Loading...
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