HomeMy WebLinkAbout22-119 - Miller Hayashi Architects, LLC - Test-to-Fit Architect Design: Tukwila Public Works Shops Maintenance & Engineering Building Project114,1,010011{
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Agreement Number: 22-119(a)
Council Approval N/A
CONTRACT FOR SERVICES
Amendment No. 1
Between the City of Tukwila and Miller Hayashi Architects, LLC.
That portion of Contract No. 22-119 between the City of Tukwila and Miller Hayashi
Architects, LLC. is hereby amended as follows:
Section 1 Project Designation: The Consultant is retained by the City to perform Test -to -
Fit Architect Design and Planning services in connection with the project titled Tukwila
Public Works Shops Maintenance & Engineering Building Project.
Section 2 Sco s e 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.
Section 4 Pa ment: The Consultant shall be paid by the City for completed work and for
services rendered under this Agreement as follows:
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 $203,337.00 (including estimated expenses) without express written modification
of the Agreement signed by the City. The total amount for this amendment is $14,610.
All other provisions of the contract shall remain in full force and effect.
Dated this 2nd day of March , 2023.
CITY OF TUKWILA
HP
eSognecl ma 8eamlessDocs.cem
K} 272 2 1 4 62 0012 98550 0 2.
Allan Ekberg, Mayor
03-02-2023
ATTEST/AUTHENTICATED
eSlooed via 8eamlessCocs.com
eirr .iaty OQCaJie�ay
Key: 884c0016aae8-61289811-0006189
Christy O'Flaherty, MMC, City Clerk
CA Revised December 201.6
MILLER HAYASHI ARCHITECTS, LLC
Laura Maman, Principal
APPROVED AS TO FORM
ee-3ignea'vie 8eam1 sDocs com_--same(
Office of the City Attorney
Page 1 of 1
EX1-1 111E3I1T
Miller Hayashi Architects L.L.c
118 N. 35th St.
Suite 200
Seatt, WA 98103
206 634 0177
millerhayashicorn
City of Tukwila
6200 Southcenter Boulevard
Tukwila, WA 98188
c/o: Justine Kim, Senior Project Manager, SOJ
February 10, 2023
Tukwila Public Works Maintenance and Engineering Building Test -to -Fit Phase
Pre -Design Contract Modification #1:
AE Services for Additional Conceptual Design Services
Dear Ms. Kim,
Please find enclosed a scope and fee proposal for additional Conceptual Design
services for the Tukwila Public Works Maintenance and Engineering Building. This
scope and fee proposal reflects our understanding of the additional services desired. We
look forward to the continued development of the project.
Additional AE Services for extended Conceptual Design Phase:
The original scope of services was based on a three-month duration for the Test -
to -fit Concept Design phase. The Concept Design phase has been extended an
additional three months. The additional services related to this time extension are
as follows:
Architectural: Miller Hayashi proposal assumes (12) additional weeks of project
communications, (12) additional weekly meetings, and (2) additional public
presentations.
Reimbursable Expenses Allowance: No change.
Please call with any questions or to discuss this proposal.
Regards,
Laura Maman, Principal
1
Tukwila Public Works Maintenance and Engineering Building Test-to-fit Phase
Compensation Summary° Pre-Design Modification #1
UPDATED 2/10/23
Base Contract
MOD 1 Total
Revised ContractTotal
TASK HOURS for Architectural Services
1. Additional Architectural Pre -Design Services
$188,727
$14,610
$203,337
EX1-1 IIIE3Ir
Principal PS V
Prepare additional presentation materials
Council Presentations (2)
VVeekly Meetings, (1.5 hrs x qty 12)
Project Management and Communications
4
4
18
16
24
18
12
Subtotal Hours
Architectural Services Billing Rates.
42
$200
54
$//5
subtotal
8,400 $6,210
Architectural Services
MH Hourly Rates Schedule for Additional Services
$14,610
IP ri ncip al
Professional Staff IX
Professional StaffVIII
IP rofes si on a I StaffVII
Professional Staff VII
IP rofes si on a I Staff V
IP rofes si on a I Staff IV
Professional Staff 000
Professional Staff II
Professional Staff I
Support Staff
$200
$175
$150
$135
$125
$115
$105
$95
$85
$75
$75
City of Tukwila
6200 Southcenter Boulevard, Tukwila WA 98188
Contract Number: 22-119
Council Approval 9/19/22
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. Pro'ect Desi • nation. The Consultant is retained by the City to perform Test -to -Fit Architect
Design and Planning services in connection with the project titled Tukwila Public Works Shops
Maintenance & Engineering 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 As reement• Time for Performance. This Agreement shall be in full force and
effect fora 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.
5. Ownershis 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 Liabili 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.
CA revised May 2020
Page 2
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. Inde endent 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.
CA revised May 2020
Page 3
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. As • licable Law Venue. Attorne s' 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. Severabilit 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:
Laura Maman, Principal
Miller Hayashi Architects, LLC
118 N. 35th St, Suite 200
Seattle, WA 98103
18. Entire As reement• 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.
CA revised May 2020
Page 4
DATED this 21st day of September 20 22
CITY OF TUKWILA
HP
osigaoa via Seamiesscoos.00m.......
Kay -540F. 72i,1,514665+fee IYeiheef i....
Allan Ekberg, Mayor
09-21-2022
CONSULTANT
By:
Printed Name:
Title: AL
Attest/Authenticated: Approved as to Form:
eSignetl via Seam eeeDoce.00m
.....................
Key esfeaeeo glee eeae yyy,
aSignstl via SeamleeeDooe.00m
ksa,„K
Ky—f ofd ofsf fd6,1 fdee5felr
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised May 2020
Page 5
A
Miller Hayashi Architects ILIbC
118 N. 35th St.
Suite 200
Seattle, WA 98103
206 634 0177
millerhayashri. corn
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.
22-08-18 TIPW Admin Building - Predesign Scope .docx
XH A
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
22-08-18 TIPW Admin IBuilding - Predesign Scope .docx
5
42.
c0 c0 (0 't c0 (0 iN
1-- 1— 1—
co co oo CD 00 03 rl
Cn
itional Services
CD
Q
co co co 10 10 luc, Ikt)
C) or co IN. IN.
111
=
5 5 5 > =
1=.
PO ID PO ID uu II ID ID
t5 OS OS OS
WI Tv" V V Tv- Tv To V Tv a v
ESSEESSE561
ra
g ,111 13 if2 2,-
=.
HE0RERA
~�
�
KM LA P
110
II I
ILD1
S OP
AD
�
�
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 pj ct.
TAS
�
�
NC
EPT TEST F
�
m
A
The Pn 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.
Ss
ffi ffi
�
�
*
nn
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 aption and one
enhanced option.
ediqpicl: 16, 2022
Cop E0RERA
Page }of4
PE OF
RK
X11“-.1 B A
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 facilita e a conversation to
discuss maintenance and operations needs.
Markups and feedback on drafconcepts will be consolidated into a single markup or
document provided to Herrera for edits.
One round of edits will be required between drafand final concept rendering and
document submittals.
Herrera will provide input to RC Cost on cost estimates for baseline and enhanced Test-
to
This task will be completed by October 15, 2022.
Delivera
Wes
Field notes and field sketch mark-ups of high-Ievel 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 Milier 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).
Tukwila Pat Mks. Wotk s tni kkg &sops, of Work Task. to Task 3
.Aff gust 16, 2022
ERE RA
Page 2of4
SC
PE OF
rAs K IR 0
RK
U�
ERM
NG
NAL
YS
�
�
X11“-.1 B A
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 fVrtha 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 peflow 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.
Assu
pti
ns
Herrera will receive existing information regarding critical areas and shoreline jurisdiction
(e.g. site survey, GIS data layers from prior we|and 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 af pavement will be removed along the shoreline af the
Duwamish River and any stormwater facilities will be contained within this area.
liver b
es
All deliverables for this task will bepart of Task 1.0 Deliverables stated above.
TASK 3.0 - PR
���U�����
°_" "_mxwn=~
��N�
° �-w
ER
�
������
��ww°=~
After the client selects a preferred concept plan from the twa 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 preferreddesi n layout
Tukwila Pat Wotk s tn, 'mg &sops, of Work Task. to Task Itt
.August. 16, 2022
ERE RA
Page 3 of 4
SC
PE OF
RK
X11“-.1 B A
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.
Assul
m
pt
s
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.
vra
b
es
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
Tukwila Pat Mks. Wotk s tni kkg &sops, of Work Task. to Task 3
.August. 16 2022
E R E RA
Page 4 of 4
Herrera Environmental Consultants
Cost Estimate for Tukwila Public Works Admin Bldg Project
Herrera Project No. 22-07903-000
Herrera Labor based on:
Burdened Labor Rates
Task No.
°
8
EXHIBIT
- -
r.Z4-'4W...ig
Vaya nos, Stacy Landscape Architect III
Forester, Kate
Gleason, Rayna
Marshall, Eric
Marten, Christina
Crickmore Ian David
Mitchell, Colleen
Stewart, Rick
Landscape Architect IV
Landscape Designer II
CAD Technician III
Scientist VI
GIS Analyst IV
Engineer V
Project Accountant III
5145.95
$185.02
5123.52
$155.30
5240.36
5162.22
5223.07
5130.16
Travel and Per Diem (PD)
Auto Use
Total Hours per Task
Subtotal Labor
Subtotal Hamra Labor
105
53
20
8
35
4
225
537,777
$37,777
29
9
36
2
20
10
32 88
56,740 513,606
$3,740
$13,303
134
62
56
10
63
10
6
4
345
558,123
$38,123
Mile S0.625
Subtotal P
Subtotal Per Die
Lab Costs, and ODCs $233
Grand Subtota
Grand Total
$0
$.58,356
Noniiiikar
11~
,
IIE:::EXII“-.1111B111"""111""" A
Cannon
August 16, 2022
Laura Maman, AIA
Miller Hayashi Architects PLLC
118 N 35th Street #200
Seattle, Washington 98103
PROJECT: CITY urTuwm/LxPUBLIC WORKS FACILITY -TEST TuFIT 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 ofTukwila 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
1700 NW GiwmmmBllvd #100, Issaquah, WA 98027
T*25.g7r.23o5 F*u5.6rr.2324
CannonCorp.us
220625
1
Nfro
11~
,
IIE:::EXII“-.1111B111"""111""" A
Cannon
PROJECT UNDERSTANDING
Project Property: 11231 E Marginal Way S, Tukwila Washington
Parcel #s: 1023049059 and 0923049152
Land Area: 10.8 Acre
Architect: Milier Hayashi Architects
Environmental Consultant: Herrera
Owner: City ofTukwila
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 amdsmbcomsultamtteamtocomp|etecomceptua|site
p|amm|mO(test'Mt)horPhases2-4,themcomp|ete 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 MilIer 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 comp!ete a site -fit plan which meetsthe 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 architectura 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 wiU provide a civil site fit exhibit which
includes: size/location of stormwater improvements, drainage concept, water and sewer utility
routing.
1700 NW GiwmmmBllvd #10\Issaquah, YYA9gO27
T*25.g7r.23o5 F*u5.6rr.2324
CannonCorp.us
220625
2
Nfro
11~
,
11E':EXII“-1111B111"""111""" A
Cannon
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, utitities,
and flatwork as shown in the civil site fit exhibit. An earthwork number will not be provicled at this
time.
SCHEDULE
August 29: Project Kickof
September26: |mit|a| 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 whatis encountered duringthe 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:
Phase 2: Conceptual Stormwater and Drainage Design
Phase 3: Engineering Site Fit Analysis:
Phase 4: Opinion of Probable Costs
Total Authorized Fixed Fee Budget:
1700 NW GiwmmmBllvd #10\Issaquah, YYA9gO27
T*25.g7r.23o5 F*u5.6rr.2324
CannonCorp.us
$4,800
$11,100
$7,200
$5,400
�28,5OO
220625
3
Cannon
Assistant Resident Engineer $ 135 - $ 157
Associate Engineer $ 140 - $ 177
Associate Landscape Architect $ 145 - $ 156
Automation1Design/IProject Engineer $ 115 - $ 140
Automation Specialist $ 13.5 - $ 153.
Automation Technician $ 95 - $ 112
CAD Tech $ 85 - $ 103
CAD Manager $ 100 - $ 120
Construction inspector 11-111111 $ 110 - $ 136
Construction Manager $ 155 - $ 173
Design Engineer $ 110 - $ 141
Director $ 190 - $ 225
E ngi neer Tech $ 98 - $ 108
Engineering Assistant 11 - 1111 $ 80 - $ 105
Engineering Manager $ 210 - $ 230
Grant Funding Manager 11-1111 13.0 - 157
11&E Services Coordinator $ 80 - $ 92
information Systems Admin/Manager $ 75 - $ 125
Land Surveyor 11- V $ 150 - $ 205
Landscape Architect $ 105 - $ 119
Landscape Designer 11- it $ 80 - $ 113
Lead Automation Specialist $ 147 - $ 162
Lead Automation Technician $ 105 - $ 125
Lead Designer $ 100 - $ 133.
Office Engineer/ Constructionll -111111 $ 98 - $ 13.0
Sr. / Plan Check Engineer11-111111 $ 125 - $ 177
Planner11-111111 $ 83 - $ 113
Principal Construction Engineer $ 185 - $ 198
Principal Designer $ 110 - $ 145
Principal Engineer $ 170 - $ 217
Other Direct Charges
Black Line Plots
Outside Reproduction
Automation &Electrical Materials
Subconsultant Fees
$2.00 per page
Cost + 15%
Cost + 25% (+tax)
Cost + 10%
11E':EXII“-1111B111"""111""" A
2021/22 Fee Schedule
Bill Rate Ranges,
Subject to change
Project Designer $ 83 - $ 127
Project Engineer $ 120 - $ 153
Project Manager/ Sr. Principal $ 195 - $ 220
Resident E ngi neer $ 155 - $ 177
Sr. Associate Engineer $ 150 - $ 193
Sr. Automation Specialist $ 163 - $ 183
Sr. Automation Technician $ 126 - $ 141
Sr. CAD Tech $ 90 - $ 110
Sr. Construction Manager $ 180 - $ 200
Sr. Consultant / Principal -in -Charge $ 176 - $ 260
Sr. Land Surveyor $ 171 - $ 205
Sr. Landscape Architect $ 153 - $ 170
Sr. Principal Designer $ 110 - $ 162
Sr. Principal Engineer $ 180 - $ 237
Sr. Project Designer $ 105 - $ 139
Sr. Project Engineer $ 130 - $ 165
Sr. Project Irvlanager $ 190 - $ 213
Sr. Resident Engineer $ 172 - $ 198
Structures Representative $ 172 - $ 182
Survey Manager/ Survey Director $ 195 - $ 235
Survey Technician II -VII $ 110 - $ 173
Technical Writer II - IIV $ 90 - $ 136
One -Man Field
Two -Man Field
Three -Man Field
Two -Man -HDS
$ 180
$ 255
$ 335
$ 295
Survey Crew Rates - Prevailing Wage
One -Man Field $ 230
Two -Man Field $ 305
Three -Man Field $ 435
Electrical - Prevailing Wage
Electrician $ 110 - $ 184
CM - Prevailing Wage
BCD Construction inspector $ 145
Forensics Engineering/Expert Testimony Fee Schedule A yodable Upon Request
Color Plots
Travel and Related Subsistence
Standard Mileage Rate
Airplane Mileage Rate
$5.00 per page
Cost + 15%
ORS Rate per mile
GSA Rate per mile
All of the above hourly rates include all direct labor costs and labor overhead, general and admaustrative expenses and profit. Alt direct expenses, such as specral equpment
shipping costs, travel other than by automobile, parking expenses, and permit fees Win be Med at the actual cost plus 15%. If the client requests, or the dent s schedule
requires work to be done On an overtime basis a multiplier of 1.5 volt be applied to the stated rates for weeldays for daffy hours to excess of 8 as well as weekends arida
mtrItiplier of 2.0 for darrbr hours in excess of 12 and holidays. If the dtent requests field services to be provrded outside of normal W orng hours (behveen 6.00 p.m. and 6.00
am.),, a mu)tiplier. of 1.5 Intl be applied to the stated rates. For prevathrig wage projects, tf the cent requests field ser to be provided on any gtven Sunday, a multpher of
2.0 will be applied to the stated rates and On or around an observed hohday, other rates may be applied. Survey Crews arid Automaton Field staff are billed portal to portal,
and mileage charges are rticluded In the hourly rate. A m Mini um charge of 4 hours Intl be charged for any Autornatron Field Service calls orttade of normai kvorttng hours
(between 6:00 p.m. and 6:00 a.m.). The stated rates are subject to change, typtcally on an annual bass.
1700 NW Gillman Bllvd #100, Issaquah, WA 98027
T 425.677.2325 F 425.677.2324
CannonCorp.us
220625
4
COST GROUP
P ro
)osa
Miller Hayashi Architects
CLIENT CONTACT Laura Maman
Dear Lail ra,
DATE
August 18, 2022
.X11“ -.1111B111"""111""" A
PROJECT Tukwila Public Works Administration Building
Pllease see bellow our proposall for providing cost constolltirug se Nil ces for the 1"Lokwilla Publlic Works project
Our proposed services no u d e prepa.ration of one conceptuall estimate, arud rellated s U roprovennents„ Ill is OU
understaruding that oo,V3,.. be pricirug all design ellen-lents Wilth the eception being the shoreline work, those
numbers will° be provided to Los 13/ the designer for review and incllodsion into the 'Vilna] estinnate„ Our fee does
not incitode tircperut vverkirig on significarit design er scope revisions.
Provide coEtt consulltirig services a.t the fo011owirog design sta.geos:
vs, Concept/Test to OF it Estircate
2.1 Cost Estima.te
"The cost estircate wiOO be based on true Inneasurement of qua.ntities fronn drawirigs t'ilroJcil provided information
and priced in aktcordance with these drawings, specifications and descriptions of the work.. Adll sections w de
estimated iru dean based upon the iruforrnation availlablle„
2.2 Format
The estdrcates win be presented in ellennentai fermat er thatdetennnined by the project tealm„
2.3 Exclusions,
Any design work or estilnnatirug beyond the ,above stated services arud srtope and beyond the site„
2.4 Meetings / IFollow Up 1 Estimate Review.
We have assLonned for this fee proposall for o'2)1 hour of unlit conference GaAs and follow up„
2.5 Proiect Staffing Assignment
• Andy ClIoJness, 1,„„ead L31 '3t3 (20+ YearsExperience)
* Dan Cassady,, Associate Principall (30+ "fears f Experience)
so An CI C uruess, Managing Partner (20+ Years' Experience)
• John Perry, Senior Estill-no:31(w- OA/QC 130+ Years' Experience)
3a. Basic Services Fees
Our Fixed Fee for cost estioToatin.g is $7,400 for the forlowirug services:
FoC: Group ovonfr rdso,colFIC 50.5, TACOMA., W A 8,402
253..258 PCP5
COSTCE rot Orr „C M
.X11“ -.1111B111"""111""" A
Concept/Test 'to Fit Estimate = $7,400 (40 Hours x 5185IH r„)
nternalIK ick -Oft Meet rugs / Report Preparation: 1 0-0c)u.fr
0 Bu.tilding Estimating -- 24 Hours
Review of EngUneer's Est Innate- 2 tioLurs
0 Site Estirnatirug -- 10 Hours
0 Oriterna0 Estimating CIA 00 1 Hour
Adjuiftuthnents ali-114 Follow,' Up 2 [-fours
Direct reihnbursablle expenditdres if appropriate win be clhaf ged in accorda.nce writh the prime agreement or
Our Hourly rates for misce011aneous add ono services will111 be 4ill111edoo eirribursablle at $105/1-11r„ II":11,ights and
AccooTr rriodations wU1111 be billned at Cost +1094„,„ We are not anticipating expenses for ttlis project.
5. Payment
We wilillinvoice oro cornp0etion of each phase for payrnerut net thirty (30) days„ lfhis prhposaOrerna.ins open for
acceptance for a period of three months after which firrie the writer shou0d be cchnsullted for verification of
scope arid 'fees„
6. Project Schedule
Based on our understanding of the current. ischedLulle that if successfullin ou.tr proposallwe would receive the
docurnents on the followirug dates for true formai subrnitta0s of our service:
Documents to RC Cost Group. Complete Cost Pian
Per Schedulle„t Per Sch edu
We look forward to the opportunity of working with you on this iinportant project ,and if you have any questions
regarding this proposal or the fee structure, please give us a call. Thank you.
Sincerelly,
Vele
Baru Ctuuassady, Associate Principall
RC Cost Group, 04(0„
Co nti r motion lot Agreement
Thislletter correctly sets out the scope arud 'fees for services to be provided by HO Cont Group, lInc„ for this
prol ec t „
Er r Crir INIrAFIA..li RE OE A LIEF Ir -11 OR 1 Z Er ID EN' Krr; Pr
Ir...1E 0 Er A L.IFF Ir -11F)11,1.1. r:rrrrr IL) (Tr' Irtrr r Fr.; Er Pr IDA 'FIE
1101 r.. 5 oup 1H AGE
• TRES 6
EST E G 0 0\,11 E R S, 0 IN C.
A Certified Adverse Firm - DBE * WIVE
August 17th, 2022
Laura IMaman AIA
Principall
Milliler-Hayashi Architects PLLC
118 N 35th Street, Suite 200
Seattle, WA 98103
Lautarnarman@raDerha ashLoom
0 206.634.0177
?Or'llr" A
TRES WEST
ENGUNEERS
C 248.514.8499
-4
RE: CITY OF TUKWILA PUBLIC WORKS ADMINISTRATION BUILDING — ELECTRICAL
ENGINEERING FEE PROPOSAL
Laura:
c
We are pleased to offer a fee proposal for the Tukwilla Public Works - Administration Buillding project to be
located at 11231 E. IMarginall Way South in Tukwilla WA.
We understand that this willil require a predesign feasibillity study at the "test to fit" design level with
ellectricall design narratives, cost opinions, meetings and site visits. A summary of our proposed
engineering services is Ilisted bellow.
0
Provide Electricall engineering documents
Coordination with Tukwilla Public Works for specific design requirements and concerns.
Site visit to review existing condition of the ellectricall site and identify code complliance
issues, identify new services to support the new Administration Buillding.
Review of existing site utillity as builld documentation.
Provide initiall report of findings, with recommendations, cost opinions for the ellectricall of
systems identified.
Provide electrical site plan identifying ellectricall services and recommended new utility
services to buillding
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:
0 Electrical Permit drawings.
0 PE stamped documents
Page
0
m
m
z
m
11E':EXII“-1111B111"""111""" A
O Complete Design documents
O Additionall IMeetings/site visits not specifically Ilisted Iherein
Assumptions:
• Eilectricall as build drawings win be provided to TWE.
• Site assessment win be over a 1 -day period.
• Current eilectricall energy billils or ellectricall demand usage win be provided to TWE.
•IMeetings/Ste Visits:
0 4 — Design review meetings (Virtuall)
O 1 - Site Visits
• Project Standards: We understand that the project may be subject to the foililowing standards.
We are able to design to the foililowing standards.
O 201 8 International Building and Energy Code cycles
O 2020 NEC Code
O 201 8 Washington State Energy Code
Electrical Engineering Services: $12,250
Diverse Business IPlan: Tres West Engineers, Inc. is a Certified Registered Diverse Business inciluding
but not Ilimited to the foililowing certifications: DBE, IMWBE, SCS, UDBE
Payment: Project win be billed monthly on a percentage complete basis. Payments are due within 30
days of invoice date.
Hourly rates: Project design is fixed fee Ilump sum as Misted above.
Insurance: Our firm carries $2millilion/$4million aggregate in E&O insurance.
Proposal is good for 90 days
We appreciate the opportunityto be of service and look forward 'working 'with you. Please do not Ihesitate
to can if you have any questions.
Sincerelly yours, Approved By:
Sean J. Roy LC, LEED® AP
Principail
Signature
Print
Date
Page 2
A
Seattle
"V;-accrna
Portland
CYI "I Western A, er
1250 a iti , Averi it aitrt tt 701 I [ r:srt t, WA, 98,11...121''
tri ,.,SAI MtiP atra, l tSuite .37,11
itut
August 12, 2022
Miller Hayashi
118 N 35th Street 4200
Seattle, Washington 98103
ATTN: Laura Maman AIA, LEED AP BD+C
RE: Tukwila Public Works Administration Building
Proposal for Stnrctural 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.
Structural Solu[ions
Connected Teams.
Bold Solutions.
XH A
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
Alex Lege, S.E.
Associate Principal
ACL
Accepted by:
Signature
Printed NamefTitle
Billing Address.
Date
Phone:
Fax:
Tdloadla Public Maks Motto Concept prt 2022-09- 12 ad