PROTECT AS NECESSARY TO COMPLETE THE WORK. 4. REVIEW ARCHITECTURAL, STRUCTURAL, MECHANICAL, AND ELECTRICAL DRAWINGS AND PROVIDE ROUGH-INS THROUGH SLABS, BEAMS, WALLS, CEILINGS, AND ROOFS FOR DUCTS, PIPES, CONDUITS, JUNCTION BOXES, CABINETS AND EQUIPMENT. VERIFY SIZE AND LOCATION BEFORE PROCEEDING WITH WORK. COORDINATE WITH INSTALLATION REQUIREMENTS. PATCH AND REPAIR EXISTING SURFACES AS NECESSARY TO COMPLETE WORK. 5. COORDINATE AND PROVIDE REQUIRED PENETRATIONS AND PATCHING WITH INDIVIDUAL SUBCONTRACTORS TO SUIT NEW WORK. 6. CONTRACTOR TO OBTAIN AND VERIFY ROUGH-IN DIMENSION REQUIREMENTS FOR CABINETRY, EQUIPMENT, ACCESSORIES AND THE LIKE INCLUDING THOSE DESIGNATED FOIC AND FOIO. CONTRACTOR TO PROVIDE BACKING, BLOCKING, SUPPORT AS REQUIRED FOR INSTALLATION. CONTRACTOR TO COORDINATE POWER, DATA, COMMUNICATIONS AND SECURITY REQUIREMENTS FOR FOIC AND FOIO EQUIPMENT WHERE SERVICES ARE REQUIRED. INCLUDE STUB OUTS AND CONNECTIONS. VERIFY AND COORDINATE DIMENSIONS OF FOIC AND FOIO ITEMS PRIOR TO PROCEEDING WITH WORK. INCLUDE STUB OUTS FOR FUTURE WORK. 7. PIPING, CONDUITS, DUCTS, ETC. SHALL BE CONCEALED IN WALLS, CHASES, ABOVE SUSPENDED CEILINGS, BELOW FLOORS OR BE FURRED-IN IN ROOMS WITH EXISTING CEILINGS, UNLESS OTHERWISE NOTED. DO NOT CONCEAL PIPING, CONDUITS, DUCTS, ETC. IN ELECTRICAL, MECHANICAL, AND COMMUNICATION ROOMS. 8. CAREFULLY COORDINATE MECHANICAL, ELECTRICAL, AND BUILDING SYSTEM INSTALLATIONS WITH EXISTING STRUCTURE AND BUILDING SYSTEMS. 9. “REMOVE” MEANS TO COMPLETELY AND PERMANENTLY REMOVE FROM THE PROJECT. 10. REFER TO LIGHTING PLAN AND ELECTRICAL DRAWINGS FOR ELECTRICAL DEVICES AND LOCATIONS. COORDINATE AND REVIEW DEVICE LOCATIONS WITH ARCHITECT IN FIELD PRIOR TO ROUGH-IN. PROJECT OWNER: CITY OF TUKWILA PROJECT ADDRESS: 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 SCOPE DESCRIPTION: RECOVERING OF THE EXISTING ROOF EXTERIOR ENVELOPE REPAIR GENERATOR PLATFORM 1. PROJECT ADDRESS: 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 2. PARCEL NUMBER: 092304-9152 3. LEGAL DESCRIPTION: N 435 FT OF GL 2 LY E OF STATE RD # 1 LESS C OF S TRANS LN LESS W 110 FT OF S 230 FT MEAS PLW S & W LNS THOF 4. LOT AREA: 148,100 SF (3.4 ACRES) 5. ZONE: MIC/H 6. CURRENT USE: VEHICLE STORAGE / MAINTENANCE / OFFICE; NO CHANGE 7. YEAR BUILT: 1974 8. (E) BLDG AREA: 40,500 SF, NO CHANGE 9. HT LIMIT: 125 FT, NO CHANGE PROPOSED 10. PARKING QUANTITY: (E) 51 SPACES, NO CHANGE PROPOSED 11. REQUIRED SETBACKS: NO CHANGE PROPOSED 2018 INTERNATIONAL BUILDING CODE W/ WA STATE AMENDMENTS 2018 INTERNATIONAL EXISTING BUILDING CODE W/ WA STATE AMENDMENTS 2018 UNIFORM PLUMBING CODE 2018 INTERNATIONAL MECHANICAL CODE 2018 INTERNATIONAL FUEL GAS CODE THE WASHINGTON CITIES ELECTRICAL CODE 2018 INTERNATIONAL FIRE CODE 2010 ADA STANDARDS FOR ACCESSIBLE DESIGN 2018 WASHINGTON STATE ENERGY CODE MATERIAL SYMBOLS ZONING ANALYSIS DRAFTING SYMBOLS APPLICABLE CODES VICINITY MAP ARCHITECT: SHKS ARCHITECTS 1050 NORTH 38TH ST SEATTLE, WA 98103 TEL: 206.675.9151 CONTACT: MATT FRANTZ EMAIL: mattf@shksarchitects.com STRUCTURAL ENGINEER: LUND OPSAHL 1201 1ST AVE S #310 SEATTLE, WA 98134 TEL: 206.402.5156 CONTACT: TONY MASON EMAIL: tmason@lundopsahl.com ENVELOPE CONSULTANT: WETHERHOLT AND ASSOCIATES, INC 14715 NE 95TH ST, STE 100 REDMOND, WA 98052 TEL: 425-822-8397 CONTACT: DON DAVIS EMAIL: dond@wetherholt.com SHEET INDEX A 0.0 COVER SHEET A 1.0 SITE PLAN A2.3.3 ROOF PLAN WEST - ROOF RECOVERING A2.3.4 ROOF PLAN EAST - ROOF RECOVERING 119 PROPERTY LINE S56° 12' 30" E 253.68' PROPERTY LINE S89° 18' 35" E 141.74' P R O P E R T Y L I N E N 2 0 ° 1 2 ' 2 0 " E 4 6 1 .5 1 ' PROPERTY LINE N89° 18' 35" W 502.95' PR O P E R T Y L I N E MAIN ENTRANCE S 112TH ST CL CL T U K W I L A I N T E R N A T I O N A L B L V D 10' COMM EASEMENT STREET LIGHT EASEMENT 10' WATER EASEMENT 15' WATER EASEMENT (E) BUILDING: ±40,500 SF ADDRESS: 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 PARCEL NUMBER: 092304-9152 1 0 ' - 0 " 10' - 0" 318' - 5" +/- 8 4 ' - 0 " +/- 64' - 7" +/- 156' - 8" +/- 82' - 2" +/-15' - 0" +/- (E) GAS METER (E) BOLLARDS, TYP (E) ELECTRICAL EQUIPMENT(E) WATER METER, TYP 68' - 5" +/- 26' - 0" +/- 7 0 ' - 3 " +/- 19' - 4" +/- 63' - 1" +/- 76' - 5" +/- 3 6 ' - 8 " +/- SITE ACCESS SITE ACCESS (E) GATE, MANUAL (E) GATE, MANUAL (E) GATE, AUTO (E) GATE, AUTO 1 1 7 ' - 6 " +/- AREA OF WORK ROOF RECOVERING AREA OF WORK ROOF RECOVERING AREA OF WORK REROOF REPLACEMENT A2.3.4 1 A2.3.3 1 PROPERTY LINE SITE PLAN LEGEND: BUILDING EDGE EASEMENTS EAVE EDGE BUILDING ENTRANCE VEHICLE ACCESS CHAINLINK FENCING AREA OF WORK ROOF RECOVERING Date: Revisions: Drawn by: Checked: Scale: No. Date Remarks N OT F O R C O N S T R U C T I O N As indicated 7/ 1 5 / 2 0 2 2 1 0 : 0 6 : 5 7 A M A 1.0 TUKWILA PUBLIC WORKS 07/15/2022 ES AH FLEET AND FACILITIES BUILDING BID DOCUMENTS 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 SITE PLAN 1" = 30'-0"1 SITE PLAN - ROOF RECOVERING 0 30' 60'15'5' 10' TRUE NORTH PROJECT NORTH 120 13121110987654321 J G C A E 8.1 7' - 8" +/- 20' - 2" +/- 20' - 0" +/- 20' - 0" +/- 20' - 1" +/- 20' - 1" +/- 20' - 1" +/- 30' - 3" +/- 3' - 8" +/- 18' - 9" +/- 20' - 1" +/- 18' - 11" +/- 2' - 2" +/- 221' - 10" +/- 2" / 1 2 " 2" / 1 2 " (E ) R O O F S L O P E +/ - (E ) R O O F S L O P E +/ - (E) RIDGE VENT. TYP RIDGE (E) ROOFTOP EXHAUST VENT, TYP 1" / 1 2 " R1 (E ) R O O F S L O P E 38 ' - 2 " 21' - 2" 1/ 2 : 1 2 SL O P E 1 /2:1 2 SLOP E 1 /2 :1 2 SLOPE 1 /2:1 2 SLOP E 1/ 2 : 1 2 SL O P E 1/ 2 : 1 2 SL O P E 1 /2:1 2 SLOP E TYP 9.4 TYP 9.4 TYP D55 TYP 9.5 R2 R2 R3 52 ' - 1 " ( + / - ) 69 ' - 3 " ( + / - ) 12 1 ' - 4 " ( + / - ) 4' - 0 " 4' - 0 " TYP D54 TYP D34 TYP D54 TYP D55 TYP D34 TYP 5.17 TYP 5.17 2 A2.3.3 (E) PIPE PENETRATION (E) MECH ROOFTOP EQUIPMENT (E) MECH ROOFTOP EQUIPMENT 50 ' - 2 " 214' - 1 3/4" TYP 1.31 TYP 1.30 TYP 1.31 TYP 1.31 TYP 1.31 TYP 1.31 TYP 1.31 TYP 1.30 TYP 1.31 TYP 1.31 DEMOLISH PLAN LEGEND: (E) WALL WALL ROOF MEMBRANE ROOF COATING WALKWAY (E) PIPE PENETRATION WALKWAY PAD R2 (E) MTL FRAMING (E) WD SHEATHING (E) WD FRAMING R3 VAPOR BARRIER RIGID INSULATION - R-38 MIN, TAPER/SLOPE PER PLAN 1/4" COVERBOARD, ADHERE TO INSUL THERMOPLASTIC ROOFING MEMBRANE, ADHERE TO COVERBOARD TEXTURED 60 MIL PVC MEMBRANE, ADHERED RIBS HEAT WELDED @ 24' OC 1 LAYER OF .5" HIGH DENSITY POLY ISO INSULATION (R-2.5) 1 LAYER OF 1 3/8" 1 PCF EPS INSULATION (E) BATT INSULATION WITH POLY FACER (E) 24 GAUGE EXPOSED FASTNER MTL ROOF SCREW FASTNERS & 3" DIA PLATE. PULL TESTING REQ'D. FASTENING PATTERN TO BE VERIFIED BY ROOF MFR BASED ON RESULTS OF PULL TEST. FASTENING DIRECTLY TO PURLINS MAY BE NECESSARY. R1 (E) FRAMING PER STRUCT CL CL PER STRUCT (E) MTL DECKING PER STRUCT (E) MTL ROOF PANEL (E) ROOF UNDERLAYMENT 4 " 4 " (E) MTL FRAMING TEXTURED 60 MIL PVC MEMBRANE, ADHERED RIBS HEAT WELDED @ 24' OC 1 LAYER OF .5" HIGH DENSITY POLY ISO INSULATION (R-2.5) 1 LAYER OF 1 3/8" 1 PCF EPS INSULATION (E) BATT INSULATION WITH POLY FACER (E) 24 GAUGE EXPOSED FASTNER MTL ROOF SCREW FASTNERS & 3" DIA PLATE. PULL TESTING REQ'D. FASTENING PATTERN TO BE VERIFIED BY ROOF MFR BASED ON RESULTS OF PULL TEST. FASTENING DIRECTLY TO PURLINS MAY BE NECESSARY. METAL PANEL TO MATCH (E), FASTEN TO (E) MTL FRAMING Date: Revisions: Drawn by: Checked: Scale: No.Date Remarks N OT F O R C O N S T R U C T I O N As indicated 7/ 1 5 / 2 0 2 2 1 0 : 0 6 : 5 3 A M A2.3.3 TUKWILA PUBLIC WORKS 07/15/2022 ES AH FLEET AND FACILITIES BUILDING BID DOCUMENTS 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 ROOF PLAN WEST - REPAIR 3/32" = 1'-0"1 ROOF PLAN WEST - REROOF 0 16'8'1' 4'2' KEYNOTE LEGEND MARK KEYNOTE TEXT 1.30 ALT 2: DEMO AND REPLACE (E) GUTTER TO MATCH (E) 1.31 ALT 2: DEMO AND REPLACE (E) DOWNSPOUT TO MATCH (E) 5.17 INFILL W/ METAL PANEL TO MATCH (E), TYP 9.4 PVC ROOF MEMBRANE 9.5 ROOF MEMBRANE WALKWAY PAD D34 DEMO (E) FIBERGLASS ROOF PANEL, TYP D54 DEMO (E) MECH VENT, INFILL (E) MTL ROOF D55 DEMO (E) ROOF MEMBRANE, COVERBOARD, TAPERED INSULATION, (E) PLY SHEATHING TO REMAIN 1 1/2" = 1'-0" ROOF TYPE LEGEND 1 1/2" = 1'-0"2 TYPICAL ROOFING INFILL - SECTION_REPAIR 121 N M 13 14 15 16 17 1812 J G C A E L K I H F D B 18' - 6" +/- 19' - 6" +/- 20' - 6" +/- 26' - 6" +/- 12' - 0" +/- 1" / 12" (E) MECH ROOFTOP EQUIPMENT (E) ROOF SLOPE +/- 23' - 8" 2' - 10" +/- R2 TYP 9.4 TYP 9.4 (E) MECH ROOFTOP EQUIPMENT 9' - 6 " + / - 25 ' - 2 " + / - 25 ' - 0 " + / - 25 ' - 0 " + / - 25 ' - 0 " + / - 25 ' - 0 " + / - 25 ' - 0 " + / - 25 ' - 0 " + / - 25 ' - 0 " + / - 1' - 7 " 23 ' - 7 " 1' - 0 " 52 ' - 8 " + / - 51 ' - 4 3 / 4 " + / - 12' - 3 3/4" +/- 15' - 7 3/4" +/- TYP 1.31 TYP 1.30 TYP 1.30 TYP 1.31 TYP 1.31 TYP 1.30 TYP 1.31 TYP 1.31 TYP 1.31 TYP 1.31 TYP 1.31 TYP 1.31 TYP 1.31 TYP 1.30 TYP 1.31 TYP 2.7 TYP 1.31 DEMOLISH PLAN LEGEND: (E) WALL WALL ROOF MEMBRANE ROOF COATING WALKWAY (E) PIPE PENETRATION WALKWAY PAD Date: Revisions: Drawn by: Checked: Scale: No. Date Remarks N OT F O R C O N S T R U C T I O N As indicated 7/ 1 5 / 2 0 2 2 1 0 : 0 6 : 5 3 A M A2.3.4 TUKWILA PUBLIC WORKS 07/15/2022 ES AH FLEET AND FACILITIES BUILDING BID DOCUMENTS 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 ROOF PLAN EAST - REPAIR 3/32" = 1'-0"1 ROOF PLAN EAST - REROOF 0 16'8'1' 4'2' KEYNOTE LEGEND MARK KEYNOTE TEXT 1.30 ALT 2: DEMO AND REPLACE (E) GUTTER TO MATCH (E) 1.31 ALT 2: DEMO AND REPLACE (E) DOWNSPOUT TO MATCH (E) 2.7 EXISTING ROOF ACCESS LADDER 9.4 PVC ROOF MEMBRANE 122 FIRST FLOOR - EAST 1' - 6" ROOF PLAN 33' - 1 3/4" NMJGCAELKIHFDB 8' - 0 " (E) MAINTENANCE BAY, NO CHANGES PNT-5 PNT-5 PNT-5 PNT-5 RIDGE - WEST 32' - 4" SECOND FLOOR PLAN 11' - 2 1/4" FIRST FLOOR - WEST A 0" (E) MTL SIDING PNT-5 PNT-5PNT-5PNT-5 PNT-5 PNT-7 FIRST FLOOR - EAST 1' - 6" RIDGE - WEST 32' - 4" N M L K I H F D B (E) ROOF ACCESS LADDER PNT-5 PNT-5 PNT-5 8' - 0 " TYP 10.7 TYP 10.8 FIRST FLOOR - EAST 1' - 6" RIDGE - WEST 32' - 4" SECOND FLOOR PLAN 11' - 2 1/4" FIRST FLOOR - WEST A 0" 131415161718 12 11 10 9 8 7 6 5 4 3 2 18.1 FIRST FLOOR - WEST B 4" (E) WINDOW, TYP (E) OVERHEAD DOOR, TYP (E) DOOR, TYP (E) RIDGE VENT, TYP (E) STOREFRONT SYSTEM, TYP PNT-5 A3.5 9 PNT-5 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 FIRST FLOOR - EAST 1' - 6" RIDGE - WEST 32' - 4" SECOND FLOOR PLAN 11' - 2 1/4" FIRST FLOOR - WEST A 0" 13 14 15 16 17 181211109876543218.1 FIRST FLOOR - WEST B 4" PNT-5 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-6 PNT-5 4 A3.4 3 A3.4 1 A3.4 2 A3.4 5 A3.4 TPW FLEET & FACILITIES ±40,500 SF PAINT SCHEDULE: PNT-5 - EXTERIOR MTL TRIM, SIDING & CMU: a. BENJAMIN MOORE - GRAY: 2121-10 PNT-6 - EXTERIOR BAY DOOR: a. BENJAMIN MOORE - COVENTRY GRAY: HC-169 NEW METAL SIDING MATERIAL LEGEND: Date: Revisions: Drawn by: Checked: Scale: No. Date Remarks N OT F O R C O N S T R U C T I O N As indicated 7/ 1 5 / 2 0 2 2 1 0 : 0 6 : 5 5 A M A3.4 TUKWILA PUBLIC WORKS 07/15/2022 ES AH FLEET AND FACILITIES BUILDING BID DOCUMENTS 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 EXTERIOR ELEVATIONS- ENVELOPE REPAIR 1/16" = 1'-0"1 WEST ELEVATION - PAINT SHOP - EXTERIOR ENVELOPE 1/16" = 1'-0"2 WEST ELEVATION - EXTERIOR ENVELOPE 1/16" = 1'-0"3 EAST ELEVATION - EXTERIOR ENVELOPE 1/16" = 1'-0"4 NORTH ELEVATION - EXTERIOR ENVELOPE 1/16" = 1'-0"5 SOUTH ELEVATION - EXTERIOR ENVELOPE 1" = 60'-0"6 KEY PLAN KEYNOTE LEGEND MARK KEYNOTE TEXT 10.7 REMOVE AND REINSTALL (E) SHIP LADDER AS NEEDED FOR NEW MTL SIDING INSTALL 10.8 PAINT (E) SHIP LADDER, TO MATCH MTL SIDING 123 RIDGE - WEST 32' - 4" SECOND FLOOR PLAN 11' - 2 1/4" 12 11 10 FIRST FLOOR - WEST B 4" 8 A3.5 1 A3.5 3 A3.5 7 A3.5 5 A3.5 2 A3.5 4 A3.5 8' - 0 " 6 A3.5 PNT-5 PNT-5 2 A2.3.3 PNT -6 PNT -5 PAINT SCHEDULE: PNT-5 - EXTERIOR MTL TRIM, SIDING & CMU: a. BENJAMIN MOORE - GRAY: 2121-10 PNT-6 - EXTERIOR BAY DOOR: a. BENJAMIN MOORE - COVENTRY GRAY: HC-169 (E) WALL ASSEMBLY 4" SHINGLE LAP MTL WALL PANEL BEHIND (E) MTL WALL PANEL (E) MTL C STUD (E) WALL ASSEMBLY LAP MTL WALL BEHIND (E) MTL WALL PANEL DEMO PORTION OF (E) MTL WALL PANEL FOR PROPER LAP OF MTL WALL PANEL SEALANT, TYP (E) MTL STUD (E) INSULATION (E) MTL FRAMING, TYP (E) HM DOOR FRAME, TYP (E) DOOR, TYP MTL FLASHING MTL WALL PANEL HEAD TRIM MTL PANEL (E) DOOR PER SCHED (E) HM DOOR FRAME (E) STRUCT FRAMING, TYP (E) WALL INSULATION JAMB TRIM (E) WALL CLOSURE FLASHING NEW SEALANT PE R M F R ROLL UP DOOR HOOD ROLL UP DOOR FRAMING TO MATCH (E) ROLLUP DOOR GUIDE TRACK (E) BRIDGE CRANE RAIL (E) WALL ASSEMBLY (E) INSULATION (E) MTL FRAMING (E) ROLLUP DOOR GUIDE RAIL ASSEMBLY (E) ROLLUP DOOR MTL WALL PANEL, TYP MTL FLASHING, TYP (E) WALL ASSEMBLY (E) WALL PER PLAN MTL BASE FLASHING1/ 4 " 6" 1/ 2 " (E) CONC CURB (E) WATERSTOP MATCH (E) FRAMING (E) CONC SLAB MTL WALL PLAN TO MATCH (E), TYP HEAVY GUAGE STAINLESS BASE FLASHING, TYP WATERSTOP (E) CONC SLAB (E) ASPHALT (E) WALL ASSEMBLY MTL WALL PANEL STANDARD FLASHING PROFILES, TYP OR SIM: FP-1 -GABLE: 4 1 / 4 " 3" 1 3/ 4 " 5/8" FP-2 -EAVE: 4 7/8" 5/8" 3" P L A N P E R FP-3 -JAMB/J TRIM: 1" 1 3 / 8 " 3 1/8" FP-4 -BASE: 1 3/8" 3 1 / 4 " 5/8" FP-5 -INSIDE CORNER: 4" 4" 1 3 / 4 " 1" 1 3 / 4 " 1" FP-5 -OUTSIDE CORNER: 4"1" 1 3/ 4 " 1 3 /4 " 4" 1" PAINTED SIDE PAINTED SIDE PAINTED SIDE PAINTED SIDE PAINTED SIDEPAINTED SIDE Date: Revisions: Drawn by: Checked: Scale: No. Date Remarks N OT F O R C O N S T R U C T I O N As indicated 7/ 1 5 / 2 0 2 2 1 0 : 0 6 : 5 5 A M A3.5 TUKWILA PUBLIC WORKS 07/15/2022 ES AH FLEET AND FACILITIES BUILDING BID DOCUMENTS 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 ENLARGED EXTERIOR ELEVATION - EXT DETAILS 1/4" = 1'-0"9 NORTH ELEVATION - TYP WALL INFILL & ROLLUP DOOR_Repair 1 1/2" = 1'-0"1 TYPICAL EXTERIOR WALL INFILL - HEAD 1 1/2" = 1'-0"2 TYPICAL EXTERIOR WALL INFILL - JAMB 1 1/2" = 1'-0"3 TYPICAL EXTERIOR DOOR - HEAD 1 1/2" = 1'-0"4 TYPICAL EXTERIOR DOOR - JAMB 1 1/2" = 1'-0"8 ROLLUP DOOR HEAD - SECTION 1 1/2" = 1'-0"5 ROLLUP DOOR JAMB - PLAN 1 1/2" = 1'-0"7 TYPICAL EXTERIOR WALL INFILL - BASE 1 1/2" = 1'-0"6 TYPICAL EXTERIOR WALL - BASE 3" = 1'-0" STANDARD FLASHING LEGEND 124 ROOF ASSEMBLY PIPE PENETRATION SS CLAMP TPO FLASHING BOOT CONT SEALANT HEAT-WELDED LAP (E) MTL ROOF PANEL, TYP (E) MTL RAKE TRIM, TYP (E) MTL SIDING FLASHING STRIP, HOT AIR WELDED, TYP PVC ROOFING, TYP. REF ROOF ASSEMBLIES A2.6 MTL FLASHING W/ CONT CLEAT, TYP DEMO (E) GUTTER AND REPLACE W/ 22 GA CONTINUOUS GUTTER (E) MTL ROOF PANEL RIB BEYOND, TYP (E) EXPOSED FASTENER, TYP FLASHING STRIP, HOT AIR WELDED, TYP PVC ROOFING, TYP. TURN DOWN ROOF EDGE. REF ROOF ASSEMBLIES A2.6 PVC CLAD MTL FLASHING, TYP ROOF RETROFIT SUB FRAMING, TYP (E) ROOF PURLIN, TYP L METAL OVER COVER BOARD 8" M I N MIN 4" (E) CONC WALL GASKETED FASTNERS, TYP MTL FLASHING CONT, TYP SEALANT, TYP SEALANT, TYP FP-4 FLASHING STRIP BASE, ADHERED, TYP HOT AIR WELD ROOF PER PLAN TERMINATION BAR ATTACHED @ 12" OC, SEALANT ALONG TOP EDGE, TYP ROOF ASSEMBLY, REF A2.6 REMOVE AND REINSTALL (E) MTL SIDING PANEL TO ALLOW FOR INSTALL OF ROOF MEMEBRANE BEHIND, REPLACE FASTNERS WITH GASKETED SCREWS IN LARGE ⌀ THAN REMOVED ROOF MEMBRANE HEAT-WELDED LAP,MIN 6" OVERLAP DEMO (E) MTL PANEL SIDING BOTTOM TRIM, CUT BOTTOM (E) MTL PANEL TO BE 8" MIN ABV FINISHED ROOF MEMBRANE (E) WD FRAMING (E) MTL Z GIRT (E) WD SHEATHING MTL PANEL SIDING BOTTOM TRIM 8" M I N TERMINATION BAR, TYP 16 GA MTL PANEL M I N 6 " TEMP ROOF/VAPOR BARRIER, TYP CONT CLEAT 1-1/2" SS NAILS @ 6" O.C. MEMBRANE FLASHING STRIP, WELD TO ROOF MEMBRANE MTL COPING (E) WD FRAMING 2X PT WD FRAMING HEAT-WELDED LAPS, MIN 6" OVERLAP GASKETED SCREWS @ 18" OC ROOF ASSEMBLY, REF A2.6 (E) SHT MTL FASCIA PLY SHEATHING, TYP BEVELED CEDAR SHIM SLOPE 6" M I N 3 " CONT CLEAT MTL COPING TEMP ROOF/VAPOR BARRIER, TYP BATT INSULATION, KEEP SPACE DRY DURING CONSTRUCTION. 5 " M I N 1 '-0 " +/- WRB DUCT PENETRATION PER MECH COUNTERFLASHING PER DUCT SHT MTL CURB FLASHING (E) ROOF ASSEMBLY • (E) MTL ROOF PANEL • (E) 8" DEEP Z-GIRT PURLIN 8" Z-GIRT BLOCKING AROUND OPENING AS REQ'D (E) MTL ROOF PANEL 4 " M I N 4 " 8 " FLASHING STRIP, HOT AIR WELDED, TYP PVC ROOFING & PVC RIB, TYP. REF ROOF ASSEMBLIES A2.6 MTL FLASHING, TYP NOTE: EXTEND HEIGHT OF CURB TO MAINTAIN 8" MIN ABOVE FINISHED ROOF SURFACE. REVISE DECT FLASHING TO ACCOMODATE NEW CURB. SS CLAMP CONT SEALANT, TYP PIPE PENETRATION M I N 8 " FLASHING STRIP, HOT AIR WELDED, TYP PVC ROOFING, TYP. REF ROOF ASSEMBLIES A2.6 ROOF ASSEMBLY REPLACEMENT DRAIN: • ONE-PIECE SPUN ALUMINUM BODY W/ FLANGE AND STEM • 7" HIGH CAST ALUMINUM DOME • CAST ALUMINUM CLAMPING RING SEALANT ROOF MEMBRANE, CLAMP IN REPLACEMENT DRAIN ASSEMBLY AND HEAT-WELD LAP W/ ROOF COMPSITION (E) ROOF DRAIN FLASHING STRIP, HOT AIR WELDED, TYP PVC ROOFING, TYP. REF ROOF ASSEMBLIES A2.6 ROOF RETROFIT SUB FRAMING, TYP (E) ROOF PURLINS TYP DETAIL SIM TO 3/A4.3 ALTERNATE 2: REMOVE (E) GUTTER AND REPLACE WITH NEW 22 OR 25 GUAGE CONTINUOUS GUTTERS AND DOWNSPOUTS. NOTE: (N) GUTTER TO BE SIM TO NORTHCLAD GS 700. FRONT EDGE TO BE LOWER THAN BACK FOR OVERFLOW. 4" DOWNSPOUTS NEEDED PER CALCULATION. ALTERNATE 1: RAISED RAKE EDGE COPING. SOLDERED STAINLESS TRANSITION FLASHING NEEDED WHERE COPING MEETS COPING. L METAL OVER COVERBOARD L METAL OVER SUBFRAME, ATTACH TO (E) STL PURLIN STANDARD FLASHING PROFILES, TYP OR SIM: FP-1 -GABLE: 4 1 /4 " 3" 1 3/ 4 " 5/8" FP-2 -EAVE: 4 7/8" 5/8" 3 " P L A N P E R FP-3 -JAMB/J TRIM: 1" 1 3 /8 " 3 1/8" FP-4 -BASE: 1 3/8" 3 1 /4 " 5/8" FP-5 -INSIDE CORNER: 4" 4 " 1 3 / 4 " 1 " 1 3 / 4 " 1" FP-5 -OUTSIDE CORNER: 4"1" 1 3/ 4 " 1 3 /4 " 4 " 1 " PAINTED SIDE PAINTED SIDE PAINTED SIDE PAINTED SIDE PAINTED SIDEPAINTED SIDE (E) MTL ROOF PANEL, TYP (E) MTL RAKE TRIM, TYP (E) MTL SIDING (2) 2X6 NAILERS AT RAKE EDGE. FASTEN 2X NAILER TO DECK FLUTE W/ SELF TAPPING SCREWS PVC ROOFING, TYP. REF ROOF ASSEMBLIES A2.6 COPING METAL W/ GASKETED SCREWS @ 18" 0.C. CONTINUOUS CLEAT AT OUTBOARD EDGE 2x BLOCKING Date: Revisions: Drawn by: Checked: Scale: No. Date Remarks N OT F O R C O N S T R U C T I O N As indicated 7/ 1 5 / 2 0 2 2 1 0 : 0 6 : 5 5 A M A4.3 TUKWILA PUBLIC WORKS 07/15/2022 ES AH FLEET AND FACILITIES BUILDING BID DOCUMENTS 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 EXTERIOR DETAILS - ROOF RECOVERING/REPAIR 3" = 1'-0"8 MEMBRANE ROOFING @ PIPE PENETRATION - SECTION_REPAIR 3" = 1'-0"2 PVC ROOFING @ ROOF RAKE - SECTION_REPAIR 3" = 1'-0"3 PVC ROOING @ ROOF GUTTER- SECTION_REPAIR 1 1/2" = 1'-0"4 PVC ROOFING @ WALL TRANSITION_REPAIR 3" = 1'-0"5 MEMBRANE ROOFING @ METAL SIDING - SECTION_REPAIR 3" = 1'-0"6 MEMBRANE ROOFING @ ROOF EDGE - SECTION_REPAIR 1 1/2" = 1'-0"7 TYPICAL MECHANICAL PENETRATION THROUGH PVC ROOFING - SECTION_REPAIR 1 1/2" = 1'-0"1 PVC ROOFING AT PIPE PENETRATION_REPAIR 3" = 1'-0"9 MEMBRANE ROOFING @ ROOF DRAIN - SECTION_REPAIR 1 1/2" = 1'-0"10 PVC ROOFING RIDGE SECTION_REPAIR 3" = 1'-0"3A PVC ROOING @ ROOF GUTTER- SECTION_REPAIR - ALTERNATE 2 53 ALTERNATES 53 06/30/22 ALTERNATES 11 EXTERIOR ENVELOPE - STANDARD FLASHING PROFILES 3" = 1'-0"2A PVC ROOFING @ ROOF RAKE - SECTION_ALTERNATE 1 DRAFT 125 8 8.1 T Y P 6 ' - 0 " M A X (E) EXTERIOR LIGHT STANCHION (E) CIRCUIT BREAKERS PANEL PRE-MANUFACTURED STEEL PLATFORM, TYP. BY OTHERS (TOP OF PLATFORM 21" ABV SOG) UP 21' - 0" 9 ' - 0 " (E) GENERATOR (E) CONCRETE SLAB ON GRADE (E) METAL BOLLARD 4 ' - 0 " AREA OF WORK 2 A4.4 __________ 3 A4.4 __________ PRE-MANUFACTURED STEEL STAIR, TYP BY OTHERS 2R @ 7 3/4" MAX 2T @ 10" MIN + 1" NOSE 3 ' - 0 " 3 A4.4 __________ 3 ' - 6 " 1 ' - 9 " 3' - 0" (E) GENERATOR FIRST FLOOR - WEST A 0" 2 A4.4 __________ 1 ' - 9 " 3 ' - 6 " 1' - 0" (E) GENERATOR 3 6 "-3 8 " M I N MIN 1' - 0" MIN 1' - 0" M A X 7 " MIN 11" Date: Revisions: Drawn by: Checked: Scale: No. Date Remarks N OT F O R C O N S T R U C T I O N As indicated 7/ 1 5 / 2 0 2 2 1 0 : 0 6 : 5 5 A M A4.4 TUKWILA PUBLIC WORKS 07/15/2022 ES AH FLEET AND FACILITIES BUILDING BID DOCUMENTS 11210 TUKWILA INTERNATIONAL BLVD TUKWILA, WA 98168 GENERATOR PLATFORM 1/4" = 1'-0"1 ENLARGED SITE PLAN - GENERATOR YARD Copy 1 1/4" = 1'-0"2 Section 2 1/4" = 1'-0"3 Section 3 1/2" = 1'-0" HANDRAIL AND STAIR LEGEND 126 INFORMATIONAL MEMORANDUM TO: Transportation & Infrastructure Services Committee FROM: Hari Ponnekanti, Director/City Engineer BY: Justine Kim, Senior Project Manager CC: Allan Ekberg, Mayor DATE: August 26, 2022 SUBJECT: Public Works Shops Maintenance & Engineering Building Project Project No.: 92230601 Architect Contract Award for Test-to-Fit Site & Program Analysis ISSUE Recommendation on next steps for Public Works Shops Phase 2 (Maintenance & Engineering Building Project) and selection of architect and engineering firm for the initial “Test to Fit Site and Program Analysis”. After thorough staff review of the candidate firms that responded to the City’s Request for Qualifications, the City Council is being asked to approve a contract with Miller Hayashi Architects for an initial contract (for “Test-to-Fit Phase”) not to exceed $188,727.00, which includes the architectural, structural engineering, electrical, civil, landscaping, and estimating consulting services among other expenses. BACKGROUND As we are completing Phase One of the Fleet & Facilities Tenant Improvement Project, located on the western parcel of the new Public Works property, we are anticipating moving forward with development of the eastern parcel of the same property, where the UPS site currently resides. This eastern parcel will house the Public Works Utilities and Street Maintenance employees, and all of their functions, that are currently located at the Minkler Shop and consolidate all remaining public work storage areas. The eastern parcel will also include a Maintenance and Engineering building, covered storage for all vehicles and equipment, as well as other functions. The table below illustrates the history of the Public Works Shops project and how we have arrived at Phase Two. July 2013 City Council begins Facility Needs Study. December 2015 Steering committee finds that Public Works buildings are in “unsuitable condition”. 2016 City develops Public Safety Plan, focuses on needs of First Responders: includes Fire, Police and Public Works. City Council focuses on goal of Public Works being in a consolidated shops facility. 2018 City purchases 10.86 acres of land where the current Fleet & Facilities and UPS buildings reside. September 2018 Public Works begins formal planning process for multi-phased Public Works Shops project. PHASE ONE December 2019 Council adopts Phase One of Public Works Shops - design begins on western parcel of purchased land (4 acres). End of 2020 Council adopts funding for PW shops as part of the 2021-2022 CIP project (50% paid by Utilities (Sewer, Water and Surface Water)). April 2021 Construction of new space for Fleet & Facilities Building begins on western parcel. 127 INFORMATIONAL MEMO Page 2 October 2021 Due to planned environmental improvements, City receives regulatory relief from Department of Ecology, enabling development into the new ordinary high water mark (OHWM) created by the construction of Chinook Winds salmon restoration project. June 2022 Staff moves into newly renovated Fleet & Facilities Building. PHASE TWO April 2022 Staff introduce Phase Two to Council at 4/18 Transportation and Infrastructure Services and 4/25 Finance and Governance Committees. May 2022 Council directs Staff to begin RFQ process for a test-to-fit analysis of Phase Two on 5/9. June 2022 Council authorizes Mayor to execute lease agreements for the property through April of 2025. November 2023 City takes possession of eastern parcel of land where UPS building currently resides (6.8 acres). 2028 Estimated timeline for Shoreline Regulation update. Original Planning Process In September 2018, the City hired SHKS Architects to conduct a planning process for the City's Public Works Maintenance Shops facilities. SHKS’ planning process centered around eight key activities: • kickoff meetings and goals exercise • assessment of existing facilities • (3+) rounds of interviews with each division • job shadow of operations • tours of local public works facilities • all-hands meeting to present (2) test-to-fit options • refine test-to-fit options with crew feedback • share finalized master planning option at all-hands meeting SHKS conducted several meetings with PW staff, visited the existing facilities, toured similar PW facilities in the region and developed worked together to craft a vision of a combined Public Works Shops maintains the location of the Fleet & Facilities building while adopting the features that led staff’s initial recommendation. This refined vision is reflected on page 3 below . The City will receive ownership of the eastern parcel on November 1, 2023. Thereafter, the City will execute lease agreements for the property through April of 2025. It is recommended to begin preparing now for the construction of the structures on this site and especially those structures that will be located within the shoreline jurisdiction buffer areas – thereby securing the City’s full potential for buildable areas. As project design, permitting and bidding process can take several years on a substantial development of a new building, it is recommended that the Public Works Engineering and Maintenance building (which is planned in the protected area) design process begin as soon as possible. In order to preserve the full scope of buildable lands, the City should begin the process to get the project to the permitting phase, which vests the project and therefore preserves the ability for the City to fully utilize the land. After receiving feedback from Council on May 9, 2022, Staff released a Request for Qualifications (RFQ) for the design process. This includes a confirmation of the program that was developed in 2019 to confirm that it is still accurate. Site circulation and program area locations would be coordinated to ensure an efficient flow is maintained, as well as separation of secure access points (critical, if there are shared program areas with other jurisdictions). The siting/test to-fit diagram would include reference/evaluation of all environmental factors new and/or previously documented and recognition of the project goals. 128 INFORMATIONAL MEMO Page 3 1 2 9 INFORMATIONAL MEMO Page 4 DISCUSSION On May 25, 2022, with assistance from Shiels Obletz Johnsen (SOJ), the project management firm assisting the City in the implementation of the Public Safety Plan, the City issued a Request for Qualifications for architect and engineering services. Ultimately, the City received four proposals that were evaluated by SOJ, the City’s Public Works Director, two Public Works Managers, City Administrator, and the Deputy City Administrator. Miller Hayashi Architects was chosen by the interview panel. The Project Management Quality Assurance (PMQA) consultant participated as well. Miller Hayashi was chosen for several reasons: • Strength of design of previous similar project types in the greater Seattle area. • Confidence in the proposed project manager’s qualifications and demonstrated knowledge of the detailed functionality of Public Works facilities. • Inclusion of a permit specialist with past experience working at the Department of Ecology, as well as credential as a civil engineer and wetlands biology experience. • Experience with and commitment to working with disadvantaged businesses (DBEs) as well as inclusion of an equity consultant on the team. • Currently working for Healthpoint.org, who is developing a mixed-use project on Tukwila International Blvd. SOJ negotiated a not to exceed contract amount of $188,727.00. The project manager, with significant experience building public projects and an architect herself, has determined this is a good value for the City and taxpayers. At the end of the ‘Test to Fit Site Analysis’ phase of approximately two months, Miller Hayashi will be presenting its findings to the Council, and they will include the approximate square footages and location options for consideration. At that time, the Council will be presented with options moving forward. This will include a timeline, a project budget, and a comprehensive financing plan. The newly appointed PMQA consultant, John Palewicz has reviewed this memo and agrees with the recommendations. FISCAL IMPACT The City was unsuccessful in getting the grant opportunity for Congressman Adam Smith Community Project Funding. For this Public Works project, there has been a Council policy that the users who benefit pay their proportionate share. Therefore, 50% is funded from the general fund and 50% is funded from utilities (sewer, water, surface water). With the expected $350,000.00 cost for the test to fit design, $175,000.00 will be paid for by the Enterprise Funds, which was included in the 2021-2022 Council Adopted Budget, and $175,000.00 will come from the General Fund. Staff recommends that the General Fund portion of the revenue come from the unanticipated higher price the City is receiving from the sale of the George Long Shops. Full Test-to-Fit Analysis Costs Contract Title Firm Cost Test-to-fit Design Miller Hayashi $188,727.00 Geotech Exploration Langan $36,600.00 Surveying David Evans & Associates $25,000.00 Project Management SOJ $38,148.00 Management Reserve/Contingency N/A $61,525.00 Total $350,000.00 130 INFORMATIONAL MEMO Page 5 Funding Path Enterprise Funds (Water, Sewer, Surface Water) $175,000.00 Portion of Excess Funds from George Long Shop Proceeds $175,000.00 Total $350,000.00 Next Steps 1. Sign the contract with Miller Hayashi Architects for the test-to-fit design process. 2. Complete test-to-fit analysis, which includes location of new maintenance & engineering building, storage, covered parking areas, and decant facility among others. 3. Bring the test-to-fit site plan options to Council to discuss updated cost estimates, square footage, design process, and project delivery options. 4. Start the building design and permitting process. 5. Take ownership of Eastern Parcel on November 1, 2023. 6. City executes lease agreements for the property through April of 2025. 7. Start construction of Maintenance and Engineering Building to maximize development potential of newly acquired City property. 8. Design the storage, covered parking areas, and decant facility. 9. Construct the storage, covered parking areas, and decant facility. 10. Achieve the combined Public Works Shops site to meet program projections. RECOMMENDATION Approve the test-to-fit contract in the amount of $188,727 for architect and engineering services with Miller Hayashi and forward it to the next Committee of the Whole meeting on September 12, 2022. ATTACHMENTS: Request for Qualifications Proposed Miller Hayashi Contract Miller Hayashi Proposal 131 CITY OF TUKWILA REQUEST FOR QUALIFICATIONS (RFQ) PUBLIC WORKS ADMINISTRATION BUILDING PROJECT Due Wednesday, June 29, 2022 by 5:00 p.m. The City of Tukwila (“City”) is soliciting Statement of Qualifications (SOQ) from qualified firms for Public Works Administration Building Project. These services include: professional architectural and engineering services required for programming, planning, design, and construction of a new building, and demolition of existing structure(s). Please review the full RFQ following this notice Interested firms must mail or hand deliver five (5) copies of their proposal and a flash drive to: Hari Ponnekanti City of Tukwila Public Works Department 6300 Southcenter Boulevard, Suite 200 Tukwila, Washington 98188 Five (5) bound copies of the SOQ shall be received no later than 5:00 p.m. on June 29, 2022. No submittal will be accepted after this date and time. The City will not be liable for delays in delivery of proposals due to handling by the US Postal Service or any other type of delivery service. Faxed or emailed submittals will not be accepted. Please reference the RFQ title on all communication and mailing labels. Any questions regarding this project should be directed to Hari Ponnekanti, Public Works Director at Hari.Ponnekanti@TukwilaWA.gov. Only email inquiries will be accepted. Submittals may be mailed to the above address or hand-delivered to Tukwila City Hall, 6200 Southcenter Blvd, Tukwila, on Monday or Wednesday from 8:30 a.m. to 4:00 p.m., contingent on current public health guidelines (subject to change). City facilities are NOT open to accept hand delivered proposals by staff except during this time period. The entrance is near the flagpole. There is also a drop box at the entrance doors to City Hall 24 hours a day, however, it may not be large enough to handle the proposals. Please plan accordingly to meet the deadline. Published Seattle Times – May 25, 2022 and June 1, 2022 Published Daily Journal of Commerce – May 25, 2022 and June 1, 2022 132 {EFM2549235.DOC;1/13175.000001/ } City of Tukwila Public Works Administration Building Project Request for Qualifications Architectural and Engineering Services May 25, 2022 133 {EFM2549235.DOC;1/13175.000001/ } City of Tukwila Request for Statement of Qualifications For Architectural and Engineering Design Services for Tukwila Public Works Administration Building Project Submittal Deadline: June 29, 2022 by 5:00 P.M. The City of Tukwila is soliciting Statements of Qualifications (SOQs) for Architectural and Engineering Design Services for the planning and design of the Tukwila Public Works (PW) maintenance administration building. The project site is located at 11231 E Marginal Way S, Tukwila Washington. The City requests a limit of thirty (30) pages total for the SOQ, including cover page, project examples and supplemental information. It is the City’s intent to select an architectural and engineering consultant team based on qualifications, abilities, past performance, and availability to complete the work within the timeframe specified. Once the City has reviewed the qualifications, one or more firms may be requested to provide additional information and/or participate in an interview process. Review of the SOQs and the final selection will be performed by a committee comprised of City staff and others. Background information, consultant selection criteria, and instructions for the preparation and submittal of SOQs may be obtained by contacting Hari Ponnekanti via email at hari.ponnekanti@tukwilawa.gov SOQs are due by June 29, 2022, at 5:00 PM. The City will evaluate the SOQs and select the highest-ranking firms for additional information and/or interviews. The final selection will be based on the combined score of the written SOQs and the interviews. BACKGROUND: The City of Tukwila is consolidating its Public Works department activities into one site. The City of Tukwila Public Works Department started Phase 1 improvements for Public Works maintenance facilities at 11210 Tukwila International Blvd in 2019. Then in July 2019, the City purchased property located at 11231 E Marginal Way South (Project Site – this is located directly adjacent to the Phase 1 Public Works maintenance facilities). The City will have possession of the Project Site in October 2023. The City is soliciting SOQs from architectural and engineering consultant teams to study the existing Site facilities, prepare for demolition of the existing facilities, and design a new administration building meeting all current applicable codes. In the final configuration, the consolidated sites will house the Facilities, Fleet, Utilities and Streets departments of the Maintenance and Operations division of Public Works. 134 {EFM2549235.DOC;1/13175.000001/ } SCOPE OF WORK: The City of Tukwila is seeking a firm to provide professional architectural and engineering services required for facilities assessment, planning, design, and construction of new facilities, and demolition of existing structures. Services will include, but not be limited to: architectural and engineering services, programming, master plan development with phases, cost estimating, structural engineering, MEP (mechanical, electrical, plumbing), landscaping with potential wetlands restoration work and civil engineering. SUBMITTAL DEADLINE: The City must receive (5) hard copy sets of SOQs as well as a flash drive with submittals by 5 :00 PM on June 29 , 2022 . Hard copy sets of SOQs and the flash drive must be delivered to the address listed below. Faxed or emailed SOQs will not be accepted. Please direct all questions to Hari Ponnekanti via email to Hari.Ponnekanti@tukwilawa.gov. City of Tukwila Attention: Hari Ponnekanti 6300 Southcenter Boulevard STE 200 Tukwila, WA 98188 QUESTIONS All questions should be directed to Hari Ponnekanti at Hari.Ponnekanti@tukwilawa.gov. No other form of questions will be accepted. Questions received after 5:00 pm on June 15, 2022, may not be answered. If an addendum to this RFQ is needed, it will be published no later than 4:00pm on June 20, 2022. Rejection of Submittals The City reserves the right to reject any and all submittals and to waive irregularities and informalities in the submittal and evaluation process. This request for SOQs does not obligate the City to pay any costs incurred by respondents in the preparation and submission of their SOQs. Furthermore, this request for SOQs does not obligate the City to accept or contract for any expressed or implied services. SUBMITTAL REQUIREMENTS: 1) Cover Letter: The cover letter shall briefly summarize the firm’s qualifications and past experience relevant to the scope. A principal or officer of the firm authorized to execute contracts or other similar documents on the firm’s behalf must sign the letter. 2) Outline your firm’s experience on the scope of work required for the appropriate discipline. 3) Describe your firm’s overall approach, including organization and work tasks necessary to accomplish the objectives. If it is your firm’s practice to have specific sub-categories of the Scope of Work, performed by consultant(s), please identify the consultant(s) you anticipate using for a Contract, indicate their specific role(s), and outline their experience on similar or related work. 4) Describe your quality control process. 5) Identify qualifications/expertise of the key personnel on your team; and evidence of availability of staff to begin immediately upon awarding of the contract. 135 {EFM2549235.DOC;1/13175.000001/ } 6) Provide a list of key personnel, including consultants’ personnel indicating the specific role of each, and clearly identify the Project Manager. 7) Provide a professional resume for each of the named key personnel, indicating the extent of his/her experience on projects related to this type of work. Each of the key personnel suggested for use on the project must have current professional registration or certification and, if applicable, be currently licensed with the State of Washington. 8) Past performance and record of successful completion of public works facilities of similar size and scope: a) Describe any previous projects (firm and individual) of similar scope to our project and include a description of specific responsibilities of relevant team members on such projects. b) Note any information useful in demonstrating successful results on prior projects. c) Provide reference contact names, phone numbers, and addresses related to the above prior projects. 9) Provide written summary of firm’s history of collaborating with DBE/WMBE firms as part of your team on previous similar projects. Describe approach to maximize their participation. CONSULTANT EVALUATION CRITERIA: Consultant’s SOQ will be evaluated based on the criteria listed in this section. In preparing the SOQ, it is important to clearly demonstrate expertise in the areas described in this document. The SOQ must demonstrate expertise and the availability of experienced personnel in all of the areas described in the appropriate disciplines, either through in-house staff or with consultants. Firms are encouraged to identify and clearly label in their SOQ how each criterion is being fully addressed. Evaluation of responses to this RFQ will be based only on the information provided in the RFQ package, and if applicable, during an interview and reference review process. The City reserves the right to request additional information or documentation from the firm regarding its SOQ documents, personnel, or other items in order to complete the selection process. The following criteria, with a point system of relative importance with an aggregate total of 100 points, will be utilized to evaluate the qualifications of each firm: Evaluation Criteria Weighting Statement of Qualifications (SOQ) a) Staff Qualifications: 14 points b) Past performance on other campus facilities study projects or relevant projects:10 points c) Project approach: 10 points d) Past examples of Master Planning efforts with multiple phases: 6 points e) Firm location, staffing and current workload: 6 points f) DBE/MWBE approach: 4 points Subtotal: 50 points 136 {EFM2549235.DOC;1/13175.000001/ } Interviews a) Presentation: Clarity and thoroughness of presentation and the firms. 10 points b) Understanding of and approach to the requirements of the Project. 10 points c) Specific Questions: Thoroughness and insight in providing direct and clear answers to the questions asked. 20 points d) Communication: Overall quality of the team’s presentation, including interpersonal communications between team members and the interview panel. Quality of questions asked by the firm. 10 points Subtotal: 50 points The firm receiving the highest combined score as a result of the SOQ and interviews will be selected to enter into an agreement with the City. As part of the evaluation, the City will consider prior experience with similar types of project planning and design to be a significant component of the SOQ from the successful firm or team. In particular, the City places substantial emphasis on providing an efficient public facilities campus that minimizes on-going maintenance efforts by its crew. SUBMISSION REQUIREMENTS: 1) Upon receipt of each SOQ, the City will stamp it to confirm that it was submitted prior to the deadline. Upon request, the City will provide the firm with an acknowledgement of receipt. All SOQs received will become the property of the City and will not be returned. 2) Required Number of Copies: Firms responding to this RFQ shall submit five (5) hard copies and one (1) electronic copy on a flash drive of its SOQ to the address listed above. SELECTION PROCESS: All responses to this RFQ will be screened for eligibility. As time permits, a selection panel will rate eligible responses, according to the criteria listed above, and may conduct reference checks as part of the process. If there is insufficient information, the City reserves the right to request additional information, and to interview firms to discuss their SOQs. It is the City’s intent to interview up to three firms based upon the submitted written materials. 1) This solicitation does not obligate the City to award a contract to any respondent. At its option, the City reserves the right to waive any informality or irregularities in the SOQs and/or to reject any or all submittals. 2) The City reserves the right to request clarification of information submitted, and to request additional information from any firm. 3) If the City awards a firm the contract to provide architectural and engineering services, the successful firm shall be issued a written Notice of Intent to Award. The successful firm shall execute an agreement acceptable to the City within thirty (30) days from the date of Notice of Intent to Award. Failure by the successful firm to execute an agreement within the stipulated 30-day period shall constitute non-conformance with the RFQ, allowing the City to unilaterally withdraw and terminate such intent to award, unless there is a negotiated and written extension of the period. 137 {EFM2549235.DOC;1/13175.000001/ } 4) The City reserves the right to award the contract to the next most qualified firm if the successful firm does not execute a contract within the 30 days from the date of the Notice of Intent to Award. 5) The City shall not be responsible for any costs incurred by the firm in preparing, submitting, or presenting its response to the RFQ. 6) Approximate Selection Timeline: Questions Deadline: June 15, 2022 SOQ Deadline: June 29, 2022, at 5:00pm Consultant Shortlist: Week of July 11, 2022 Consultant Interviews: Week of July 18, 2022 Consultant Selected: Approximately late July, 2022 Scope and Fee Negotiations: Early August, 2022 Agreement Approval by Council: Late August 2022 Execute Contract: Approximately early September 2022 ADMINISTRATIVE INFORMATION: 1) Minority-owned and Women-owned Business Enterprises: The City strongly encourages minority owned and women owned businesses, socially and economically disadvantaged business enterprises, and small businesses to respond to this RFQ, to participate as partners, or to participate in other business activity in response to this RFQ. 2) Basic Eligibility: Any successful firm must be licensed to do business in the State of Washington, the City of Tukwila and must have a state Unified Business Identifier (UBI) number. In addition, the successful firm must not be debarred, suspended, or otherwise ineligible to contract with the City. 3) Payment Requirements: Firms should be aware that the City will only make payments on invoices after the work being billed has been completed and will pay reimbursable expenses to the firm only upon receipt of an itemized invoice for the reimbursable expenses. No advance payments will be made to the firm and the firm must have the capacity to meet all project expenses in advance of payments by the City. 4) Approval of Consultants: The City retains the right of final approval of any consultant of the selected firm who must inform all consultants of this provision. 5) Documents Produced: All construction drawings, reports, specifications, and other documents produced under contract to the City must be submitted to the City in both hard copy (Mylar) and a digital format that meets the City’s requirements, using Microsoft Office, Adobe Acrobat and/or AutoCAD products. All documents shall become the exclusive property of the City. 6) Civil Rights: The City of Tukwila embraces civil rights and equal opportunity. If any events occur involving the firm or subcontractors that would violate those rights, then the firm shall take full responsibility for said actions. 7) Insurance: Successful consultant will be expected to enter into a standard City of Tukwila Consultant Agreement that includes the standard general insurance requirements as follows: 138 {EFM2549235.DOC;1/13175.000001/ } The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant’s maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity. 8) Minimum Amounts and Scope of Insurance: Consultant shall obtain insurance of the types and with the limits described below: a) Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. b) Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop-gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant’s Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. c) Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. d) Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant’s profession. 9) City Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the City\ shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by the Contractor. 10) Other Insurance Provision: The Consultant’s Automobile Liability and Commercial General Liability insurance policies are to contain or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant’s insurance and shall not be contributed or combined with it. 11) Acceptability of Insurers: Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII. 12) Verification of Coverage: Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant 139 {EFM2549235.DOC;1/13175.000001/ } shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors’ coverage. 13) Notice of Cancellation: The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. 14) Failure to Maintain Insurance: Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days’ notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. PUBLICATION: This RFQ shall be published in Seattle Times and The Daily Journal of Commerce. END OF REQUEST FOR QUALIFICATIONS 140 City of Tukwila Contract Number: 6200 Southcenter Boulevard, Tukwila WA 98188 PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as “the City”, and Miller Hayashi Architects, LLC, hereinafter referred to as “the Consultant”, in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1.Project Designation. The Consultant is retained by the City to perform Architect Design and Planning services in connection with the project titled Tukwila Public Works Administration Building Project. 2.Scope of Services. The Consultant agrees to perform the services, identified on Exhibit “A” attached hereto, including the provision of all labor, materials, equipment and supplies. 3.Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending December 31, 2023, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than December 31, 2023, unless an extension of such time is granted in writing by the City. 4.Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit “A” attached hereto, provided that the total amount of payment to the Consultant shall not exceed $188,727 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant’s records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. 141 CA revised May 2020 Page 2 5.Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant’s endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6.Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7.Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, to the extent arising out of or resulting from the negligent acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant’s liability hereunder shall be only to the extent of the Consultant’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8.Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant’s maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City’s recourse to any remedy available at law or in equity. A.Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1.Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop-gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant’s Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 142 CA revised May 2020 Page 3 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant’s profession. B.Public Entity Full Availability of Contractor Limits. If the Consultant maintains higher insurance limits than the minimums shown above, the Public Entity shall be an additional insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C.Other Insurance Provision. The Consultant’s Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant’s insurance and shall not be contributed or combined with it. D.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E.Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors’ coverage. F.Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G.Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9.Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10.Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 143 CA revised May 2020 Page 4 11.Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12.Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13.Non-Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14.Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15.Applicable Law; Venue; Attorneys’ Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, each party shall be responsible for its own attorneys’ fees and costs. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16.Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17.Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: _______________________________________ _______________________________________ _______________________________________ 18.Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. 144 CA revised May 2020 Page 5 DATED this _________ day of ____________________________, 20_____. CITY OF TUKWILA CONSULTANT ____________________________________ By: ___________________________________ Allan Ekberg, Mayor Printed Name: Title: __________________________________ Attest/Authenticated: Approved as to Form: _________________________ ______________________________________ City Clerk, Christy O’Flaherty Office of the City Attorney 145 22-08-18 TPW Admin Building - Predesign Scope .docx Miller Hayashi Architects LLC 118 N. 35th St. Suite 200 Seattle, WA 98103 206 634 0177 millerhayashi.com MEMO Date: 8/18/2022 draft Tukwila Public Works Administration Building 11231 E Marginal Way South, Tukwila, WA 98168 SCOPE & FEE PROPOSAL FOR PREDESIGN PHASE Overall Project Scope: The City of Tukwila recently purchased the property at 11231 East Marginal Way South with long-term plans for a consolidated facility for the Public Works Department. This site, in combination with the property directly adjacent to the west and along with several easements, will house all Public Works activities in a safe, efficient, functional, and forward-looking configuration. Renovation of the existing Fleet Maintenance Building (Phase I) was recently completed on the adjacent property to the west. This Predesign phase will analyze Test-to-fit Site Concepts for the overall site. Following the Predesign phase, it is anticipated that the City will determine the scope of a Phase II project. The Phase II project may include construction of a new Administration Building, associated site improvements, demolition of the existing UPS facility building(s), potential wetlands restoration, and off-site improvements if required. The elements of the overall project scope that are not completed in Phase II would be completed in a future phase. Scope of Services in this Proposal: Predesign Test-to-fit Concept & Cost Analysis The current Proposal encompasses only the identified Predesign Phase activities. The objective is to analyze the existing site conditions, perform preliminary code analysis, and define all scope elements required for the overall consolidated Pubic Works facility. The Predesign phase will result in an updated Test-to-Fit Site Concept and Conceptual Cost Analysis. Tasks: • Collect and review existing documents • Meet with Public Woks Staff to validate program and site analysis: (4) Meetings • Prepare updated Test-to-Fit site development diagrams • Prepare preliminary Code Analysis and identify potential permitting requirements • Obtain Predesign Cost Analysis based on site information, civil, landscape, and environmental assessments, and square foot allowances for New Construction. 146 22-08-18 TPW Admin Building - Predesign Scope .docx • Prepare presentation site plan representing preferred Test-to-Fit Site Concept • Deliverables: Predesign Concept Site Plans and Concept Cost Analysis. Not Included: Design Phase for the Administration Building is Not Included. Predesign Schedule: Notice to Proceed Mid-September Meetings with PW Staff Late-September Preliminary Draft Memo Early-October Council Update Mid-October Council Update Late-October Council Update Early-November Compensation Summary: See Attached Compensation Summary dated 8/18/2022 Provided By Owner: Site Survey, Hazmat Assessment, Geotechnical Report 147 Tu k w i l a P u b l i c W o r k s A d m i n i s t r a t i o n B u i l d i n g P r e d e s i g n 8/ 1 8 / 2 2 D R A F T ad d s e r v La n d s c a p e & ma r k u p C i v i l E n v i r o n m e n t a l S t r u c t u r a l E l e c t r i c a l C o s t Pr e d e s i g n S e r v i c e s Su b t o t a l A r c h 1 0 % Ca n n o n He r r e r a PC S Tres West RC Cost 1. T e s t - t o - f i t S i t e C o n c e p t s & C o s t A n a l y s i s $1 8 8 , 2 2 7 $ 6 5 , 0 2 0 $ 1 1 , 2 0 1 $ 2 8 , 5 0 0 $ 5 8 , 3 5 6 $ 5 , 5 0 0 $ 1 2 , 2 5 0 $ 7 , 4 0 0 Pr e d e s i g n S e r v i c e s T O T A L $1 8 8 , 2 2 7 $ 6 5 , 0 2 0 $ 1 1 , 2 0 1 $ 2 8 , 5 0 0 $ 5 8 , 3 5 6 $ 5 , 5 0 0 $ 1 2 , 2 5 0 $ 7 , 4 0 0 Re i m b u r s a b l e E x p e n s e s A l l o w a n c e $5 0 0 Ar c h i t e c t u r a l S e r v i c e s D e t a i l 1. P r e d e s i g n A s s e s s m e n t Pr i n c i p a l P S V I I P S V Ba s e D r a w i n g s o f E x i s t i n g C o n d i t i o n s 8 4 0 As s e m b l e a n d R e v i e w E x i s t i n g D o c u m e n t s 8 8 8 Bu i l d i n g a n d L a n d U s e C o d e R e s e a r c h 8 8 Si t e D e v e l o p m e n t D i a g r a m s - T e s t t o f i t 8 1 6 8 0 Pr e p a r e P r e s e n t a t i o n f o r C o u n c i l B r i e f i n g 16 2 4 8 0 Co o r d i n a t e C o s t A n a l y s i s 8 8 Pr o g r a m m i n g A n a l y s i s a n d V a l i d a t i o n 8 1 6 4 0 Me e t i n g s w i t h P u b l i c W o r k s S t a f f ( 4 ) 12 1 2 1 2 Pr o j e c t M a n a g e m e n e t a n d C o m m u n i c a t i o n s 32 1 2 Su b t o t a l H o u r s 10 0 1 1 2 2 6 0 Ar c h i t e c t u r a l S e r v i c e s B i l l i n g R a t e s : $2 0 0 $ 1 3 5 $ 1 1 5 su b t o t a l $2 0 , 0 0 0 $ 1 5 , 1 2 0 $ 2 9 , 9 0 0 Ar c h i t e c t u r a l S e r v i c e s $6 5 , 0 2 0 MH H o u r l y R a t e s S c h e d u l e f o r A d d i t i o n a l S e r v i c e s Pr i n c i p a l $2 0 0 Pr o f e s s i o n a l S t a f f I X $1 7 5 Pr o f e s s i o n a l S t a f f V I I I $1 5 0 Pr o f e s s i o n a l S t a f f V I I $1 3 5 Pr o f e s s i o n a l S t a f f V I $1 2 5 Pr o f e s s i o n a l S t a f f V $1 1 5 Pr o f e s s i o n a l S t a f f I V $1 0 5 Pr o f e s s i o n a l S t a f f I I I $9 5 Pr o f e s s i o n a l S t a f f I I $8 5 Pr o f e s s i o n a l S t a f f I $7 5 Su p p o r t S t a f f $7 5 148 SCOPE OF WORK lm Tukwila Public Works Admin Building Scope of Work Task 1 to Task 3 August 16, 2022 Page 1 of 4 TUKWILA PUBLIC WORKS ADMIN BUILDING On August 12, 2022, Miller Hayashi Architects authorized Herrera Environmental Consultants (Herrera) to prepare a scope of work and cost estimate to provide environmental engineering, environmental permitting and landscape architecture services for the City of Tukwila’s Public Works Administration Building. Herrera will work with the design team to develop test fit concepts for the Public Utility Campus, including layout of program elements, trails, overall circulation, landscape, shoreline restoration areas and stormwater management based on permitting guidelines. This scope of work includes a discussion of the activities, assumptions, deliverables, and a schedule associated with this project. TASK 1 .0 – C ONCEPT T EST F IT The Predesign phase will include test-to-fit planning to validate the overall approach to the site. Herrera will conduct one full-day site visit, with up to three Herrera staff, to evaluate existing site conditions for the Public Works property and adjacent wetland and park areas. Herrera will review previously developed background documents and information created for the project. Herrera will collaborate with the design team to develop two development alternatives; a baseline site diagram and an enhanced design diagram. Herrera will provide high level cost estimates for the landscape and shoreline restoration elements for both options. The cost analysis will be presented to the Tukwila City Council in October, 2022. Assumptions • Plant selection will not be included at this level of design. • Herrera will receive existing site survey, GIS data layers, programming requirements and background documents necessary to inform site analysis by September 1, within NTP, or one day after NTP for site analysis. • No downstream analysis or offsite improvements will be included. • Two Concept Test Fit scenarios will be developed; one baseline option and one enhanced option. 149 SCOPE OF WORK Tukwila Public Works Admin Building Scope of Work Task 1 to Task 3 August 16, 2022 Page 2 of 4 • Herrera will coordinate with the design team to evaluate locations for siting buildings, stormwater management facilities, site and shoreline restoration, pedestrian and vehicular circulation, landscaped and hardscaped areas. • Herrera will attend up to 6 weekly design team meetings, 1 hour each. • Herrera will attend one field visit for 2 landscape architects and 1 engineer/ senior biologist to inform site analysis, not including travel time. • Herrera will attend up to 3 meetings with the City Public Works Department, 1 hour each; including one meeting with maintenance staff. Herrera staff will include 2 Herrera landscape architects and 1 engineer/senior biologist. • Herrera will develop progress circulation diagrams and facilitate a conversation to discuss maintenance and operations needs. • Markups and feedback on draft concepts will be consolidated into a single markup or document provided to Herrera for edits. • One round of edits will be required between draft and final concept rendering and document submittals. • Herrera will provide input to RC Cost on cost estimates for baseline and enhanced Test- to Fit options • This task will be completed by October 15, 2022. Deliverables • Field notes and field sketch mark-ups of high-level site analysis in Adobe PDF format. • Content to support one draft memorandum document created by Miller Hayashi summarizing potential permitting requirements, site opportunities and constraints, and design alternatives for both baseline and enhanced concepts. • Final content to support one final memorandum document created by Miller Hayashi, including both baseline and enhanced concepts • Project basemap (Autocad). • One draft and one final Test-to-Fit site diagrams each for basic concept, and preferred alternatives, in Adobe PDF format (pedestrian circulation, path locations, restoration and stormwater management areas, landscaped and hardscaped areas, wayfinding elements). 150 SCOPE OF WORK Tukwila Public Works Admin Building Scope of Work Task 1 to Task 3 August 16, 2022 Page 3 of 4 TASK 2 .0 – P ERMITTING A NALYSIS Preliminary permitting analysis will be conducted for the two development alternatives described in Task 1.0; a baseline and an enhanced design. Herrera will review and summarize the potential permitting requirements and wavers for the project for the following regulatory permits or requirements: • Clean Water Act (CWA) Section 404 – Corps of Engineers • CWA Section 401 – Washington State Department of Ecology • Hydraulic Permit Approval – Washington State Department of Fish and Wildlife • State Environmental Protection Act Checklist – City of Tukwila serving as Lead Agency • City of Tukwila shoreline and critical areas permitting requirements Herrera will create an estimated environmental permitting flow chart that describes for the City Council what the potential environmental permit process will be for the two test fit alternatives described in Task 1.0 above. The flow chart and description of permitting analysis will be included in the deliverables described in Task 1.0 above. Assumptions • Herrera will receive existing information regarding critical areas and shoreline jurisdiction (e.g. site survey, GIS data layers from prior wetland and stream delineation efforts, etc.) by September 1, within NTP, or one day after NTP for site analysis. • For both development options identified as part of Task 1.0 all areas within the site development area/perimeter fence will be contained within current paved/developed site footprint. Additional areas of pavement will be removed along the shoreline of the Duwamish River and any stormwater facilities will be contained within this area. Deliverables • All deliverables for this task will be part of Task 1.0 Deliverables stated above. TASK 3 .0 – PREFERRED A LTERNATIVE After the client selects a preferred concept plan from the two options presented in Task 1.0, Herrera will coordinate with the design team and incorporate comments to create a refined consolidated concept plan. Herrera will create a graphic rendering of the preferred design layout 151 SCOPE OF WORK Tukwila Public Works Admin Building Scope of Work Task 1 to Task 3 August 16, 2022 Page 4 of 4 to share at City Council meetings and support grant applications. Herrera will update the cost estimate to reflect any modification made to the concept if adjustments have been made. Assumptions • Client will provide one consolidated round of comments within 5 working days of the concept submittal. • Herrera will attend up to 2 weekly team meetings, 1 hour each. Herrera staff will include 2 Herrera landscape architects and 1 engineer/senior biologist. • Plant selection will not be included at this level of design. This task will be completed by October 31, 2022. Deliverables • Updated content to support a final memorandum document created by Miller Hayashi for preferred concept • Draft and final Preferred Alternative Site plan (pedestrian circulation, path locations, restoration and stormwater management areas, landscaped and hardscaped areas, in Adobe PDF format. • Provide input on updated cost estimate for Preferred Test-to Fit option, developed by RC Cost 152 Herrera Environmental Consultants Cost Estimate for Tukwila Public Works Admin Bldg Project Herrera Project No. 22-07903-000 Task No.1 2 3 Herrera Labor based on:Burdened Labor Rates Concept Test to Fit Permitting Analysis Preferred Alternative Development Task Start Date 9/1/2022 9/1/2022 10/1/2022 Task End Date 10/3/2022 11/1/2022 11/1/2022 Staff Title 2022 Burdened Labor Rates Vayanos, Stacy Landscape Architect III $145.95 105 0 29 134 Forester, Kate Landscape Architect IV $185.02 53 0 9 62 Gleason, Rayna Landscape Designer II $123.52 20 0 36 56 Marshall, Eric CAD Technician III $155.30 8 2 0 10 Merten, Christina Scientist VI $240.36 35 20 8 63 Crickmore, Ian David GIS Analyst IV $162.22 0 10 0 10 Mitchell, Colleen Engineer V $223.07 0 0 6 6 Stewart, Rick Project Accountant III $130.16 4 0 0 4 Total Hours per Task 225 32 88 345 Subtotal Labor $37,777 $6,740 $13,606 $58,123 Subtotal Herrera Labor $37,777 $6,740 $13,606 $58,123 Travel and Per Diem (PD) Item Unit Unit Cost Auto Use Mile $0.625 372 0 0 372 Subtotal Per Diem $233 $0 $0 $233 $233 $0 $0 $233 Grand Subtotal $38,010 $6,740 $13,606 $58,356 Grand Total $58,356 Schedule Total Subtotal Per Diem, Lab Costs, and ODCs 153 1700 NW Gilman Blvd #100, Issaquah, WA 98027 220625 T 425.677.2325 F 425.677.2324 CannonCorp.us 1 August 16, 2022 Laura Maman, AIA Miller Hayashi Architects PLLC 118 N 35th Street #200 Seattle, Washington 98103 PROJECT: CITY OF TUKWILA PUBLIC WORKS FACILITY -TEST TO FIT CONCEPT – CIVIL ENGINEERING Dear Laura Maman: We are looking forward to working with you on this public works facility site development project for the City of Tukwila located at 11231 E Marginal Way S, Tukwila Washington. Cannon is committed to providing reliable, responsive solutions that fit our Client’s needs. Please review this proposal and I will follow up with you next week to discuss further. If you would like to get started before then, please return the signed Acceptance of Proposal. The fees quoted in this proposal are valid for 60 days from this date. Sincerely, Katie Rollins Senior Associate Engineer 154 1700 NW Gilman Blvd #100, Issaquah, WA 98027 220625 T 425.677.2325 F 425.677.2324 CannonCorp.us 2 PROJECT UNDERSTANDING Project Property: 11231 E Marginal Way S, Tukwila Washington Parcel #s: 1023049059 and 0923049152 Land Area: 10.8 Acre Architect: Miller Hayashi Architects Environmental Consultant: Herrera Owner: City of Tukwila The City of Tukwila (City) is proposing redevelopment and expansion of their existing public works facilities. The project is proposed in phases, with Phase 1 already complete being tenant improvements of an existing building. Phase 2 is the construction of a new administrative building including site and utility improvements. Phase 3 and 4 would complete the facility build out and include additional covered and uncovered parking, decant facility, and storage. Based on the estimate construction costs, the City will determine if some improvements planned for Phase 3 or 4 can be included in Phase 2. The City selected Miller Hayashi Architects and subconsultant team to complete conceptual site planning (test-fit) for Phases 2-4, then complete design and construction administration for Phase 2. The test fit will determine the location, pricing, and phasing of the overall project so that the improvements for Phase 2 can be constructed appropriately to allow for future buildout. SCOPE OF WORK This scope of work is to assist Miller Hayashi and team with the test-fit. Phase 1: Project Management We will attend weekly site meetings, up to one client meeting, and one site visit. We assume all meetings will be held virtually via video conference. Phase 2: Conceptual Stormwater and Drainage Design We will prepare a conceptual stormwater strategy including preliminary calculations to determine the location and approximate sizing of required facilities. Herrera will take these calculations and locations to complete a site-fit plan which meets the City’s restoration goals as well. We will review the topographic survey, existing drainage outfalls, and prepare a conceptual drainage strategy that aligns with the stormwater strategy. Phase 3: Engineering Site Fit Analysis We will provide input to the architectural and environmental site fit plan to optimize utility improvements for Phase 2 and beyond. We will provide auto turn analysis with AASHTO standard vehicles on up to two site plans to confirm circulation and parking layout is sufficient. Based on the architectural and environmental site plan, we will provide a civil site fit exhibit which includes: size/location of stormwater improvements, drainage concept, water and sewer utility routing. 155 1700 NW Gilman Blvd #100, Issaquah, WA 98027 220625 T 425.677.2325 F 425.677.2324 CannonCorp.us 3 Phase 4: Opinion of Probable Costs We will prepare an engineer’s estimate of probable costs using unit costs provided by a cost estimating consultant. The estimate will include civil improvements such as stormwater, utilities, and flatwork as shown in the civil site fit exhibit. An earthwork number will not be provided at this time. SCHEDULE August 29: Project Kickoff September 26: Initial stormwater sizing complete October 10: Provide engineering site fit analysis exhibit October 29: Project complete, council to authorize next phase of work DELIVERABLES Civil site fit analysis exhibit Opinion of probable costs CLIENT RESPONSIBILITIES The client will provide the following: • Provide architectural site plan and background for drawings • Communications with the city • Information regarding projected vehicle and pedestrian movements ASSUMPTIONS The assumptions upon which the scope of work and fee proposal are based are listed as follows. If these assumptions differ from what is encountered during the project, revision of the scope of services may be required and may be subject to a revised fee. • Topographic survey will be provided on or prior to project kickoff. • The “not to exceed” fees are estimates, subject to confirmation and adjustment, as necessary, during the progress of the work. • All environmentally sensitive and/or critical areas issues will be addressed by others. • Schematic, Design Development, and construction drawings will be prepared under a separate contract. ESTIMATED FEES Project meetings in excess of those included in Phase 1 will be billed on a time and materials basis. Reimbursable expenses are not included in the fixed fee; see Reimbursable Expenses included for rates. It is our understanding that this project does not qualify for Washington Prevailing Wages. Phase 1: Project Management: $4,800 Phase 2: Conceptual Stormwater and Drainage Design $11,100 Phase 3: Engineering Site Fit Analysis: $7,200 Phase 4: Opinion of Probable Costs $5,400 Total Authorized Fixed Fee Budget: $28,500 156 1700 NW Gilman Blvd #100, Issaquah, WA 98027 220625 T 425.677.2325 F 425.677.2324 CannonCorp.us 4 157 Proposal RC Cost Group | 917 PACIFIC AVE, SUITE 505, TACOMA, WA 98402 | 253.258.2925 | RCCOSTGROUP.COM 95 Miller Hayashi Architects DATE August 18, 2022 CLIENT CONTACT Laura Maman PROJECT Tukwila Public Works Administration Building Dear Laura, Please see below our proposal for providing cost consulting services for the Tukwila Public Works project. Our proposed services include preparation of one conceptual estimate and related site improvements. It is our understanding that we will be pricing all design elements with the exception being the shoreline work, those numbers will be provided to us by the designer for review and inclusion into the final estimate. Our fee does not include time spent working on significant design or scope revisions. Provide cost consulting services at the following design stages: • Concept/Test to Fit Estimate 2.1 Cost Estimate The cost estimate will be based on the measurement of quantities from drawings and provided information and priced in accordance with these drawings, specifications and descriptions of the work. All sections will be estimated in detail based upon the information available . 2.2 Format The estimates will be presented in elemental format or that determined by the project team. 2.3 Exclusions Any design work or estimating beyond the above stated services and scope and beyond the site. 2.4 Meetings / Follow Up / Estimate Review We have assumed for this fee proposal for (2) hour of meetings, conference calls and follow up. 2.5 Project Staffing Assignment • Andy Cluness, Lead Estimator (20+ Years’ Experience) • Dan Cassady, Associate Principal (30+ Years’ Experience) • Andy Cluness, Managing Partner (20+ Years’ Experience) • John Perry, Senior Estimator- QA/QC (30+ Years’ Experience) 3a. Basic Services Fees Our Fixed Fee for cost estimating is $7,400 for the following services: 158 RC Cost Group PAGE 2 OF 2 • Concept/Test to Fit Estimate = $7,400 (40 Hours x $185/Hr.) o Internal Kick-Off Meetings / Report Preparation: 1 Hour o Building Estimating – 24 Hours o Review of Engineer’s Estimate- 2 Hours o Site Estimating – 10 Hours o Internal Estimating QA/QC- 1 Hour o Adjustments and Follow Up – 2 Hours Direct reimbursable expenditures if appropriate will be charged in accordance with the prime agreement or Our Hourly rates for miscellaneous additional services will be billed as reimbursable at $1 85/Hr. Flights and Accommodations will be billed at Cost + 10%. We are not anticipating expenses for this project. 5 . Payment We will invoice on completion of each phase for payment net thirty (30) days. This proposal remains open for acceptance for a period of three months after which time the writer should be consulted for verification of scope and fees. 6 . Project Schedule Based on our understanding of the current schedule that if successful in our proposal we would receive the documents on the following dates for the formal submittals of our service: Documents to RC Cost Group Complete Cost Plan Per Schedule Per Schedule We look forward to the opportunity of working with you on this important project and if you have any questions regarding this proposal or the fee structure, please give us a call. Thank you. Sincerely, Dan Cassady Dan Cassady, Associate Principal RC Cost Group, INC. Confirmation of Agreement: This letter correctly sets out the scope and fees for services to be provided by RC Cost Group, Inc. for this project. SIGNATURE OF AUTHORIZED OFFICER TITLE OF AUTHORIZED OFFICER DATE 159 ____ ____ Page 1 ● T R E S W E S T E N G I N E E R S, I N C. 2 7 0 2 S O U T H 4 2 N D S T R E E T , S U I T E 3 0 1 , T A C O M A , W A 9 8 4 0 9 - 7 3 1 5 T E L E P H O N E ( 2 5 3 ) 4 7 2 - 3 3 0 0 A Certified Diverse Firm - DBE ● SCS ● MWBE August 17th, 2022 Laura Maman AIA Principal Miller-Hayashi Architects PLLC 118 N 35th Street, Suite 200 Seattle, WA 98103 lauramaman@millerhayashi.com O 206.634.0177 C 248.514.8499 RE: CITY OF TUKWILA PUBLIC WORKS ADMINISTRATION BUILDING – ELECTRICAL ENGINEERING FEE PROPOSAL Laura: We are pleased to offer a fee proposal for the Tukwila Public Works - Administration Building project to be located at 11231 E. Marginal Way South in Tukwila WA. We understand that this will require a predesign feasibility study at the “test to fit” design level with electrical design narratives, cost opinions, meetings and site visits. A summary of our proposed engineering services is listed below. Provide Electrical engineering documents Coordination with Tukwila Public Works for specific design requirements and concerns. Site visit to review existing condition of the electrical site and identify code compliance issues, identify new services to support the new Administration Building. Review of existing site utility as build documentation. Provide initial report of findings, with recommendations, cost opinions for the electrical of systems identified. Provide electrical site plan identifying electrical services and recommended new utility services to building Meeting with stakeholders to go over report (via phone conference.) Modify report, drawing and cost opinion as required after meeting with stakeholders. Provide final report, drawing and cost opinion. Exclusions: o Electrical Permit drawings. o PE stamped documents 160 ____ ____ Page 2 o Complete Design documents o Additional Meetings/site visits not specifically listed herein Assumptions: Electrical as build drawings will be provided to TWE. Site assessment will be over a 1-day period. Current electrical energy bills or electrical demand usage will be provided to TWE. Meetings/Site Visits: o 4 – Design review meetings (Virtual) o 1 - Site Visits Project Standards: We understand that the project may be subject to the following standards. We are able to design to the following standards. o 2018 International Building and Energy Code cycles o 2020 NEC Code o 2018 Washington State Energy Code Electrical Engineering Services: $12,250 Diverse Business Plan: Tres West Engineers, Inc. is a Certified Registered Diverse Business including but not limited to the following certifications: DBE, MWBE, SCS, UDBE Payment: Project will be billed monthly on a percentage complete basis. Payments are due within 30 days of invoice date. Hourly rates: Project design is fixed fee lump sum as listed above. Insurance: Our firm carries $2million/$4million aggregate in E&O insurance. Proposal is good for 90 days We appreciate the opportunity to be of service and look forward working with you. Please do not hesitate to call if you have any questions. Sincerely yours, Approved By: ________________ Signature ________________ Print Sean J. Roy LC, LEED® AP ________________ Date Principal 161 August 12, 2022 Miller Hayashi 118 N 35th Street #200 Seattle, Washington 98103 ATTN: Laura Maman AIA, LEED AP BD+C RE:Tukwila Public Works Administration Building Proposal for Structural Engineering Services – Test Fit Concept Design Dear Laura: Thank you for this opportunity to propose our Structural Engineering services for the Tukwila Public Works Administration Building Concept Design. SCOPE OF SERVICES Our scope of services and resulting fees are based on information provided by you via phone and several emails describing a new Public Works Administration building with accessory covered parking structures and a potential renovation to the high bay garage. We will provide a foundation concept design to outline assumptions for the new construction of the administration building and any covered fleet parking. Coordination with the project geotechnical engineer is anticipated and recommended to best serve the project. We will also provide a structural conceptual evaluation of the recently renovated existing building on site for potential re-use. Existing structural drawings may not be available for the project. It is anticipated that a seismic evaluation was recently performed on the building as part of the renovation and may be used. Test-to-fit concept design for the new construction which includes partial or full demolition of the existing high-bay garage and new construction. Our deliverable includes marked up conceptual sketches showing one potential foundation design for the new construction and a structural narrative. Future design and construction phase services may be provided upon request as required for an additional fee. Our scope of services does not include as-built review of existing conditions. Completion of the Concept Design phase is proposed to conclude around August 2022. Our fee includes (1) design site visit to the site and up to (4) meetings to discuss the project. 162 Miller Hayashi ATTN: Laura Maman AIA, LEED AP BD+C RE: Tukwila Public Works Administration Building – Test Fit Concept Design FEES Our fee proposal for the Structural Engineering services on the above-referenced project is as follows: Test Fit Concept Design – incl. foundation concept and narrative $5,500 Billing will be on a percentage of completion basis. The fee amount may be modified only with prior written approval if the scope of services is changed. Thank you for this opportunity to be of continued service. If there are any questions regarding this proposal, please feel free to call. We look forward to hearing from you. Very truly yours, PCS STRUCTURAL SOLUTIONS Accepted by: Alex Legé, S.E.Signature Date Associate Principal Printed Name/Title ACL Billing Address: Phone:Fax: Tukwila Public Works Admin Concept pro 2022-08-12 acl 163