Loading...
HomeMy WebLinkAboutPS 2018-07-16 Item 2B - Contract Amendments - Public Safety Plan� Cityof�Tukwila�'��TukwilaTukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Public SafetCommittee FROM: Rachel Bianchi, Communications and Government Relations Manager CC: Mayor Ekberg DATE: July 16, 2018 SUBJECT: Project Management, Architect and GCCM Contract Amendments for the Public Safety Plan ISSUE The Council recently approved the modified Public Safety PIan, which included the updated budgets assocated with each of the projects. Because the pject budgets have changed from when the contractfor project management, architecture and GCCM services were signed, these contracts must be amended to accurately reflect the modified prjecta In addition, some of the contract language was edited in the GCCM contracts to clarify the mutually -intended message. BACKGROUND In November of 2016, the voters in Tukwila approved the City's Public Safety Bond as a part of the overall Pubiic Satety Plan. Higher than expected construction cost escalation rate as well as extremely saturated construction market in the greater Seattle area have resulted in the construction budgets much higher than originally anticipated in the Bond measure. As a result, Fire Station 54 was removed from the program and Public Works scated to the original budget of $30M. Contracts for pject management and architectural services are based proportionallyon constructions costs, so the modified budgets resulted in additionai fees for these services. However, these fees are included in the modified projectbudoetaprevinus|yprooentedtu Council and these amendments are not adding additional costs to the modified Public Safety Below is an overview ot the proposed amendments: Project Management Contract: • Shiels Obtetz Johnsen: Increase in fee for projectnnmnagamen\servioesbv$492.898 as a result of the increase from the original to the modified budget for the entire Public Safety Plan. Architects Contracts: • Weinstein A+U:Increase infees for architecture and engineering services by $3B5.537a8aresult ofthe increase from the original to the modified budget for two fire stations. * DLR Group: Increase in fees for architecture and engineering services by $953.830 as a result of the increase from the original to the modified budget for the GCCM Contracts: • Lydig Construction: Removes Fire Station 54 from the contract and modified contract Ianguage to better reflect mutually -intended intent. • BNBuilders: Modified contract Ianguage to better refiect mutuaHy-intended intent. � � INFORMATIONAL MEMO Page 2 All of the contract amendments were reviewed and approved by the Council's Project Management Quality Assurance consultant. RECOMMENDATION The Public Safety Committee is asked to approve all of the contract amendments. The staff asks that the contract amendment be moved to the July 23, 2018 Committee of the Whole meeting for approval and forward to the August 6 Regular Meeting. ATTACHMENTS Shiels Obletz Johnsen Contract Amendment No. 1 Weinstein A+U Contract Amendment No. 1 DLR Group Contract Amendment No. 1 Lydig Construction Contract Amendment No. 1 BNBuilders Contract Amendment No. 1 10 Wa2018 Info Memos\Modified PSP Contracts Update Memo.doc City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Agreement Number16-179 CONTRACT FOR SERVICES Amendment # 1 Between the City of Tukwila and Shiels Obletz Johnsen, Inc. That portion of Contract No. 16-179 between the City of Tukwila and Shiels Obletz Johnsen, Inc. is hereby amended as follows: 1. Project Desiqnation: The Consultant is retained by the City to perform Property Management Services in connection with the project titled Public Safety Plan. 2. Scope of Services: The Consultant agrees 10 perform the services, identified on Exhibits "A" attached hereto, including the provision of all |abor, rno18ha|S, equipment and supplies related to completion of the revised and updated program scope and budget. 3. Duration of Aqreement; Time of Performarice This Agreement shall be in full force and effect for a period commencing upon execution and ending March 31, 2021, 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 perfoml alt services and provide alt work product required pursuant to this Agreement no later than March 31, 2021, unless an extension of such time is granted in writing by the City. All other provisions of the contract shall remain in full force and effect. Dated this CITY OF TUKWILA CONTRACTOR Allan Ekberg, Mayor Printed Name: Ken Johnsen, President ATTEST/AUTHENTICATED APPROVED AS TO FORM Christy O'Flaherty, MMC, City Clerk Office of the City Attorney CA Revised 1kt:ember 20 I Page 1 of 1 12 to 0 I - MB F, s "a rmr n04 PPM, 6n In( unr ce 0e: Qual i solo,lew,gn. _ 3ac In un Ae ld 4a 0t0 SJ00g letawn 00 nO de 6n un Oe ddc 0, ae� Ent In( 500 500 500 500 500 500 500 500 500 500 500 500 13 14 FIRST AMENDMENT TO CONSULTANT AGREEMENT FOR ARCHITECTURAL DESIGN AND PLANNING SERVICES FOR T0KVVILA FIRE STATIONS 51, 52, AND 54 PROJECT This First Amendment (the "First , effective as of , 2018 (the "Effective Quc~), is entered into by and between CITY OF TUKWILA, WASHINGTON ("City"), and WEINSTEIN AU, LLC ("Architect"). This First Amendment is an addition to and modifies the Consultant Agreement for Architectural Design and Planning Services between the parties dated April 19. 2017 (the "Agreement"). This First Amendment incorporates the contractual obligations outlined in the Agreement. and modifies the Agreement as stated below. Unless defined differently herein, all capitalized terms in this First Amendment have the sarne meaning as in the Agreement. Now for and in consideration of' the mutual promises contained herein and other good and valuable consideration, the receipt of whicli is hereby acknowledged, the parties agree as follows: |. Deletion of Fire Station 54. The City is not pursuing thc design and construction of Fire Station 54 through the Agreement. Accordingly, all references to Fire Station 54 in the Agreement are deleted, and Architect will render no further services, and the City shall make no further payments, for Fire Station 54. The scheduling of services for Fire Stations 51 and 52 shall remain as described in Exhibit A, Section A.14. except that only Fire Station 52 will follow the conipletion of the Design Phase of' Fire Station 51 ( , the DcxiAnand(iuzstruat;^""+r�'~ Station 52 will no longer proceed simultaneously with Fire Station 54). 2. Compensation. Architect's compensation for the Project shall be increased by a net total of Three Hundred Ninety -Five Thousand Five Hundred Thirty -Seven Dollars ($395,537). Accordingly, Architect's total compensation for the Project will not exceed Two Million Four Hundred Eighty -Five Thousand Two Hundred Fifty -Four Dollars ($2,405,%54)` as further described in the A/E Fee Reconciliation Summary dated July 9" 2018, which is attached as Exhibit A and incorporated by this reference. All provisions of the Agreement referring to Architect's compensation, including Exhibit Q Article 11, shall be revised accordingly. The Table of Fees on Page 5 of the Agreement shall be revised to read: FS 51 Design and Construction $032/443 ES 52 Dcsign and Construction $1,166'546 Subtotal $2,098,989 Additional Services. both stations (\80}- $148,051 ||./\S|3) Subtotal $148,051 Programming Phase (oompleted) $155.110 Site Selection (completed) $83,109 Subtotal $238,225 Total Fee /xEll ro44zDOC /m57zou00o v| 1 $2,405,Z±4 3. All other terms and conditions of the Agreement remain unchanged and are hereby ratified and confirmed. IN WITNESS WHEREOF, the Parties have executed this First Amendment as shown below. CITY OF TUKWILA WEINSTEIN AU, LLC Allan Ekbe, Mayor By: Printed Name: Title: Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney ALT1755447 DOC.1105720 0000011 ; 2 16 Exhibit A Please see the attached A/E Reconciliation Summary, dated Jufv 9. 2018 ',All -1755417 DOC. 1,'0572(1 000001/ 17 TUKWILA FIRE STATIONS Additional Services Summary 7/9/18 AS01 City Council Presentations WAU $3,825 Relmoursables $77 TOTAL $3,902 AS02 Sustainability Memo WAU $3,675 TCA $825 O'Brien 54,203 Swift $300 Mark-up $533 Reimbursables 574 TOTAL $9,609 A503 Additional Meetings WAU $11,781 TCA $3,218 Swift $1,238 Feature Graphics $950 Mark-up 1541 Reimbursabies 1236 TOTAL $17,962 ASO4 Cost Review Support WAU 5843 TCA 5 2, 640 Mark-up 5264 Reimbursabies 517 TOTAL $3,763 AS05 JC Massing + Site WAU 54,750 Reimbursables $95 TOTAL $4,845 AS06 JC City Hall Test Fit WAU 54,500 Reimbursables $90 TOTAL $4,590 AS07 Preliminary Site Vetting WAU 55,375 LPD 1600 Mark-up 560 Reimbursabies 5108 TOTAL 56,143 AS08 GC/CM Coordination WAU $33,555 Greenbusch $2,640 Travis Fitzmaurice $825 Robinson 54,530 Mark-up 5800 Reimbursables $671 TOTAL $43,021 AS09 Preliminary Signalization WAU $0 WHPacific 54,735 Mark-up 5473 TOTAL $5,208 ASLO FS54 Legacy Trees WAU 50 SWIFT 11,800 Mark-up 1180 TOTAL 51,980 AS11 Add'l Civil Site Support WAU 50 LPD 16,470 Mark-up 5647 TOTAL $7,117 AS13 Southcenter Pkwy Redesign WAU 13,300 WHPacific 133,282 Mark-up 13,328 TOTAL 539,911 18 W einetein A+U FS51 Fee Calculation BASIC FEE CALCULATION July4, 2018 gasoline Building Area Srte Area Project (MCC) per SO Es 0ete At Base Service Per WA state Foe Schedule 2015 - Type '8" Assumes a 15 Month Co, struction Period Percent Fee Total Base Fee by Phase BASIC SERVICES (Scepe pat state Fee Schedule Ottktelineaj Description Arcniteceual Consonant Bedgels Structural Speceloahons Mechameal, Plumbing $ En, Pro;ec6or- Elecincal, Fre Alarm end 1 ignIwg 0114 (844,0 Scope) BASIC PHASE SUBTOTALS Firm Weinstein Alb 11.933 SF el -65.000 SF 55,980.138 861% Total Fee Summ Tukwila Fire Stations Fee Proposal 32,43 18% 25% 26% 2% 592.680 5128,722 5133871 510.298 5139020 510.298 27% Total Basle Fee = 5547,230 Total Extra Services 5365,131 Total Reimbursable Allow 520,072 2% Schematic Design ConsUuctlon Baling♦ Contract Close OrA. Design Development Documents Negotiation Administration 80.641 4,633 73,504 5,050 100% 551:,090 TOTAL. 0283039 Swenson Say Faret Axl Greenbusch Tran :$ Fit/maurice LPO TAL Mee t0llowtng page for detail) 16,718 1.286 17,351 1,285 15,834 `250 5,643 833 22.732 , 749 23,606 1.749 16;180 ' 760 '' 7,010 1.260 1,566 120 1,620 120 133,871 10,298 139,020 10,298 567697 $34 500 592872 563 000 86622 5547,230 REJMBURSABLES ALLOWANCE 518 7,17 Reimbursable allowance $ Fixed -ee (27, of Total Fee) WAU SUBTOTAL W/WAU Multiplier 70% --. 1rarireefct,mate)UL'(l9-. 0s $20,072 a l'1ed'. r18,55 19 Weinstein A+U Tukwila Fire Stations Fee Proposal EXTRA SERVICES SUMMARY (Defined by WA State Fee Schedule) ITEM BriefOescrlpthn Schematic Design Construction Bidding* Contract Close Out TOTAL TOTAL Design Development Documents Negotiation Administration SUBJECT Primary Cons nts TO MARK - 1 4 095 ARK-14.095 1.084 14.6.37 1 .084 554.211 $54,211 656.284 556284 522,700 $22.701) 514,264 5'4 264 Specialty Consultant - Civil Engmcering 2 Specially Consultant - Lanoscape 3 Specially Consultant- Delailed Cas; Es4rnang 4 Specially Consulttant- Fi is Stolon Specialist Aro-r 5 Eleclrrcal Extra Sendce5 Paging and Alerting Systems LPD Surf, Company Teo Robinson Gorman} t TCA Architecture Travis 61tzmar,rico 6 Arcnriecf rat Extra Serv:cas Basic Istorio' Design WAU Complex Budding CA WAU Coordination and Documentation of Bid Alternates WAU Envelope consultant coordrnahon WAU Extra Meetings WAU Swift Company 19,765 1,654 4,389 14.016 1,916 3.201 2.730 710 2.835 210 8200 5000 3.000 5.000 0 GCICM Coominaton Civil LPD 6.700 Landscape Swift Company 3,743 Architectural WAU 5,000 Structural S56 1,000 ElecSical Trawl F.Izmacrice 2 500 Mecnan teat Greonbusch 3.360 Fire Station Specialist TCA 1 650 Cost Esu staling Tl -e Robinson Company 11 Speciany Consultant - Geotechnical Engineenng Had Crowser WAU FXIRA SFR 0137 70742. EXTRA SERVICE PHASE 50870701 SUBTOTAL APDL lCAB10 TO MULTIPLIER WAU roue &m150,°, SUBTOTAL wl WAU Multiplier 10% 1001)00 610.50 523,4)0) 5100400 $5 000 03.000 55.000 55 56.700 03.743 05.000 51,000 02,500 03.360 $1.650 50 525480 010 5001 0 06,700 53,743 51,000 52.500 $3.360 01.655 50 526.480 5141.400 41,076 50.207 86.132 2.348 134.779 3,'lO 0344 782 0221 332 520339 175Ma rrc:pn;ra tf eet,aprnae>JL>l8, vi5 2 01 2 20 1 5365,1311 Primed: Weinstein AtU FS52 Fee Calculation BASIC FEE CALCULATION Baseline Building Arca, SF Sae Area Protect (MACC) per SO Estimate 7VE Base Service Per WA State Fee Schedule 2015 Type B" July 9. 2018 Assumes a 15 Month Constructed Period Percent Fee Total Base Fee o Phase BASIC SERVICES (Scope per Sta Description Architectural Cons,Ilant Budgets Structural Specifications Mechancal, Plumbing & ret Protector, Elect, cal, Fire Alarm and L.rgnting Civil (Basic Scope) di Farm Weinstein AlU a S' Total Foe. Summa 1,, 60 000 SF 58.547,8727 8.22°- 18% 25% Tukwila Fire Stations Fee Proposal 51,168,546 Total Basis Fee = 5702,635 Total Extra Services = 5438.799 Total Reimbursable Aloe. 525,112 26% 2•J. 27% 2% 5126.474 5175.659 S182.655 514,053 5789.711 514,053 Schomatis Design Construcfon B Idding• Contract Design Development Negotiation Admitlistralbtr Cbse Out 74 062 104.114 108.278 8,329 112,443 8,329 100% 9701835 TOTAL 9416.455 BASIC PHASE SUBTOTALS Swenson Say Paget 15 385 21,370 22,225 11,7'0 23.000 '.710 Mt 1406 6,953 2.969 234 7,094 156 Groenbusch 21.501 29,862 31,056 2,389 32.251 2.389 Trans F,V.maunce 11,100 16.250 18,900 1.300 17550 1.300 LPD 1,515 2,110 2.194 169 2279 169 126,473 175,659 183,622 14,131 188,697 14,053 585,480 57,5'2 965.000 98,440 5702,625 EXTRA SERVICES SUBTOTAL (See following page for det811) 5438,799 Reimbursable allowance -Fixed Fee (2% of Total Feel WAU SUBTOTAL WI WAU Multiplier 101 705 Mehr, rrractse6Esr.,nate1ULrte.sis $22.829 925,112 21 W einstein A+U EXTRA SERVICES SUMMARY (Defined by WA State Fee Schedule) '. REM Brief Description Primary Consultants Schematic Design Construction Bidding ♦ Contract Close Oui Design Developmen Documents Negotiation Administration 1 Specialty Consultant- Civil Engincenng LPD 13< 2 Specialty Consuitan I - Landscape Swift Company 11 542 20,019 22964 1.780 3 Spoualty Consultant - Detailed Cost Esen:aung Phe liobinson Comoanl 10 000 12 200 5p00alty Consultant- Fire Station Specialist Aresitecl TCA Archr•,ecture 339.4 4.714 4,902 377 18 990 9 7 50 1 S' 9 20 509 5' 9 5 Flecincal Extra Services. Paging and Alerting Systems Travis Frtcma,'rice 909 1.250 1,300 6 Ammnia:rturai Extra Services Basic lnlenm Desig r WAU 10.000 10,000 8,000 Complex 9440. y CA WAU 0009 Checklist Coordinaoon and Documentation WAU 5.000 1,000 Envelope consultantcoordinaoon WAU 500 1,000 1,500 Extra Meetings W'00 3.000 3,000 2,000 10 GC/CM Coordination. Civil LPL` Landscape Swat Company Arcnnectural WA11 1.000 5,000 5.000 Structural S59 Electrical Trams Fitzmaance Mechamrai G'cenbuscn Fire Station Speciaf.st TCA Cast Estimating Pre Rubinson Companl 3.350 3.950 17 Specialty Consultant -Geotechnical Engereertrly Hart Crowser 12 Specialty Consultant- Roadway and Signalizalion Design WK Pacific 4.968 TBD TBD WAU EXTRA SERVICE TOTS. EXTRA SERVICE PHASE 009007AI. SUBTOTAL APPLICABLE TO MULTIPLIER WAU 1015 Mull%plier SUBTOTAL w/ WAU Mulkpliar 70 % '35 14a,',0o., trerrttimas,0.Jt 118.43 22 2 *7 2 13796 5 09' 1.8'6 377 100 1,359 100 100 000 Tukwila fire Stations Fee Proposal TOTAL TOTAL SUBJECT TO MARK. 575 960 575,950 572,3 )9 $22.700 016.855 55.000 529000 $100,900 56.000 53.000 58,000 572,379 522,700 518.955 55 700 7035 57,035 0/,035 4.763 $4.763 54.783 11.500 511,000 1.000 51.590 31,500 22.500 52.500 52.500. 6:000 56.000 56000 1650 51,650 31650 7.300 57.300 57.300 826,480! 526.460 54,968! 54,968 5156.000 5413,099 5257.090 525,709 $439,799' Hi10 FIRST AMENDMENT TO CONSULTANT AGREEMENT FOR ARCHITECTURAL DESIGN ANI) PLANNING SERVICES FOR TUKWILA JUSTICE CENTER PROJECT This First Amendment (the "First Amendment"), effective as of , 2018 (the "Effective Date"), is entered into by and between CITY OF TUKWILA, WASHINGTON ("City''). and DLR GROUP, INC. ("Architect"). This First Amendment is an addition to and modifies the Consultant Agreement for Architectural Design and Planning Services between the parties dated , 201 (the "Agreement"). This First Amendment incorporates the contractual obligations outlined in the Agreement, and modifies the Agreement as stated below. Unless defined differently herein, all capitalized terms in this First Amendment have the same meaning as in the Agreement. Now for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt of which is hereby acknowledged, the parties agree as follows: 1. Compensation. Architect's compensation for the Project shall be increased by a net total of Nine Hundred Fifty -Three Thousand Eight Hundred Thirty Dollars (5953.830). Accordingly, Architect's total compensation for the Project will not exceed Three Million Ninety -Nine Thousand Nine Hundred Fourteen Dollars (53,099,14), as further described in the Design Services Proposal — Additional Services #1 dated July 2, 2018, which is attached as Exhibit A and incorporated by this reference. All provisions of the Agreement referring to Architect's compensation, including Exhibit A Article 11, shall be revised accordingly. 2. All other terms and conditions of the Agreement remain unchanged and are hereby ratified and confirmed. IN WITNESS WIIEREOF, the Parties have executed this First Amendment as shown below. CITY OF TUKWILA DLR GROUP, INC. Allan Ekbe g, !Mayor By: Printed Name: Title: Attest/Authenticated: Approved as to Form: City Clerk, Christy O'Flaherty Office of the City Attorney ALT) 755489 DOC:U05720000002/ ; 23 Exhibit A Please see the attached Design Services Proposal — Additional Services #1 dated July 2, 2018 A1'T17554R)F)t)(: 1105721.) 000002., ; 2 24 DLR Group Architecture Engineering Planning Interiors 51 Urr versity Street: Suite 600 Seattle. WA 98101 July 2, 2018 Justine Kim Shiels Obletz Johnsen 101 Yesler Way Suite 606 Seattle, WA 98104 justinek@sojsea.com Project Name: City of Tukwila Justice Center DLR Group Project No.: 73-17158-00 Re: Design Services Proposal — Additional Services #1 Dear Justine: This letter will serve as our proposal for Additional Professional Services for the City of Tukwila Justice Center in Tukwila, WA. The initial scope of services was based on the bond proposal scope of $14.6 million dollars maximum allowable construction cost (MACC) and 45,500 square feet. The MACC provided in the request for proposals equals a cost of $321 /sf. The MACC was used in calculations in the Washington State Fee Schedule matrix to determine the initial design services fee. At the outset of the project, DLR Group provided a cost estimate of regional and national police facilities indicating the assumed cost per square foot in the bond was inadequate for the current construction climate. During program verification, the team worked with City of Tukwila to determine the programs and department needs for this facility. This information was provided to our cost estimator to verify the criteria, and confirmed the facility budget needs to be similar to other facilities' MACC. The costs have also been confirmed with the Schematic Design estimates performed by the GC/CM, BNBuilders, and Roen Associates. The MACC is directly used in the fee proposal matrix in the Washington State Fee Schedule, This additional service indicates the adjustment to the design fees associated with this change in budget. This was anticipated by the design team, and reassessing this fee following the estimate was required for our feasibility. These factors may be addressed in subsequent additional services should they be confirmed in our investigations. These include but are not limited to the following: • Hazardous ground contamination • Soil conditions requiring more intensive structural systems • On-site stormwater detention requirements • Poor soil requirements that require significant cut and fill 25 Justine Kim July 2, 2018 Page 2 The schematic design estimate has indicated costs for building conditions we have evaluated and shall include in the final design. These items include but are not limited to the following: • Building program components for a 47,200 SF facility • Site conditions based on selected site of Tukwila International Boulevard and S 150th Street o Site security (fencing) o Covered parking structure (no structured parking) o Site demolition of buildings and structures on the selected site o Site development of the selected site • 18 month construction schedule from March 2019 through Fall 2020. The total Direct Construction Cost (DCC) for these components is $23,225,308 in lieu of $14.6 million from the bond measure. Inputting this factor into the Washington State Fee Schedule modifies the design services fee as follows: Basic Services per State of Washington Fee Guidelines July 2015 Version on a project scope of $28,121,549 (MACC) Schedule 'A' a) Base A&E fee including interiors $ 2,248,830 Additional Services per State of Washington Fee Guidelines b) [COMPLETE] Space Programming and Pre -Design Service $150,000 c) Interior Furnishings, FF&E, U.S. Communities Program $ 54,000 Design & purchasing schedule only - purchasing and installation by Owner d) Cost Estimating Services (PD, SD, DD phases, CD GC/CM reconciliation) $ 49,250 e) Additional On Site CA Phase Representation $ 69,000 (Basic Services includes Bi -monthly. Addition Services would result in weekly) f) Renderings & Models Included g) Security Electronics Systems and Detention Equipment $ 40,000 h) Participation in commissioning program managed by others $ 40,000 1) Civil Engineering Consultant; on site & off site $120,000 j) Landscape Consultant $100,000 k) GC/CM Coordination $ 40,000 26 Justine Kim July 2,2018 Page 3 I) Acoustical Design $ 35,000 m) As -built record drawings $ 24,000 n) Value analysis $ 24,000 Subtotal Additional Services $ 745,250 o) DLR Group Reimbursable Costs, Design Printing, Mailing. $ 71,409 Note: Expenses will be billed in lump sum billing p} DLR Group Consultant Markup (10%) $ 34,425 Note: DLR Group does not require markup on DLR Group integrated design team Services by Others, not included in DLR Group contract scope unless designated otherwise q) Independent Commissioning program (Owner's consultant) r) LEED Certification fee and documentation (Owner project cost) s) Site Survey (Owner project cost) t) Geotechnical survey, design letter and inspections (Owner project cost) u) Testing and balancing (Owner project cost) v) Hazardous Materials study & abatement (Owner project cost) w) Traffic Consultant (Owner project cost) x) Building Envelope Design (Owner project cost) Revised Total Design Services Previous Total Design Services Total Additional Service 01 Additional Services Scope: The additional service for the City of Tukwila Justice Center project described above and inclusive of all direct labor costs, indirect labor costs, and other direct costs incurred by DLR Group and our consultants, is a lump sum amount of nine hundred fifty three thousand eight hundred thirty dollars ($953,830). The fee is derived based on the current Washington State Guidelines for Determining Architect/ Engineer Fees for Public Works Building Projects. As we proceed through Design Development, additional services may be required for site development noted above once the assumptions are proven relevant to the design. During Predesign, SOJ requested additional scope to the cost estimator's services (Roen Associates) and noted an additional service would be warranted. $3,099,914 $ 2,146,084 $ 953,830 27 Justine Kim July 2, 2018 Page 4 Thank you for the opportunity to provide this proposal for additional services, and we look forward to our continued partnership with City of Tukwila. Sincerely, DLR Group Erica Loynd Senior Associate Encl: Cost Estimate dated 4/27/2018 cc: Erica Loynd Ethan Bernau File 28 Schematic Design Cost Estimate BNBuilders Estimate Adjusted Estimate Existing Building Demolition $ 498,910 $ - Excluded Hazmat (Allowance) $ 500,000 $ - Excluded Justice Center Building $ 17,086,906 $ 17,086,906 Unsuitable Soils (Allowance) $ 500,000 $ - Excluded Contaminated Soils (Allowance) $ 275,000 $ - Excluded Sitework $ 5,666,497 $ 5,666,497 Right-of-Way Improvements $ 471,905 $ 471,905 Direct Construction Cost (DCC} $ 24,999,218 $ 23,225,308 Design/Estimating Contingency $ 2,224,519 $ 2,224,519 Escalation $ 1,931,898 $ 1,931,898 Negotiated Support Services $ 1,762,449 $ - Excluded Trade Package Bonds $ 437,335 $ - Excluded MACC Contingency $ 739,824 $ 739,824 Maximum Allowable Construction Cost (MACC) $ 32,095,243 $ 28,121,549 29 BNB Bfiui l cle rs 7RO:ECT 17197107 :.E'4TE.4 O'NNI:R CI', GF 1.1900 04 ARGNII00' DLR 018006 - 5415,..8.855n9 Detra641, H80.08AT Abatement!Allowance! 2 3_-_t Center Bulli y .. 4 UnsaalaOle soils (Allowance) 5 Unsula81e Sols (Reduct3m1 6 Contaminated Sods (Allowance) R g,oi VVay :nWl overnenis 8 414 0 a 0055 S S8opor1 Sarv+. es i ed5c155, 53.emu Did 1Crea Cons80cnonCo:M I011CC1 F;ega_-4:eo aupp,0 Serves's 7140 Tratle ?x+age 88^os ,Sa¢ Sub Pan i 1,8,00 Co75nge809 i"5'DCC - De5 .666 420 000 Di 500 000 A0 4767,475 63 704 Allowance 059.6917 Ro808, Alloway c;o 4746 500,000 Allowance 5283030 Dvetd'ost Ncne nc,ded 5.820 sl w5C48 JS5 Sec SG5.13 N95 54 321 5sf S 47 700 301 5498,910 500 000 056. 6]4 rr5Rt. me 10 24,527,252 3'25,626 D S'.mmar.es 2 363,962 6rom Ln8 9 191.85 en 4ilcwaole Cons6uc6on Cost 1686007 1 Can6407576 F6e 1?4 91 MACC - B+ 6.58: ;88.0 ene.a Coni liom (SGC} ws. ar MACC Value % 514.6m 07C51 p ,7^.3715 6 Payment 697E 111.3 95919n9+9e9 972,a«es e95055..c0on 9ery ces N7. c No!ed 7 405 From ..me 12 i E 32,245.784 5 16675'6 Dela;; 5u 869.700 From Dr. T oval Contract Costs 7TCC1 014747880718arrr017 PrKe IOMP! 5 pe+ 09F 7 Componx: GS6 30 250,000 From Add A.11,57 18 35,693.103 S i9 310 0/59- 39.592.413 Tc9al wN15ST 45.302 275.000 32 11 55.666.497 8.28 5471 905 Pre -Design Budget Comparision REC01:CILEC ESTIMATE TYPE: 90 ISSUE ()ATE' 412672016 789'0 S 493385 9 73384 S 'j5217 90 9 (K., 330 $ 9 _.. 9,..089 43, 9 I7209.357 '.$ 7.211 P82 S 127451 •`,138164, 5 500000 5 I1 `28.764+ 3409 691 — 5 485.541.. 15225,0001 5 275000 5 (2250001 5 9386 457 $ 4,818 186 ' 9 i 461 8441 5 94:1,905 9 0_91.505 5 391.525.. 5. 1111111111111111111.$ 111111111111111111111111—Th• 545 674; 24,699 218 $ 474.968 1 AN ?LAN 51 022TAIL Vu ?''.AN 2 53% 1$ 24,187.437 9 (734 81511 6711) 150,400) Is 78111 78111 15501 10/7 5 }1:4367 S 18,741 '.3 9:1379 9 {8x3:0641 6 .4981`.- S 13tA,0; 7f 3 1'9:877. 3485 910 5 17;F cx:O S 499,4'251 5_, 13 5477 335 5 '0:25 $ 440,.'23 5 3390 79217,581, 9 189960 9 _.- ;187,4451 S 50130 32.095.243 5 (:50.54111 500% 3 1.604.7821 149-0100; 3 580,891 Adel MACC Vat,., 5 6696,084 1 Included 315-ee 5 Includadw/Fee 5 Ircluded vd8e, '. 5 Owner /8 80 VaWe 9 240,000 1 3 32 388:374 9 142,590 1 i5 793 131 1 13'225571 5 15194191 $ ;48;2027 248.809, $ 560.991 5 ,1 248,8991 5 1111.__ 7 ._.. 5696.084 5 277 664 '. $ -3l 6UA 5 50 3 90 __- 9 (510.000! 9 240,000 39,216,980 9 7776,12311 3,521,8 '.10 0001 I$ 35.586,346 5 1426.75511 177 6127 5 5 820 73 98.738.678 $ 1853,735) 47 200 1,700 742 6767 $ 39122.983 9 (489.431) 47200 1 700 41 349,355 i 34,93: FIRST AMENDMENT TO AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER FOR T0F{WILAFIRE STATIONS 51,52,AND 54 This First Amendment (the ''First Amendment"), effective as of , 2018 (the "Effective Duke'). is entered into by and between CITY OF TUKWILA ["Ovvnur], and LYDIG CONSTRUCTION ("Contractor"). This First Amendment is an addition to and modifies the AIA Document &133-2009 Standard Form of Agreement Between Owner and Construction Manager for the Tukwila Fire Stations 51. 52, and 54. dated , 20 and the AIA Document &201'2007 General Conditions of the Contract for Construction (collectively, the '/\ct,cenncni"). This First Amendment incorporates the contractual obligations outlined in the Agreement, and modifies the Agreement as stated below. Unless defined differently herein. all capitalized terms in this First Amendnient have the same meaning as in the Agreement. Now for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt of which is hereby acknowledged, the parties agree as follows: 1. Deletion of Fire Station 54 from the Project. Thc Project, as defined in AIA Document &|33and inSection l.i.4ofAIA Document &20| is revised to exclude any work related to Fire Station 54. For the sake of clarity» this means Fire Station 54 will no longer be part of the Project and \hc Contractor will provide no Work for Fire Station 54. 2. A133, Section 2.3.11.2. Section 2.3.11.2 of AIA Document A133 is modified as shown below, with the deleted language in1cdiuea1cd and the additional language § 2.3.11.2 Any dclky in thc schcduled date for Physicul Complction and Final Completion. and service toequipment placed in use at Substantial Comp -lotion. and n/iU inV:pA*e-*4th the ability of the Owner to close its project office and rmorsi� thc Owner to incur unwarranted expensc. The parties recognize that the cost to Owner of any such delay to Substantial Completion or Physical Completion is difficult to determine, and therefore, the parties have negotiated and agreed that in the event that Construction Manager does not achieve Substantiat Completion or Physical Cornpletion or Final Conop|etinnofuny phasc the Project of any Fi,c Station (as defined in A201 .1.1.4) by the dates specified in the Guaranteed Maximum Price Amendment, the Owner shall have the right ioelect among the following remedies: 1) continue to allow the Construction Manager to work toward Substantial Completion or Physical Completion and Final Completion, provided that for each day or delay, Construction Manager shall pay to the Owner as liquidated daniages, the sum ofS2,00Uper day until Owner dctermines that the relevant cornp!etion has occurred; and 2) terniinate this Agreement damages. The liquidated damages sum shall opp\vsupuratc|y0ocuch Fire Station pliase so that if, for example. both Fire Station 51 and Fire Station 52 two phases are delayed. the liquidated damages would be $4,000 per day for each day both Fire Stations phases are delayed. The parties agree that the liquidated darnages amount is a reasonable estimate of actual damages and not a penalty. arr/753794 v| 3. A20I, Section 3.9. Section 3.9 of AIA Document A201 and its subparts are modified as shown below, with the additional language underlined: § 3.9 SUPERINTENDENT AND PROJECT MANAGER § 3.9.1 The Contractor shall employ a competent superintendent and project manager and necessary assistants who shall be in attendance at the Project site during performance of the Work. The superintendent and project manager shall represent the Contractor, and communications given to the superintendent or project manager shall be as binding as if given to the Contractor. As provided in the Agreement, Contractor's superintendent and project manager shall be identified in the Guaranteed Maximum Price Amendment. Contractor shall not substitute the superintendent or project manager without the consent of the Owner for such substitution as provided in the Agreement. § 3.9.2 The Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner through the Architect the name and qualifications of a proposed superintendent and project manager. The Architect may reply within 14 days to the Contractor in writing stating (1) whether the Owner or the Architect has reasonable objection to the proposed superintendent orproject manager or (2) that the Architect requires additional time to review. Failure of the Architect to reply within the 14 day period shall constitute notice of no reasonable objection. § 3.9.3 The Contractor shall not employ a proposed superintendent or project manager to whom the Owner or Architect has made reasonable and timely objection. The Contractor shall not change the superintendent or project manager without the Owner's consent, which shall not unreasonably be withheld or delayed. 4. A201, Section 6.1.3. Section 6.1.3 of AIA Document A201 is modified as shown below, with the deleted language interlineated (interlineated) and the additional language underlined: § 6.1.3 "1'he Contractor shall be responsible for coordinating, receiving delivery, and installing all Owner pre -purchased items as if the Contractor were the original purchaser where such items have been identified in the Contract Documents. 5. A201. Section 11.3.7 Waivers of Subrogation. Section 11.3.7 of AIA Document A201 is modified as shown below, with the deleted language interlineated (interlineated) and the additional language underlined the additional language underlined: § 11.3.7 WAIVERS OF SUBROGATION The Owner and Contractor waive all rights against (1) each other and any of their subcontractors, sub -subcontractors. agents and employees, each of the other, and (2) the Architect, Architect's consultants. separate contractors described in Article 6, if any, and any of their subcontractors, sub -subcontractors, agents and employees, for damages caused by fire or other causes of loss to the extent of actual recovery of any insurance proceeds under any property insurance obtained pursuant to this Section 1 1.3 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner in good faith. The Owner or Contractor, as appropriate, AL F1753794 Doc ;3i05720.0000011 32 shall require o[the Architect, Architect's consultants, separate contractors described in Article d,i[any, and the subcontractors, sub' ubconkuoknn_wgcnisundcnup{oyccxo[ony of them, by appropriate agreements, written where legally required for validity, similar waivers each in f'avor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in the property damaged. 6. All other terms and conditions of the Agreement remain unchanged and are hereby ratified and confirmed. IN WITNESS WI. EK5DF, the Parties have executed this First Amendment as of the dates shown below. CITY OF TUKWILA LYDIG CONSTRUCTION OWNER CONSTRUCTION MANAGER (Printed name and title) mmnonal tide) 34 FIRST AMENDMENT TO AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER FOR TUKWILA JUSTICE CENTER This First Amendment (the "First Amendment"), effective as of , 2018 (the "Effective Date"), is entered into by and between CITY OF TUKWILA ('`Owner"), and BNBUILDERS, INC. ("Contractor"). This First Amendment is an addition to and modifies the AIA Document A133-2009 Standard Form of Agreement Between Owner and Construction Manager for the Tukwila Justice Center, dated , 20_, and the A1A Document A201- 2007 General Conditions of the Contract for Construction (collectively, the "Agreement"). This First Amendment incorporates the contractual obligations outlined in the Agreement, and modifies the Agreement as stated below. Unless defined differently herein, all capitalized terms in this First Amendment have the same meaning as in the Agreement. Now for and in consideration of the mutual promises contained herein and other good and valuable consideration, the receipt of which is hereby acknowledged, the parties agree as follows: 1. A133, Section 2.3.1 1.2. Section 2.3.11.2 of AIA Document A133 is modified as shown below, with the deleted language interlineated (interlineated) and the additional language underlined: § 2.3.11.2 of the Project ill make it difficult and unwieldy for tl the Owner to incur unwarranted expense. The parties recognize that the cost to Owner of any such delay to Substantial Completion or Physical Completion is difficult to determine, and therefore, the parties have negotiated and agreed that in the event that Construction Manager does not achieve Substantial Completion or Physical Completion or Final Completion of any phase the Project by the dates specified in the Guaranteed Maximum Price Amendment, the Owner shall have the right to elect among the following remedies: 1) continue to allow the Construction Manager to work toward Substantial Completion or Physical Completion : " - •. provided that for each day of delay. Construction Manager shall pay to the Owner as liquidated damages, the sum of $2,000 per day until Owner determines that the relevant completion has occurred; and 2) terminate this Agreement and bring action, including without limitation for breach of contract seeking actual damages. The liquidated damages sum shall apply separately to The parties agree that the liquidated damages amount is a reasonable estimate of actual damages and not a penalty. 2. A20I. Section 3.9. Section 3.9 of AIA Document A201 and its subparts are modified as shown below, with the additional language underlined: § 3.9 SUPERINTENDENT AND PROJECT MANAGER § 3.9.1 The Contractor shall employ a competent superintendent and project manager and necessary assistants who shall be in attendance at the Project site during performance of the Work. The superintendent and project manager shall represent the Contractor. and ArT1754853 DOC. I/O 770 0000021 ; I 35 communications given to the superintendent orproject manager shall be as binding as if given to the Contractor. As provided in the Agreement. Contractor's superintendent and project manager shall be identified in the Guaranteed Maximum Price Amendment. Contractor shall not substitute the superintendent or project manager without the consent of the Owner for such substitution as provided in the Agreement. § 3.9.2 The Contractor, as soon as practicable after award of the Contract, shall furnish in writing to the Owner through the Architect the name and qualifications of a proposed superintendent and project manager. The Architect may reply within 14 days to the Contractor in writing stating (1) whether the Owner or the Architect has reasonable objection to the proposed superintendent or project manager or (2) that the Architect requires additional time to review. Failure of the Architect to reply within the 14 day period shall constitute notice of no reasonable objection. § 3.9.3 The Contractor shall not employ a proposed superintendent or project manager to whom the Owner or Architect has made reasonable and timely objection. The Contractor shall not change the superintendent or project manager without the Owner's consent, which shall not unreasonably be withheld or delayed. 3. A201, Section 6.1.3. Section 6.1.3 of AEA Document A201 is modified as shown below, with the deleted language intcrlineated (interlineated) and the additional language underlined: § 6.1.3 The Contractor shall be responsible for coordinating, receiving delivery. and installing all Owner pre -purchased items as if the Contractor were the original purchaser where such items have been identified in the Contract Documents. 4. A201. Section 11.3.7 Waivers of Subrogation. Section 11.3.7 of AEA Document A201 is modified as shown below, with the deleted Language interlineated (interlineated) and the additional language underlined the additional language underlined: § 11.3.7 WAIVERS OF SUBROGATION if permitted -by the Owner's -and Contractor's insurance companies, without penalties, the The Owner and Contractor waive all rights against (1) each other and any of their subcontractors, sub -subcontractors, agents and employees, each of the other, and (2) the Architect, Architect's consultants, separate contractors described in Article 6, if any, and any of their subcontractors, sub -subcontractors, agents and employees, for damages caused by fire or other causes of loss to the extent of actual recovery of any insurance proceeds under any property insurance obtained pursuant to this Section 1 1.3 or other property insurance applicable to the Work, except such rights as they have to proceeds of such insurance held by the Owner in good faith. The Owner or Contractor, as appropriate, shall require of the Architect, Architect's consultants, separate contractors described in Article 6, if any, and the subcontractors, sub -subcontractors, agents and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or indirectly, and whether or not the person or entity had an insurable interest in ;AFT1754853 1) 36 C. I /05720 000002! the property damaged. 5. AH other terms and conditions of the Agreement remain unchanged and are hereby ratified and confirmed. IN WITNESS WHEREOF, the Parties have executed this First Amendment as of the dates shown below. CITY OF TUKWILA BNBUILDERS, INC. OWNER (Signature) CONSTRUCTION MANAGER (Signature) (Printed name and iitle) (Printed name and title) Arir1754853 IX)C1/05720.000002! ; 3 37 38