Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
PS 2018-02-05 COMPLETE AGENDA PACKET
City of Tukwila Public Safety Committee O Kathy Hougardy, Chair 0 Dennis Robertson 0 Thomas McLeod AGENDA MONDAY, FEBRUARY 5, 2018 — 5:30 PM HAZELNUT CONFERENCE ROOM (At east entrance of City Hall) Distribution: K. Hougardy D. Robertson T. McLeod V. Seal Mayor Ekberg D. Cline C. O'Flaherty L. Humphrey Item Recommended Action Page 1. PRESENTATION(S) 2. BUSINESS AGENDA a. Fire Station 51 schematic design. a. Forward to 2/12 C.O.W. for Pg.1 Rachel Bianchi, Communications and Government Relations consensus. Manager b. A contract for a Public Safety Plan building envelope b. Forward to 2/12 C.O.W. Pg.13 consultant. and 2/20 Regular Mtg. Rachel Bianchi, Communications and Government Relations Manager c. Fire Department apparatus purchase. c. Forward to 2/12 C.O.W. Pg.35 Chris Flores, Assistant Fire Chief and 2/20 Consent Agenda. 3. ANNOUNCEMENTS 4. MISCELLANEOUS Next Scheduled Meeting: Tuesday, February 20, 2018 SThe City of Tukwila strives to accommodate individuals with disabilities. Please contact the City Clerk's Office at 206-433-1800 (TukwilaCityClerk(@TukwilaWA.gov) for assistance. City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Public Safety Committee FROM: Rachel Bianchi CC: Mayor Ekberg DATE: January 30, 2018 SUBJECT: Fire Station 51 Schematic Design and Updated Fire Station Budget ISSUE The City has completed Schematic Design on Fire Station 51, As the Councirs Program Management Quality Assurance (PMQA) Consultant has indicated, the end of Schematic Design provides the owner with the first "real" budget number for the project. Even with value engineering, rejecting some program elements and critically reviewing the schematic design, costs for the fire station projects have increased since the last budget was shared with the Council in May of 2016. However, staff continues to recommend moving forward to the next stage, design development. BACKGROUND After the passage of the voter -approved Public Safety Bond in November of 2016, the City initiated the fire stations projects. Because the site for Fire Station 51 was previously determined, the City began design on this station immediately while doing the necessary analysis to determine potential locations for the other two stations, 52 and 54. The fire stations have gone through the programming stage to determine the critical needs of the building, necessary adjacencies and equipment to be housed in the facility. At the end of the programming phase, an updated budget was shared with the Council that estimated an $8.4 million gap between the Public Safety Bond and what was thought to be the overall budget for all three fire stations. After programming, Lydig Construction was brought on board to serve as the project's General Contractor/Construction Manager (GC/CM). Having a GC/CM early on allows the project team to have well-informed, real-time access to project estimators, updated costs of materials and a better overall understanding of the costs associated with construction. Additionally, now that sites for the other two stations have been determined, the City has much-needed information including budget impacts associated with site conditions. During the schematic design phase some of the programming square footage for Fire Station 5 grew, making the building approximately 1,500 square feet larger than contemplated in the programming phase. There are three key reasons for this growth in square footage: Both apparatus bays able to accommodate the ladder truck while only one bay is needed to be large enough to accommodate the ladder truck, the geometry of the building makes it more functional to have both bays the same length. There would be minimal financial savings from shortening one of the bays, which would create more corners, which are costly. Planning for future growth — one of the key design principles of this effort was to plan the station in a way that could be expanded in the future, which is accomplished by identifying where the third bay and additional bunks and restrooms would be constructed, However, this also meant future -proofing some of the other spaces, such as gear storage, etc. for future growth as their locations in the building would not allow for future growth. 1 2 INFORMATIONAL MEMO Page 2 • inclusion of air locks — another key principle of the design effort was to prioritize firefighter safety throughout the building and focusing on clearly separating the "hot, or contaminated" and "cold, or uncontaminated" areas of the building. This was accomplished in schematic design with air locks that go between the living quarters and apparatus bays, but they also required additional square footage not included in the programming effort. With schematic design complete, two separate cost estimating efforts for Fire Station 51 occurred, one under the direction of the City's architects at Weinstein A+U and one through Lydig Construction. This is standard practice to arrive at a final cost estimate for schematic design and the two estimates are reconciled to the satisfaction of all parties. The estimators then took the costs identified for Fire Station 51 and applied them to Fire Stations 52 and 54, based on square footage, as well as what is known about the specific sites. Market conditions cost escalation was also included for Fire Stations 52 and 54. Both Fire Stations 52 and 54 sites have potentially challenging site conditions and therefore the budget is carrying higher development costs for those sites than for Fire Station 51. The initial cost estimate for all three fire stations came in at more than $20.4 million above the budget identified in the Public Safety Bond. The program management consultant, design team and GC/CM initiated a value engineering effort to reduce costs and found an additional $400,000 in savings on the Fire Station 51 projecti It is expected that when Fire Stations 52 and 54 get to the end of their schematic design phases there would be additional value engineering efforts associated with both of those buildings. In addition, the design team looked at what a minimal station design (with the smallest footprint possible, with the current program elements) would look like for Fire Station 51 and what the potential cost savings would be should the City chose to scale down accordingly. However, the minimal station design saved less than $500,000 in construction costs and included two detrimental flaws: • No ability to expand the building, conflicting with one of the major design principles of the overall program • Unacceptable operational deficiencies, including a lack of area for firefighters to drill on the site Because of the relatively small savings associated with the minimal station design and the significant unacceptable tradeoffs, the entire project team endorses moving forward to design development with the original design of Fire Station 51. This original design does not include some of the alternates identified early on, such as the roof extension for the future build out, on- site fueling or the additional parking spaces. The City chose to use the GC/CM method of delivery because it provides us with better certainty throughout the project i Lydig has a strong track record of accurate schematic design estimates, historically coming in at one to three percent of the final construction budget. Had the City gone the traditional design bid build method, the budget realities would not surface until construction bids were in, leaving the City with little time to determine a course of action moving forward. The entire project team understands the gravity of the $20.4 million gap between what was in the voter -approved Public Safety Bond and the current cost estimates for the three fire stations. It is also understood that this does not reflect the gap in the other equally important Public Safety Plan projects and that difficult decisions will need to be made. The City Council Finance Committee is analyzing alternatives to closing the Public Safety Plan funding gap and will be 01:2018 Info Memos F Dschematic. doc INFORMATIONAL MEMO Page 3 providing recommendations to the full Council for deliberation and determination later this spring. RECOMMENDATION Staff is seeking committee approval to forward this issue to the February 12, 2018 Committee of the Whole meeting for consensus that the City continue into the Design Development phase for Fire Station 51. Despite the budget challenges, the need for modern, safe fire stations remains very real, for the broader community and for the fire fighters that work in these facilities. Staff recommends moving forward with Fire Station 51 while the Finance Committee continues its work to identify strategies for closing the financial gap on the Public Safety Plan. The Council will continue to have multiple decision points in the future that provide "off ramps" if so desired. ATTACHMENT - Fire Station 51 design -Fire Station 51 site plan - Updated fire station budget -Public Safety Plan schedule W:2018 Info MemosIFDschernatic.doc 3 4 7-0 3/4" 20'-71 /4" LINE OF ROOF ABV LINE OF F ENCLOSURE 11 1/4' 165'-8 3/4" OVERALL M 0 M 16-11 1/2" ALTERNATE 6 44'-91 /2" (1) BOLLAR 14'-1 1/2" 5'-9" 14'-1 1/2" BRACEFRAME-i 33 ACK STOR BY OWNER oFD STOR 138 HOSE RACK (F010) 1 CASCADE FILL STATION (FOIC) CORRIDOR 135 O m SCBA 137 GBOARD ON WALL FOR SCBA PARTS 1 1 WORK SHOP BENC 134 U EMS 132 CORRIDOR 131 0 —BATTERY CHARGING BATSTTT ��V SPRINKLER MECH 133 BRACE FRAME 1 o_ oFD c 1 0 i� ARCHITECTURAL SCREEN L 1 00/ ALTERNATE 1: SEE PRICING ALTS FOR DESCRIPTION OF BASE BID 0-1 Weinstein A+U .♦ — — — 0 TRENCH DRAIN ►i- SEE MECH PROVIDE STR PING AT APP BAY. LINE LOC IONS TO BE MARKED 0 SITE W/ TFD 111 r❑ I BRACE FRAME, TYP_; SEE STRUCT 1 DECON 126 FD 0 AIRLOCK DECON oFD WASH 124 WC U 125 oFD n� COMM 127 1 41 GEAR WASH 128 IANGING BAR EXTRACTOR TDQJ ALL -MTD BUNKER GEAR LOCKERS GEAR STOR 129 oF'D MOVABLE BUNKER GEAR LOCKERS °FD OPEN MTL SHELVING STATION OFFICE 107 ♦♦ .. BOOT WASH AIRLO 123 RECEIV 122 STOR r -RACK F010 SHA N/IJA oFD 117 W IIS D SII FUTUREII o ATH F 115 leo ADA BATH PFD 113 BATH 111 MAP WALL— 103'-11 1/2" BUNK 121 121A BUNK 120 120A SHIFT LOCKERS, TYP. CORRIDOR 119 118A 116A 114A 112A RECESSED WALK -OFF MAT BUILT -I rf DESK, BUNK 116 BUNK 114 CAP BUNK 112 ALTERNATE 2: SEE PRICING ALTS FOR DESCRIPTION OF BASE BID ALTERNATE 7: SEE PRICING ALTS FOR DESCRIPTION OF DEDUCTIVE ALT FUEL TERMINAL BUILDING PLAN: SD SCHEME 1/8" = 1'-0" REMOTE FUEL DISPENSING STATION (4) BOLLARDS TYP 8'-0" TALL CMU ENCLOSURE 11 1/4" 1 1 1 1 1 1 1 • - - 4 COURTYARD (OPEN TO ABOVE) LINE OF OVERHANG ABV co co BBQ CORRIDOR 103 FULL HTf BUILT-IN STOR BUILT-IN DESK ALTSALT.1 F �m-�-'--A #1111". Aag WALL -MTD MIRROR PHYS TRAIN 106 WATER BOTTLE FILL STATION DW 108 WHITE BOARD— GREAT ROOM 104 4 SHIFT LOCKERS�U UNDERCOUNTER __ ALTERNATE 6 & 11 0 D D D LINE OF OVERHANG ABV FUTURE DETOX p I PLUMBED INDIVIDUAL FOOD_ COFFEE BAR LOCKERS, 4 HIGH _=0= TV, F010 J ELEC 105 GAS METER TRANS FORMER ALTS NATE 7: SEE PRICING ALTS FOR —DESCRIPTION OF DEDUCTIVE ALTERNATE o o (7) REMOVABLE BOLLARDS W/ 4"D FOR VEHICLE IMPACT ` .o PROTECTION PER IFC 2015 SEC 312 ARCHITECTURAL SCREEN W/ ELECTRIC SECURITY GATE 0 1T-5 ALTERNATE 9: SEE PRICING ALTS FOR DESCRIPTION OF ADDITIVE ALTERNATE Tukwila Fire Station 51 1 100% Schematic Design 1 12/6/2017 6 230'-3 3/4" 8'H SECURITY FENCE TYP AT NORTH, WEST & SOUTH SIDES Ank Ad& Alk link 42"W LOCKABLE ATE ALTERNATE 7: SEE PRICING ALTS FOR DESCRIPTION OF DEDUCTIVE ALT ATE 2: SEE PRICING ALTS SCRIPTION OF BASE BID EXTERIOR COVERED STORAGE (UNCONDITIONED) EXTERIOR COVERED STORAGE (UNCONDITIONED) i ALTERNATE 7: SEE PRICING ALTS FOR DESCRIPTION OF DEDUCTIVE ALTERNATE ORT SPACE; CONDITIONEI CH PLATFORI 2 -STORIES) APPARATUS BAY (DOUBLE -HEIGHT) LIVING QUARTERS & SUPPORT SPACES (SINGLE -STORY) ALTERNATE 9: SEE PRICING ALTS FOR DESCRIPTION OF ADDITIVE ALTERNATE '-0" SIDE YARD SETBACK PER 18.41.090B FRONT APRON ADJUSTED ROW SHOWN HATCHED 0'-0" SIDE A PER 18 41.090 ZONE: MUO (MIXED USE OFFICE) WITH TSO (TUKWILA SOUTH OVERLAY DISTRICT) 1 \ ARCHITECTURAL SITE PLAN EG 32.00 SOU1NGENDER PKwy 4T-0„ A002) SCALE: 1/16" = 1'-0" GENERAL NOTES 1 SEE CIVIL PLANS FOR UTILITIES, PAVING & GRADING 2 SEE LANDSCAPE PLANS FOR PLANTINGS & SITE FURNISHINGS PROPERTY LINE EXISTING CONTOURS NEW CONTOURS SECURITY FENCE Rev Date Issue Tukwila Fire Station 51 Project No. 17001 Weinstein A+U Architects + Urban Designers, LLC 2200 Western Ave Seattle, WA 98121 T 206 443 8606 F 206 443 1218 www.weinsteinau.com © 2017 Weinstein A+U - These documents have been prepared specifically for the above named project. They are not suitable for use on other projects or in other locations without the approval and participation of the Architect. PRELIMINARY NOT FOR CONSTRUCTION Issue 100% Schematic Design Date 12/6/2017 Sheet Title ARCHITECTURAL SITE PLAN Sheet A002 ARCHITECTS + URBAN DESIGNERS 8 CITY OF TUKWILA Public Safety Plan Fire Stations - 51, 52, 54 Schematic Design Budget Summary (HIGH) YOE $ (in thousands) Construction Related Costs (incl bond) PM Services (incl other prof svcs) Contingency (incl Construction of, „ 041 „ r '`4 ErtsrliviAllt(s/23/ PC, Project Category F 9,426 sf FS 52 5,068 sf S 54 TOTAL ,287 sf 33,781 sf A/E Services (both design & CA) 635 1,052 626 2,314 763 Land Acquisition 653 862 1,515 Permits/Fees 166 01 164 631 72 Cons ruction (pre -con, const, tax) 6,324 ,547 6,233 22,105 6,744 Construction Related Costs incl bond) 657 1,184 709 2,550 514 PM Services (incl other profsvcs 300 576 05 1,181 2 Contingency (incl Construction & Proj) 749 1,094 65 2,608 252 TOTAL 9,486 ,75 9,665 32,906 1 The main fire station was originally identified as FS51, but has been changed to FS52 in the revised estimate. es = Project Category FS51 11,933 sf nItILr FS 521 15,068 sf FS 54 11933 sf TOTAL 38,934 sf A/E Services (both design & CA) 899 1,244 1,003 3,146 FUNDING GAP 1,595 Land Acquisition 854 854 (661) Permits/Fees 234 353 262 849 390 Construction (pre -con, const, tax) 8,956 12,677 9,935 31,568 16,208 Construction Related Costs (incl bond) 931 1,398 1,039 3,367 1,331 PM Services (incl other prof svcs) 426 687 476 1,589 435 Contingency (incl Construction & Proj) TOTAL 1,062 1,294 12,509 $ 17,652 1,185 14,753 3,541 44,914 Z:\Council Agenda Items\Communications\DoNOTDelete\PSP Funding and Costs - Fite Stations 012218 JK,XLSX, 1.22.18 -HIGH 1,185 20,482 9 10 S 0 J TUKWILA PUBLIC SAFETY PLAN FACILITIES PLAN Project Schedule DECEMBER site selection program/site selection design and permitting bidding and construction move-ulIoccupancy completed • public outreach (A) Architect Contract Approval (6) Contractor Pre -Con Contract COUNCILMEMSER DECISIONS (D) Site Selection (0) Project Budget Changes (C) Contractor Construction Approval (F) Bond Sale #2 (G) GC/CM CPARB Stan Finish %Done 2016 2017 2018 2019 2020 2021 JFMAMJJASONDJFMAMJJASONDJ F M A M J J A S O N D J F M A M J J A S O N D J F M AMJJASONDJFMAMJJASOND CITYISOJ KICK-OFF MTG 101Ds/1e taloses 100% ■ CITY VOTE 11100110 10431/19 100% 1111 BONO SALE 12/01/16 12131/19 190% ■ In PUBLIC OUTREACH • SITE SELECTON 01/01117 12131/21 32% + + JUSTICE CENTER 02/06/17 05/25120 10% Y 1 �4 ..� — — DG �: i 6_4._-4—_ ! 1 — i 1 _ r_ C ..--_....—, .. —,..- _. — a....—.. — � te r STATION 51 02124/17 09127/19 22% I 1 1 1 1 A P 13 1 l C STATION 52 02(20117 00105120 12% I 1 A 1 1 1 — r. I 1b 1 I J G STATION54 02/20/17 00100/20 1296 I 1 A 1 I 1 1 1 P C CITY SHOPS 02/20/17 04100/21 s% 1 1 I 1 r A. 1 1 1 1 G site selection program/site selection design and permitting bidding and construction move-ulIoccupancy completed • public outreach (A) Architect Contract Approval (6) Contractor Pre -Con Contract COUNCILMEMSER DECISIONS (D) Site Selection (0) Project Budget Changes (C) Contractor Construction Approval (F) Bond Sale #2 (G) GC/CM CPARB 12 City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM TO: Public Safety Committee FROM: Rachel Bianchi, Communications and Government Relations Manager BY: Justine Kim, Shiels Obletz Johnsen CC: Mayor Ekberg DATE: February 5, 2018 SUBJECT: Public Safety Plan, Envelope Consulting Services ISSUE Execute contracts to pro:vide envelope consulting services for F851, 52, 54 and Justice Center to implement the Public Safety Plan. BACKGROUND The City is moving forward with design activities and has identified the need for an envelope consultant to assist with the design and construction of FS51, 52, 54 and Justice Center to be built under the Public Safety Plan. The City engaged in a public procurement process that included advertising a request for proposals from interested firms in the Daily Journal of Commerce and Seattle times, reviewing and scoring proposals received and selecting a firm. JRS Engineering is being recommended as the selected firm. The City has confirmed that JRS Engineering is well qualified to conduct the work requested with experience providing envelope consulting services for new construction and public projects. We request authorization to contract for the design and bidding services of their proposal for FS51, 52, 54 and Justice Center. DISCUSSION JRS Engineering will execute the City's standard agreement for contract services, to provide the services described above, FISCAL® IMPACT: The cost estimate far envelop consulting services for the design phase only scope of work is $80,000 to be billed to the Public Safety Bond. RECOMMENDATION: Council is being asked to approve the envelope consulting design services contract for scopes of work and associated fees as described above and consider this item on at the February 12, 2018 Committee of the Whole meeting and subsequent February 20, 2018 Regular Meeting. ATTACHMENTS: Draft Contract for Envelope Services with Scope of Work 13 14 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: CONSULTANT AGREEMENT FOR BUILDING ENVELOPE CONSULTING SERVICES THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City and JRS Engineering, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform building envelope consulting services in connection with the project titled Public Safety Plan, Fire Stations 51, 52, 54 and Justice Center, 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3 Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending July 2019, 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 July 2019 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 "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $49,520 including reimbursable expenses 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. 15 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7. Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised : 1-2013 16 Page 2 4. Professional Liability with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. 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. C. Acceptability of Insurers. Insurance is to be placed with insurers with a current Best rating of not less than A:VII. D. 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 Consultant before commencement of the work. Certificates of coverage and endorsements as required by this section shall be delivered to the City within fifteen (15) days of execution of this Agreement. E. 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. F. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. 11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation or the presence of any disability in the selection and retention of employees or procurement of materials or supplies. CA revised 1-2013 Page 3 17 12. Assignnierlt. The Consultant shall not sublet or assign any of the services covered by this Agreementwithout the express written consent of tl-re City. 13. Non -Waiver. Waiver by the City of any provisiori of this Agreement or any time Iiitlitatiorl provided for in this Agreement shall not constitute a waiver of any other provision. 14. Terminat,on. 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. Applicable Law; Venue; Attorney'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 Tul<wila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. Severability and Suntival. 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. 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: Jeff Speert JRS Engineering 12721 30th Avenue NE, Suite 200 Seattle, WA 98125 Entire A!..lreenient; 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 1-2013 18 DATED this day of ,20 CITY OF TUKWILA CONSULTANT Allan Ekberg, Mayor Attest/Authenticated: City Clerk, Christy O'Flahe CA revised : 1-2013 y By: Printed Name: Title: Approved as to Form: Office of the City Attorney Page 5 19 20 ...IRS ENGINEERING E3t)LLflN(3 ENVELOPE GO.N ;JI TANTS PROPOSAL CITY OF TUKWILA BUILDING ENVELOPE CONSULTING SERVICES FOR PUBLIC SAFETY PLAN PROJECTS PREPARED FOR: City of Tukwila c/o Carrie Holmes Axis Planning and Development Email; cholmesaxispnd.com DATE PREPARED: December 22, 2017 PREPARED BY: Jeff Speert, A]A, LEED®AP Principal BUILDING EXCELLENCE WWW.JRSENGINEERIIIG.COM VANCOUVER. 300 - 4595 Canada Way Burnaby, BC, V5G 119 rel: 1604) 320.1999 CALGARY SEATTLE 115 - 1925 181^ Avenue NE 12721 30'" Ave. NE, 2E„ Floor Calgary, AB, T2E 7T8 Seattle, WA, 98125 rel; (403) 452.3377 telt )206) 7228.2358 21 22 Request for Proposal Building Envelope Consulting Services for City of Tukwila Public Safety Plan REQUEST FOR PROPOSAL PROPOSAL CERTIFICATION FO TO: Carrie Holmes, Owner's Representative The undersigned provider hereby certifies as follows: . That he/she has read the City of Tukwila RFP and the following Addenda and to the best of his/her knowledge has complied with the mandatory requirements stated herein: Addenda Number Issue Date 01 December 18, 2017 2. That he/she has had the opportunity to ask questions regarding the Request for Proposal, and that if such questions have been asked; they have been answered. 3. That the proposer's response is valid for 90 days. Dated at 10arn , this (Signature) Jeff Speert (Print Nellie) JRS Engineering (Company Name) 12721 30th Ave NE, Suite 200 (Address) Seattle (City) kiVasflington (State) 98125 (Zip) Page 2 of 7 22nd 2017. Principal (Title) . . ispeert@irsengineenng,com (Email Address) 206.728.2358 (Telephone Number) (Fax Number) 23 rii BUILDING EXCEL.LENCE TABLE OF CONTENTS PROPOSAL CERTIFICATION FORM PROPOSAL 1.0 EXECUTIVE SUMMARY 2.0 COMPANY PROFILE 3.0 PROJECT APPROACH AND METHODS 4.0 TEAM AND TEAM ORGANIZATION 5.0 AVAILABILITY AND CAPACITY 6.0 PRICING WWW.JRSENG1NEERING.COM 24 BUILDING EXCELLENCE PAGE 1 OF 10 1.0 EXECUTIVE SUMMARY Based on the RFP documents and Addendum 1, JRS Engineering (JRS) understands that the City of Tukwila will be constructing new buildings with public safety functions. A new approximately .45,500 -square -foot justice center is planned, which will have two stories and include a police station, rnuriicipal court, and emergency operations center, Three new fire stations are also planned: • Fire Station 51 — 9,426 square -foot, single -story structure $ Fire Station 52 — 15,068 square -foot, two-story structure $ Fire Station 54 — 9,287 squciresfoot, single -story structure JRS has provided building science consulting in the Northwest since 1998, and in Seattle since 2003 with an office in North Seattle. We have specialized in the building envelope and roofing since inception and have a staff of 54 in three offices. This allows us to provide a wide range of expertise and resources to meet our clientsneeds. We strive to understand our clients' goals and modify our approach to meet those goals. Most of our consulting work in the Pacific Northwest is on new buildings arid includes a variety of public and private uses. This includes museums, hospitals, offices, and fire stations. JRS thanks you for your consideration. Our architects and engineers are excited at the prospect of collaborating with the City of Tukwila in providing consulting services for these public safety structures. We understand that the scope of services for these projects includes design and construction phase support for building envelope components, for controlling water penetration, air leakage, water vapor diffusion, and thermal conductivity. We have assembled a well qualified team that will collaborate with the Architect and City Representatives to provide the services described in the REP. Adam Neugebauer is our proposed Project Manager and main client contact. Jeff Speert, our Principal in Charge, will provide technical and management support. Jose Estrada will provide senior technical support. We have provided pricing based on an average (composite hourly rate) and an estimate of hours for each building. We would be happy to review our scope and pricing based on the City's requirements and expectations. 2.0 COMPANY PROFILE 2.1 BACKGROUND JRS Engineering Ltd was established in Vancouver, Canada in 1998 to provide building envelope consulting services. Since then, we've become one of the Pacific Northwest's leading building envelope consulting firms. Due to demand for our technical expertise in Washington State, JRS Engineering Corporation was established in 2005 with an office in North Seattle. In 2015, local architect Jeff Speert, who had been with JRS Engineering Corporation since 2008 became a partner and the company was changed to an LLC The Canadian and US offices work closely and share staff, clients, and technical and administrative resources. In 2011 JRS opened an office in Calgary, Alberta to service a growing demand for building envelope consulting. JRS currently has 54 fullstime staff (15 in Seattle, 5 in Calgary, and 34 in Vancouver), including 23 engineers, 6 architects, 9 technicians, 4 drafting technicians, 4 accountants, 2 office managers (Seattle and Vancouver), and 4 administrative and marketing (Seattle and Vancouver). Our technical staff specialize in the building envelope. 2.2 OUR CULTURE We strive to understand each client's project goals and modify our approach to suit those goals. With our diverse staff of engineers, architects, building scientists, technical specialists, contractors, energy modelers, and sustainability consultants, we are able to solve complex issues. JRS's approach is to provide a range of options based on performance, cost, and constructability. We educate clients and decision makers on each option, and help them determine the most appropriate choice for their projects. WWW. JR SE NGINEERING.COM 25 BUILDING EXCELLENCE PAGE 2 OF 10 2.3 OUR CORE COMPETENCIES JRS's core technical competencies include design review of architect's documents for building science performance, production of enclosure details and construction support through review of work, submittals, attendance at mock-ups and testing of installed systems, We have expertise in • Curtain Wall • Glazing Systems 40 Energy efficiency • Continuous Insulation ▪ Air Barriers • Waterproofing * Sloped and Flat Roofs • Below -Grade Waterproofing The majority of JRS'S work in the Puget Sound is on new construction projects which gives us a strong understanding of current practices and cost-effective ways to achieve durable enclosures. 2A OUR CONSULTING SERVICES We consult on a wide variety of projects. From investigation and repair of existing buildings to full architectural design, JRS has the diverse skill set to meet your project needs. Our building envelope consulting services typically include: Building Envelope Design * Window Testing • Architectural Design Review • Investigation and Assessment • Construction Administration • Therrnal/Hygrotherrnal Modeling • Remediation and Renovation Energy Analysis • Air Tightness Testing Forensics Window Wall Engineering * Building Enclosure Commissioning Litigation Support • Facade (wall and roof cladding Energy Consulting Attachment} Engineering 2.5 OFFICE LOCATIONS AND CONTACT INFORMATION JRS Engineering LLC 12721 301h Ave. NE 2nd Floor Seattle, WA 98125 Tel: (206) 728-2358 JRS Engineering Ltd 300 — 4595 Canada Way Burnaby, BC V5G 1.19 115 — 1925 18th Avenue NE Calgary, AB T2E 7T8 Email; Adam Neugebauer Project Manager aneugebauer@jrsengineering.com Jeff Speert Principal in Charge ispeert@jrsengineering.com WWW-IRSENGINEERING GOM 26 BUILDING EXCELLENCE PAGE 3 or 10 2.6 FIRM ORGANIZATION CHART JRS ENGEERNG• ettilittritere= ititilseeltaterit :Lit ON a JRS SEATTLE 15 full -rime staftt - /3 techr kat = 2 adrnin & accounting. Jeff Speen, MA, LEELit AP Prpal Director, Second Clifton Brad Carmichael PE, Assoc.. AlA Sr„ building Science Specialist JRS VANCOUVER i4 fell -time beifi - 25 teduticul - 9 trnin & accatinling Scott Croasdate M. Eng, ?big., P1 Principal Jose. Estrada, PE Building Science Specialist Dun Buck EIT, BST 11 beilding Envelope Consultant Charlie Tribe, BA FroConsulterst Stephen Cork, BA Sr, Project Consultant Coolant Roberts I ft* AP, Assoc, AtA Project Maridget Tony Case, ittriArelt, RA Protect Architect Joyce Mak, M. Eng, ER Bedding Envelope Consultant Jesse Kinsley, BS Project Consultant James Newlin, M. Eng, EIT building Science Consultoint Adam Neugebauer Building SLIgrrice CoAsuaart, Dimas Rodriguez BA, 1,F.,,1oe AP Building Envelope Consultant JRS CALGARY 5 full-time technical staff Joel Schwarz P,Erra, FEC, BEP Principal 2.7 RELEVANT EXPERIENCE All of JRS's work is building envelope -related and our projects vary widely in construction type, use, and size, Although we provide services on existing buildings, most of our projects are new construction. We are adept at coordinating with architects, other professionals, and stakeholders to collaborate in reaching building envelope performance goals that meet cost and schedule requirements. Descriptions of relevant projects follow. WWW.JRSENGINEERING.COM 27 BUILDING EXCELLENCE PAGE 4 OF 10 Fire Station #4, Everett Due to ongoing water ingress issues, this fire station underwent a comprehensive rehabilitation of roofing, waterproofing, windows/glazing, and cladding systems. The work included new rainscreen cladding systems, new air barrier, and continuous insulation to improve durability and energy performance. The station was occupied during construction. Jefferson Healthcare, Port Townsend This new 3 -story $20 million Emergency and Special Services Building is one of the largest capital projects in Jefferson County's history. It expanded the emergency department and outpatient services area and includes an orthopedic clinic, cardiology services, cancer treatment center, and women's imaging center. JRS provided consulting on waterproofing, cladding and curtainwall during design and construction. We also completed window and air barrier testing on the building. Hamlin Robinson School, Seattle JRS worked with this school to construct a new 3 -story building. The project included classrooms, an indoor gym, library, science and technology labs, arid a learning center and accommodates 265 students. JRS reviewed construction documents by NAC Architecture. *R - During construction JR5 provided waterproofing inspection, reviewed building envelope -related shop drawings, submittals and RFIs, and performed field reviews. At the project's completion, JRS conducted whole building air barrier testing. Northwest School Theater, Gym, and Dining Facility, Seattle JRS worked with The Warren Company and Mithun construct this new multi-purpose facility in Seattle. The building included a rooftop Astroturf sports field amenity space. JRS performed design review of the building envelope, which included ensuring Energy Code compliance. JRS reviewed the building envelope during construction and performed window testing and air barrier testing. 3.0 PROJECT APPROACH AND METHODS JRS is a service focused consulting business. This means that we focus on listening to clients and laying out options for materials, systems and assemblies so that clients can make the decisions appropriate to their own values. JRSIs approach will be to first understand the City's goals for each of the buildings. This will include expectations for maintenance, long-term durability, appearance of the facade, and function of spaces and building enclosure components. We will participate in meetings with the design team and City representatives to discuss these items and specifics of the enclosure design. JRS will provide markups of drawings and specifications consistent with the agreed to basis of design. We will produce design review reports that summarize our comments and recommendations. During construction we will attend meetings and mock-ups and perform ongoing reviews of in progress construction work. Directly after each field visit, we will issue detailed reports that include descriptions of what was observed and its conformance with project documents. Photos will be included to show conditions. Further description is provided in Section 6; Pricing. WWWARSENGINEERING.COM 28 BUILDING EX EL ENC E PAGE 5 OF 10 4.0 TEAM AND TEAM ORGANIZATION The following chart shows the JRS Team proposed for these projects. Brief st Jeff Speert, AIA, LEEDS AP Rote Managing Principal, Technical Lead parity: 65° ADAM NEUGEBAUER, ENVEL PZ. Gt1,:S.ULTAN 1S: Adam Neugebauer, Ms Rale: Project Manager, Primary Client Liaison Workload Capacity: 60% f biographies follow. de, PE, RRO Role: Senior Engineer Technical Assistan orkload Capacity: 75% Adam Neugebauer is a Building Science Consultant with specialties in building science research, materials testing and evaluation, codes and standards review and consultation, and building energy modeling. Prior to joining JRS, he consulted for a Seattle engineering firm where the projects he managed focused an low and mid -rise buildings. He also provided leadership in whole building air barrier testing, Cetco HydroShield below grade waterproofing inspections, and energy code calculations and compliance; At that firm, Adam was the project manager for the University of Washington Police Department project in Seattle, where they provided design review, field review, and field testing for this 30,000 square -foot campus police department, including metal panel and precast panel cladding systems. Adam's prior experience also includes consulting in California for a materials testing and failure analysis firm, and an energy efficiency firm in the residential new construction market where he was deeply involved in energy code development and review. Adam has a Masters in Building Technology from MIT, where his research focused on thermal performance characterization of cutting-edge silica aerogel. SENGINEERENGCOM 29 BUILDINGEXCELLENCE PAGE 6 OF1O Jost ESTRADA, PE, RRO As a Building Envelope Specialist, Jose will provide senior technical support and peer review of our internal documents and reviews before they are issued. Jose has over ten years of experience in building science consulting on a range of public and private new construction developments. He is adept at working though complex problems to arrive at elegant solutions. In 2015 and 2016 Jose was the Technical Lead on roof replacement of the West LA VA Hospital in Las Angeles California. He performed field assessments, provided system and product options, and helped develop the design of this $5 million dollar project. Through integrated design with the client, architect, and product manufacturers, Jose helped develop a replacement approach that allowed the client to avoid moving dozens of large mechanical units that would have impacted building operations. This saved the hospital nearly $1M and helped avoid service interruptions. JEFF SPEERT, AIA, LEED° AP Jeff is the director of JRS's Seattle office and oversees all of JRS's US operations. His passion for building sustainability and durability, and fascination with tectonics and construction methods led him to a building science career. His education and career path include work as a carpenter in the construction industry, a Master's degree in Architecture, professional practice with several small and mid-sized Seattle architecture firms, and residential design/build projects before assuming leadership of JRS's Seattle office. Jeff is a building science generalist with an interest in elements that provide energy efficiency, including air barriers and thermal bridging. His technical depth in building science and foundation in architecture and design have helped build the JRS culture — tackling the challenging task of harmonizing aesthetic vision with the high-performance demands of contemporary building enclosures. Jeff is an industry leader and a sought-after speaker who has presented at numerous regional and national conferences. He is a licensed architect in Washington State. WWWARSENGINEERING,COM 30 rot, BUILDING EXCELLENCE PAGE 7 OF 10 6.0 AVAILABILITY AND CAPACITY The JRS staff proposed for this project have the capacity to complete design reviews and construction administration that follows as described in the schedule outlined in the RFP. All technical staff reside in the greater Seattle area. JRS Seattle may draw on support from the Vancouver or Calgary offices to address any specific technical issues or for administrative assistance. 7.0 PRICING Pricing for services for each of the 4 projects included in the RFP are below. A genera description of the tasks undertaken within each phase are as follows: Design Development: In this phase, JRS will develop the accepted conceptual design in sufficient detail to allow the project team to start producing more detailed documents. We will complete the following • Perform a technical review of Schematic Design drawings, Provide comments and mark-ups to the Architect, identifying key areas requiring attention and highlighting issues arid areas of discussion for the project team. Update conceptual recommendations for enclosure assemblies and materials • Attend design meetings, including one at the start of our work and one following a technical review. $ Review the overall durability of building envelope elements considering required maintenance, renewals, and service life. • Help determine the efficient layering of building envelope elements to help simplify future repairs and replacements. Review project materials" compatibility and resistance to various mechanisms of deterioration given their nature, function, and exposure. Review HVAC recommendations and energy modeling, identify relevant building envelope coordination items„ and recommend solutions. Produce an Enclosure Basis of Design report for use and consideration by the Owner and Architect. Construction Documents: JRS will meet and coordinate with the project team, and attend design and construction team meetings as needed. We will review the Architect's construction documents for consistency with building envelope performance criteria established during earlier phases. • Perform technical reviews of Design Development drawings, including comments and mark-ups, Confirming Design Development phase recommendations and developing alternatives, if necessary due to budget and constructability constraints. • Revise the Enclosure Basis of Design report as needed. • Review Construction Documents for building science good practice for consistency with the enclosure basis for design. Produce marked up drawings and specifications with accompanying report for consideration by owner and architect. Bidding Assistance: JRS will perform the following services as -needed: 4 Respond to bidder questions and substitution requests. • Assist in leveling of bids. • Review and respond to value engineering suggestions made by the General Contractor (GC) and subcontractors. Submittal and RFI Review: JRS will review building enclosure shop drawings and submittals for conformance with established design concepts. We will assess design concepts for water resistance, air tightness and thermal performance— both within each system and at integration points between different building systems. RFIs will be reviewed and answered to resolve issues consistent with the enclosure design intent, WVVVVARSENGINEERNG.COM 31 BUILDING EXCELLENCE PAGE 8 OF 10 Pre -Installation Meeting: JRS will attend pre -construction meetings for critical envelope components on site with the Owner, Architect, GC, installer, and Manufacturer's Representative to review site conditions, site-specific detail concerns, and installation procedures. We will provide comments to the GC for inclusion in meeting minutes. Mock-up Observation: We typically recommend mock-ups for critical and common components on projects. This commonly includes windows and other wall penetrations * Attend building envelope related mockups to review installation of building envelope systems, and evaluate their conformance with construction documents and industry good practice. • Provide recommendations to help resolve unforeseen conditions that may arise at mock-ups. + Document mock-ups in Field Review Reports, Field Reviews: JRS will attend the site to review ongoing installation of envelope components • At agreed-upon intervals, perform site visits to review in -progress installation of building envelope components and assemblies, • The intent of field reviews is to periodically compare observable in -progress building envelope component installation with architectural drawings, pertinent specifications, shop drawings, and mock-ups. • Document field reviews in written reports. Review items requiring action with site staff prior to leaving site. • Track Action Items arising from field reviews using our customized searchable database. Provide Action Item lists to the GC and construction team periodically during the course of construction, to address open items. Reports are issued 24 hours after completion of review Window Testing: Although not required by code, water penetration resistance testing on installed window systems is considered good practice. JRS will review selected window/wail areas and perform testing in accordance with ASTM E-1105-00, using a calibrated rain rack and depressurizing the interior space to an appropriate level, as outlined in the specifications or applicable codes and standards, Temporary enclosure and a laborer, if required, are to be provided by others. A report for each test will be prepared oLitlining test protocol, describing observations, and where appropriate, presenting suggestions for possible modifications or improvements. Air Barrier Testing: JRS will conduct a field test of the entire building, or a portion thereof, in compliance with the 201 5 Washington State Energy Code Section C402.4 — Air Leakage (Mandatory). JRS will provide the personnel and equipment required to perform this testing, and will prepare and deliver a written report of test results and findings. Building setup and preparation assistance from the Contractor will be necessary. Prior lo testing, JRS will meet with the Contractor on site to coordinate arid develop a detailed list of setup and preparation tasks. WWW.JRSENGINEERING.COM 32 BUILDING EXCELLENCE PAGE '4 of 10 ra' Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Rei bursables Design Development 2 meetings 1 review__ 24 $3,240 $50 Construction Documents 2 meetings 2 reviews 51 $6,750 $100 Bidding Assistance Assist in answering Bidder questions Assist in answering Bidder questions $810 $? Submittal and RF1 reviews Review of submittals, RHs, AS's and related documents 30 $4,051} $C Pre -installation meetings 2 meetings on site 14 $1,890 $100 Mock-up observations 1 mock-up 8 $1,080 $50 Field review 15 visits cissumes 3/month) 115 $15,525 $400 Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $3,800 $0 SUBTOTAL SUBTOTAL 248 $39,945* $700 *Assumes 2 window tests co pleted in the `$ a day. Fire Station $2 Phase/Title Quantity/ Description Anticipated Hours Anticipated Hourly Rate Costs Rei bur Wes Design Development 2 meetings 1 review 30 $4,050 $50 Construction Documents 2 meetings 2 reviews 65 $8,775 $100 Bidding Assistance Assist in answering Bidder questions $810 Submit I and RFI reviews Review of submittals, RFs, ASIS and related documents 35 $4,725 Pre -installation meetings 2 meetings on 14 $1,890 $100 Mock-up observations 1 mock-up $1,080 $50 Field review 21 visits (assumes /month) 1 34 $18,000 $475 Window Testing First test per day Additional test {completed same day) - $2,000 $800 $0 Air barrier testing 1 test _ $4,300 $0 SUBTOTAL 292 $46,430* $775 *Assumes 2 window tests completed in the -same day. ENGINEERING.COM 33 B L1 I DING EXCELLENCE PAGE 10 OF l a: Fire Station 54 Phase,lTitle Quantity/Anticipated Description Anticipated Hours Hourly Rate Costs_ Rei bursabtes Design Development 2 meetings 1 review 24 $3,240 $50 Construction Documents 2 meetings 2 reviews 51 $6,750- $100 Bidding Assistance Assist in answering Bidder questions 6 $810 $0 Submittal and RH reviews Review of submittals, RFis, ASIs and related documents 30 $4,050 $0 Pre -installation meetings 2 meetings on site 14 $1,890 $100 Mock-up observations 1 mock-up 16 $1,080 $50 Field review 18 visits {assumes 3/month) 115 $15,525 $400 Window Testing First test per day Additional test (completed same day) - $2,000 $0 $800` Air barrier testing 1 test $0 $3,800 $0 . SUBTOTAL, - 248 $39,945* $700 tests completed in the same day. Phase/Title Quantity/ Description Anticipated Hours` Anticipated Hourly Rate Costs Reimbursables Design Development 2 meetings 1 review 35 $4,725 $50 Construction Documents 3 meetings 2 reviews 60 $8,100 $150 Bidding Assistance Assist in answering Bidder questions 6 $810 $0 Submittal and RFI reviews Review of submittals, RFs, ASis and related documents 50 $6,750 $0 Pre -installation meetings 3 meetings on site 21 $2,835 $100 Mock-up observations 2 mock-ups 16 $2,160 $50 Field review 1 visits (assumes 3/month) 1 15' $15,525 $400. Window Testing First test per day Additional test (completed same day) - $2,000 $800 $0 Air barrier testing 1 test - $7,1017 SUBTOTAL 303 $50,805* $750 *Assumes 2 window tests completed: in the s Composite Hourly Rate is ,$135/hour' Contracts will be awarded on a time -and -m day; erictlbasis by hourly es. TOTAL (Including exterior wtalIs and roof systes 1,091 $177,12.5 $2,925 RSEN"GINEER1NG. COM 34 TO: FROM: BY: CC: DATE: SUBJECT, City of Tukwila Allan Ekberg, Mayor INFORMATIONAL MEMORANDUM Public Safety Committee Jay C. Wittwer, Fire Chief Chris Flores, Assistant Fire Chief, Marty Roberts, Battalion Chief Mayor Ekberg 01130/18 Fire Department Apparatus Purchase. ISSUE The Fire Department seeks approval for the purchase of fire apparatus under an existing Interlocal Contract for Cooperative Purchasing. BACKGROUND Two Fire Pumper/Engines and one Aerial Ladder Truck are scheduled for purchase. The 2017-2036 Public Safety Bond will fund this purchase. Discounted pricing is available through an existing cooperative agreement, HGACBuy ILC No,:13-3364 is open and subject to automatic renewal, and was approved by Council on 01/22/13, and was assigned City of Tukwila Contract 413-027. The apparatus manufacturer, Pierce Manufacturing, had designated January 31, 2018 for a 3% price increase on all fire apparatus. Pierce has agreed to extend the in-iplernentatiori of their price increase by 30 days, DISCUSSION Purchase of this equipment is in alignment with the Public Safety Plan and associated Bonding. FINANCIAL IMPACT The financial impact is $3,091,784.01 and is funded by the 2017-2036 Voter Approved Public Safety Bond. The budget for these expenditures, with accounting for inflation, is $3,597,123.00. Purchase after the price increase extension will result in approximately $93,000.00 in additional charges. RECOMMENDATION The Council is being asked to approve the proposal and consider this item at the February 12, 2018 Committee of the Whole meeting and subsequent February 20, 2018 Regular Meeting. ATTACHMENTS -Discount Recap, Pumpers -Discount Recap, Platform -HGACBuy interlocal Contract for Cooperative Purchasing ILC No.: 13-3364/COT #13-027 35 36 euansiFU1kteUIPMENT January 30, 2018 City of Tukwila, WA Two (2) Velocity PUG Pumpers DI -1462 Build LocationAppleton, VVisconsin Proposal Price Watahittob00 SiatatsalostlattitOt: Watthittgitta.Statatatatxtr•Vahirlattax'.'p: Total Bid Price lnctuding Sales Tax Less chassis progress payment discount The chassis progress payment in the amount of 0558,550.00 (0429%440.00 per U4) will be due three (3) months prior to the ready for pick up from the rawory dale. Less payment upon completion @ factory discount Deduct for 100% pre -payment with contract if this option is elected. the discount is in addition to the chassis progress payment discount and the payment upon completion at the factory discount. $ 1,557,611.00 10 0000 155,761.10 C20% 4,672.83 $ 1,718,044 93 (25,766.00) (17,540.00) (35,290.00) Subtotal including all pre -pay discounts 1,479,015,00 •Washittg tart Statetsalettlatg. • .118••artinOtritt Soto hlatart•atitclattax:@.: 10 000', 0.30% 147,901.50 4,437.05 Total Bid Price including Pre -Pay Discounts & Sales Tax $ 1,631,353,55 Terms; Based on the current delivery schedule the units would be ready for delivery from factory within 10 to 13 months after contract execution. Dellvery is subject to change pending Pierce's delivery schedule at order placement. The HFE Tool Mounting Quote is included in the Proposal Price, The above quote is subject to change. A performance bond will be provided. An invoice will be provided 30 days prior to the chassis payment due date if elected. An invoice will be provided upon order processing for the 100% prepayment if elected, The Purchasing Documents will be between Hughes Fire Equipment and the customer. An annual price increase will go into effect for all orders processed after March 2, 2018. If order is not submitted prior to that date, a 3% price increase will be required. If payment discount options are not elected standard payment terms will apply: Final payment will be due 30 days after the units leave the factory for delivery. 11 payment is not made at that time a late fee will be applicable. Two (2) unit pr cing is based on both units being purchased, manufactured, inspected and delivered at the same time. If units are not ordered, manufactured, inspected and delivered at the same price revised pricing will be required. The proposal price is based on the unit being purchased through HGAG, This pricing is only valid for anl-IGAG purchase on contract FS12-17. Transportation of the units to be driven from the factory is included in the pricing. However, if we are unable to obtain necessary permits, due to the weight of the units, and the units must be transported on a flat bed, additional transportation charges will be the responsibility of the purchaser, We will provide pricing at that time if necessary. Three (3) factory inspection trips for four (4) fire department customer representatives is included in the above pricing. The inspection trips will be scheduled at times mutually agreed upon between the manufacture's representative and the customer. Airfare, lodging and meals while at the factory are included. If the Department elects to forgo an inspection trip 51,850.00 per traveler (per trip) will be deducted from the final invoice, 37 City of Tukwila, WA, One (1) Velocity 100' PUC Platform DH464 Build Location: Appleton. Wisconsin Proposal Price Total Bid Price Including Sales Tax Less chassis progress payment discount The chassis progress payment in the amount of $4gr,33c3:d0 will be due three (3) months prior to the randy For pick up from the factory dates Less aerial device progress payment discount The aanat payment in the amount of S339,106,012 well be due two (2) months prior to the ready for dekoery from the factory date: D 00'k 94,474.00 39,447.40 4,1 83.42 (14,920.00) 00) ;ss payment upon completion @ factory discount (16,493.00) Deduct for 100% pre -payment with contract If this option is elected, the discount is in addition to the chassis progress paynient discount and the payment upon eompletian at the factory, discount:. (32,225.00) Subtotal including all pre -pay discounts i,324,053;00 i'1 Sh inntbni Sta. W X31,.fttnn Stc c 1'?'I ery Total Bid Price Including Pre -Pay Discounts & Sates Tax 8,104.82 132,405.30 3,972.16 1,460,430.46 Terms.:: Based on the current delivery schedule the unit would be ready for delivery from factory within 10 to 13 months subject to change pending Pierces delivery schedule at order placement. The HFE Toot Mounting Quote is included in the Proposal Price. The above quote is subject to change. A performance bond will be provided: An invoice will be provided 30 days prior to the chassis and aerial payment due dates if they are elected. The Purchasing Documents will be between Hughes Fire Equipment and the Customer. An Invoice will be provided upon order processing for the 100% prepayment if elected: An annual price increase will go into effect for all orders processed after March 2, 2018. If orde be required: If payment discount options are not elected standard payment e will appy: Final payment wall be due 30 days a delivery. If payment is not made at that time a late fee will be applicable; er con ract execution. Delivery is not submitted prior to h price increase will r the unit leaves the factory for The proposal price is based on the unit being purchased through HGAC. This pricing is only valid for an HGAC purchase on contract FS12ol7, Transportation of the unit to be driven' from the factory is included in the pricing:. However, if we are unable to obtain necessaryrpermits, due to the weight of the unit, and the unit must be transported on a flat bed, additional transportation charges will be the responsibility of the purchaser. We will provide pricing at that time if necessary. Three (3) factory inspection trips for four (4) bre department customer representatives is included in the above pricing. The inspection trips will be scheduled at times mutually agreed upon between the manufacture's representative and the customer. Airfare, lodging and meals while at the factory are included. If the Department elects to forgo an inspection trip $1,850.00 per traveler (per trip) will be deducted from the final invoice. 38 INTERLOCAL CONTRACT FOR COOPERATIVE PURCHASING 13-027 Council Approval 1/22113 ILC No,: , Permanent Number assigned by! #GAC THIS IN 1ERLOCAL CONTRACT ("Contract"), made and entered into pursuant to the Texas Interlocal Cooperation Act,Chapter 791, Texas Government Code (the "Act"), by and between the Houston -Galveston Area Council, hereinafter referred to as "H -GAC,`" having its principal place of business at 3555 Timmons Lane, Suite 120, Houston, Texas 77027, and * City of Tukwila a local government, a state agency, or a non-profit corporation created and operated to provide one or more governmental functions and services, hereinafter referred to as "End User," having its principal place of business at *6200 Southcenter Blvd, Tukwila, WA 98188 WITNESSETH WHEREAS, AS, H -GAC is a regional planning commission and political subdivision of the State of Texas operating under Chapter Texas Local Government Code; and WHEREAS, pursuant to the Act, H -GAC is authorized to contract with eligible entities to perform governmental functions and services, including the purchase of goods and services; and WHEREAS, in reliance on such authority, H -GAC has instituted a cooperative purchasing progra eligible entities under the Act; and, WHEREAS, End User has represented that it is an eligible entity under the Act, that its governing body has authorized this Contract on * Jan 22, 2013 (Date), and that it desires to contract with H -GAC on the terms set forth below; NOW, THEREFORE, H -GAC and the End User do hereby agree as follows: ARTICLE 1: LEGAL AUTHORIT The End User represents and warrants to H -GAC that (I) it is eligible to contract with H -GAC under the Act because it is one of the following: a local government, as defined in the Act (a county, a municipality, a special district, or other political subdivision of the State of Texas or any other state), or a combination of two or more of those entities, a state agency (an agency of the State of Texas as defined in Section 771:002 of the Texas Government Code, or a similar agency of another state), or a non-profit corporation created and operated to provide one or more governmental functions and services, and (2) it possesses adequate legal authority to enter into this Contract. 9 under which contracts with ARTICLE 2: APPLICABLE LAWS H -GAC and the End User agree to conduct all activitiesunder this Contract in ace ordinances and laws in effect or promulgated during the term of this Contract. ARTICLE 3: `4'axHOLE AGREEMENT This Contract and any attachments, as provided herein, constitute the complete contract between the parties hereto, and supersede any and all oral and written agreements between the parties relating to matters herein. ARTICLE 4: PERFORMANCE PERIOD The period of this Contract shall be for the balance of the fiscal year of the End User, which began * Jan 01, 2013 and ends * Dec 31, 2013 . This Contract shall thereafter automatically be renewed annually for each succeeding fiscal year, provided that such renewal shall not have the effect of extending the period in which the End User may make any payment due an H - GAC contractor beyond the fiscal year in which such obligation was incurred under this Contract. dance with all pplicabl u ; regulatians,and ARTICLE 5: SCOPE OF SERVICES The End User appoints H -GAC its true and lawful purchasing agent for the purchase of certain products and services through the H - GAC Cooperative Purchasing Program. End User will access the Program through HGACBuy.com, and by submission of any duly executed purchase order, in the form prescribed by H -GAC to a contractor having a valid contract with I:£ -GAC. All purchases hereunder shall be in accordance with specifications and contract terms and pricing established by H -GAC. Ownership (title) to products purchased through H -GAC shall transfer directly from the contractor to the End User. (over) 39 ARTICLE 6: PAYMENTS H -GAC will confirm each order and issue notice to contractor to proceed. Upon delivery of goods or services purchased, and presentation of a properly documented invoice, the End User shall promptly, and in any case within thirty (30) days, pay H-GAC's contractor the full amount of the invoice. All payments for goods or services will be a made from current revenues available to the paying party. In no event shall H -GAC have any financial liability to the End User for any goods or services End User procures from an 14 - GAC GAC contractor. ARTICLE 7: CHANGES AND AMENDMENTS This Contract may be amended only by a written amendment executed by both parties, except that any alterations, additions, or deletions to the terms of this Contract which are required by changes in Federal and State law or regulations are automatically incorporated into this Contract without written amendment hereto and shall become effective on the date designated by such law or regulation. H -GAC reserves the right to make changes in the scope of products and services offered through the H -GAC Cooperative Purchasing Program to be performed hereunder, ARTICLE 8: TERMINATION PROCEDURES H -GAC or the End User may cancel this Contract at any time upon thirty (30) days written notice by certified mail to the other party to this Contract. The obligations of the End User, including its obligation to pay H-GACs contractor for all costs incurred under this Contract prior to such notice shall survive such cancellation, as well as any other obligation incurred under this Contract, until performed or discharged by the End User. ARTICLE 9: SEVERABILITY All parties agree that should any provision of this Contract be determined to be invalid or unenforceable, such determination shall not affect any other term of this Contract, which shall continue in full force and effect. ARTICLE 10: FORCE MAJEURE To the extent that either party to this Contract shall be wholly or partially prevented from the performance within the tens specified of any obligation or duty placed on such party by reason of or through strikes, stoppage of labor, riot, fire, flood, acts of war, insurrection, accident, order of any court, act of God, or specific cause reasonably beyond the party's control and not attributable to its neglect or nonfeasance, in such event, the time for the performance of such obligation or duty shall be suspended until such disability to perform is removed; provided, however, force majeure shall not excuse an obligation solely to pay funds. Determination of force majeure shall rest solely with H -GAC. ARTICLE 1i: VENUE Disputes between procuring party and Vendor are to be resolved in accord with the law and venue rules of the State ofpurchase. THIS INSTRUMENT HAS BEEN EXECUTED IN TVV'O ORIGINALS I.iY TIIE PARTIES HERETO AS FOLLO i'S: City of Tukwila ilarne of End User (local. govemmenl, agency, or non -prof it corporation) * 6200 Southcenter Blvd. Mailing Address * Tukwila City. *By: WA 98188 State Z Code.. Signature of " i elected or ail * Jim Ho---rton, Mayor Typed Name & Title of Signatory 40 Jan q, 201: Date Hou Galvesto 3555 Tim *Denotes required fields rev. 03/11 *Request for Information To expedite service, please complete the following blanks relevant to your agency's administrative/elective personnel and return the completed form_ to H -OAC Coo )erative Purchasin Pro,,,ram, P.O.Box 22777 Houston. TX 77227-2777. Name of End User Agency • City of Tukwila County Name . King County (Municipality / County / District / etc.) Mailing Address - 6200 Southcenter Blvd, Tukwila, WA 98188 (Street Address/P.O. Box) (City) (State) Main Telephone Number .. i.Z.0:7'.40:71,00.:i:;,;.,,y.:,':',:. ' FM( Number: :20641 56 Physical Address 14000 Interurban Avenue South, Tukwila, WA 98168 - (Street Address, ifdifferent from mailing address) (City) Web Site Address: virww.ci.tukwila.wa.us (ZIP Code) (State) (ZIP Code) Authorized Offici Mailing Address: Tukwila al Jim Haggerton Title- Mayor (City manager! Executive Director / etc.) Ph No.: 2041820 . 6200 Southcenter Blvd (Street Address/P.O. Box) WA 98188 (City) (State) (ZIP Code) Jeff Morton Official Contact: Mailing Address: Tukwila (Purchasing Agent/Auditor etc.) 14000 Interurban Avenue South (Street Address/P.0 Box) WA 98168 (City) (State) (ZIP Code) Official Contact Bob Giberson (Public Works Director/Police Chief etc.) Mailing Address: 6300 Southcenter Blvd, Ste 100 (Street Address/P.O. Box) Tukwila WA 98188 (City) (State) (ZIP Code) Pat Brodin Official Contact: (EMS Director/Fire Chief etc.) 14000 Interurban Avenue South Mailing Address: Tukwila (Street Address/P.O. Box). WA Y8468 (City) (State) (ZIP Code) E -Mail Address tanlYa.taYl°r@tukwilawa-gmi Fleet Superintendent Title. PublicWorks Director Ph No 14.fr!V,-;.; 1-2 Fx No.: 72,N.,- Email Address ; bob.oibersoriptukwilawa. ov Title: Operations Manager Ph No.: Fx No, 2U6"24i66;1 Email Address Petbrodin@tukwil'7awa.00v 41 42