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