HomeMy WebLinkAboutCOW 2019-01-28 Item 3B - Public Safety Plan - Construction Testing and Inspection for Fire Station 51 and Justice Center with Mayes testing Engineers for $95,782COUNCIL AGENDA SiwoPsis
Imtuils
MeetingDate
Prepared by
Ma ,r review
Council review
01/2 9
RB
02/04/19
RB
ITEM INFORMATION
ITEMNo,
3.B.
s ['Ai+ spoNsoR: RACHEL BIANCHI
ORIGINAL AGF ND \ DA IT: / 28 9
AGENDA ITEM TITLE
Construction
Justice
testing and inspection services contract for Fire Station 51 nd the
Center
1/28/19
Motion
Date 02/04/19
El Resolution
il/Itg Date
E Ordinance
ANDate
0131d Award
Mtg Date
El Public Hearing
Mtg Date
III I Other
Altg Date
CATEGORY C. Discussion
2
111t,g Date
Mtg
SPONSOR LCoani7
11R JDCD Fina,je EFire flTS EP&R. Polue DPW Court
riMajor
SP oNSoR' S The Council is being asked to allow the Mayor to execute a contract to provide construction
SUMMARY testing and inspection services for the Public Safety Plan — Fire Station 51 and Justice
Center projects. These services and fee are expected and a part of the Council -approved
budgets for these projects.
RINILWEDI3Y Ell C.OXC. Mtg. E CDN Comm E Finance Comm.
TI Trans &Infrastructure Li Arts Comm. El Parks Comm.
DATE: 01/22/19 COMMITTEE CHAIR:
Public Safety Comm.
[1] Planning Comm.
ROBERTSON
RECOMMENDATIONS:
SPoNsoR/ADmiN.
COMMI1TLE,
Mayor's Office
Unanimous Approval; Forward to Committee of the Whole
COST IMPACT / FUND SOURCE
Expi,NDI I URI, RI ,QUIRED AMOUNT BUDGETED APPROPRIATION REQUIRED
$95,782 $95,782 $95,782
Fund Source:
Comments:
MTG. DATE
RECORD OF COUNCIL ACTION
1/28/19
MTG. DATE
ATTACHMENTS
1/28/19
Informational Memorandum dated January 11, 2019
Draft Contract
Minutes from the Public Safety Committee meeting of 1/22 19
2/4/19
41
42
Allan Ekberg, Mayor
Administrative Services Department- Rachel Bianchi, Deputy CityAdministrator
INFOR ATIONAL E ORANDU
TO: Public Safety Committee
CC: Mayor Allan Ekberg
FROM: Rachel Bianchi, Deputy City Administrator
BY: Justine Kim, Senior Program Manager, Shiels Obletz Johnsen
DATE: January 11, 2019
SUBJECT: Mayes Testing Engineers Contract for Construction Testing and Inspection
Services
ISSUE
The Council is being asked to allow the Mayor to execute a contract to provide construction testing and
inspection services for the Public Safety Plan — Fire Station 51 and Justice Center projects. These services
and fee are expected and a part of the Council -approved budgets for these projects.
BACKGROUND
The City requires the services of a testing and inspections firm for the construction testing and
inspections for Fire Station 51 and Justice Center projects. These services help ensure the project
construction process adheres to the designed specifications and criteria intended to meet the
applicable codes. After thorough staff review of the candidate firms that responded to the City's
Request for Qualifications Mayes Testing Engineers was chosen.
The City issued and advertised a Request for Proposals (RFP) inviting interested firms to submit a
proposal to provide the necessary consulting services for the projects. Five firms submitted
proposals. The proposals were reviewed and evaluated by three reviewers against the scoring
criteria in the RFP. Based on their qualifications and proposed fee estimate, Mayes Testing
Engineers, Inc. is the top ranked firm and is recommended for selection. The City has confirmed
that Mayes Testing Engineers, Inc. is well qualified to conduct the work required. The project
team requests authorization to contract for the construction testing and inspection services for the
Tukwila Public safety Plan — Fire Station 51 and Justice Center projects.
In addition, Fire Station 52 project will require construction testing and inspections services. At
this point, a reasonable allowance for FS 52 has been identified to allow for the City to add this
scope of work to the consultant's contract, when that project is ready to start construction.
Because the proposed fee is an estimate, and will vary based on actual services required during
construction, a 10`)/0 contingency has been added. The City will issue the initial notice to proceed
solely for the amount needed for Fire Station 51 and the Justice Center.
Tukwila City Hall • 6200 Southcenter Boulevard • Tukwila, WA
188 • 206-433-1800 • Website: TukwilaWA.gov
43
FISCAL IMPACT
The contract amount, allowance for Fire Station 52 and contingency are all within the projects
budgets. The following table shows the contract amount, allowance for FS52and the contingency
aD1OUOt.
Justice Center (estimated fee)
37.100
Fire Station 51 (estimated fee)
10975
Contract Amount
57.075
Fire Station 52 (allowance)
30.000
Contingency (1O%Ofabove)
8,707
Total
$96,782
RECOMMENDATION
The Committee is being asked toapprove the testing and inspection contract and consider this item
@tthe Committee of the Whole meeting on January28. 2019 and subsequent Regular COUOCU
meeting on February 4.2019.
ATTACHMENTS
City of Tukwila Consultant Agreement for construction testing and inspections services
Phone:2O6-433'I80O ° EnnaiLMayo ° VVebnite:TukwUaVVA.gov
44
��� x ~°��
~�"�� Tukwila
Contract Number:
CONSULTANT AGREEMENT FOR
CONSTRUCTION TESTING AND INSPECTION SERVICES
THIS AGREEMENT is entered into between the City of Tukwila, VVaah|nghnn, hereinafter
referred to as "the City", and K8oyms Testing Engineers, Inc., hereinafter referred to an "the
Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified.
1. Project Oemiqnotimn. The Consultant is retained by the City to perform construction testing
and inspection eerv|n8o in connection with the projects titled Tukwila Safety Plan — Fire
Station 51and Justice Center.
2. Scope mfServices. The Consultant agrees toperform the services, identified onExhibit "A
attached hereto, including the provision of all labor, materials, equipment and supplies.
3. Duration of Aqreement; Time for Performance. This Agreement shall be in full force and
effect for a period onnnnlenuing upon execution and ending at the end December 2020.
unless sooner terminated Under the provisions hereinafter specified. Work under this
Agreennen' oho|| oonnnnanoa upon written notice by the City to the Consultant to proceed.
The Consultant shall perform all services and provide all work product required pursuant to
this Agreement no later than December 21. 2020, unless an extension of such time is
granted in writing bythe City.
4. Pavmnent. The Consultant shall be paid by the City for completed work and for services
rendered under this Agreement asfollows:
A. Payment for the work provided bythe Consultant shall be made as provided on Exhibit
'Y\" within the proposal attached hereto, provided that the total amount ofpayment tn the
Consultant oho|| be on a time and materials bmois, not to exceed $19,975'for the Fire
Station 51 project and $37,100. including all miscellaneous 5erv|oea. The contract
amount will not be changed without express m/h#8D .modification of the Agreement
signed by the City. The total contract amount will be $57.075, excluding Washington
State Sales Tax.
B. The Consultant may submit vouchers tnthe 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 tothe Consultant inthe 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.
O. Pmynnerd as provided /n this section oho|| be full compensation for work performed,
services rendered, and for all materials, supp|iao, equipment and incidentals necessary
tocomplete 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
period of three (3)yearm after final payments. Copies aho|| be made available upon
request.
45
5' Ownership and Use of Documents. All dooummnts, dravvngo, specifications and other
nnateho|o 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
axaoUt8d 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 nUa|| not be responsible for any use Vf'the said
doounlentS, dravVings, specifications or other nnotaria|a 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 Agreanlent, faithfully observe and comply with all feder8|, state. and local |avvn,
ordinances and regulations, applicable tothe services rendered under this Agreement.
7. Indemnification. The Consultant shall dofend, indemnify and hold the City, its nff|cere,
officials, employees and volunteers hornn|eoe from any and all c|G|rna. injuries, damages,
losses or suits including attorney fegs, arising out of or resulting from the anto, errors or
onniao|onn of the Consultant in performance of this A0reennert, except for injuries and
damages caused bythe sole negligence Vfthe City.
Should a court of competent jurisdiction determine that this Agreement is subject to RCVV
4.24.115, then, in the event ofliability for damages arising out of bodily injury to persons or
donnaQea to property caused by or resulting from the concurrent negligence of the
Consultant and the City. its officers, Vff|o|8|S, employees, and volunteers, the Consultant's
liability hereunder shall be only to the extent ofthe Consultant's negligence. |tisfurther
specifically and expressly understood that the indemnification provided herein constitutes the
Consultant's waiver of immunity under Industrial Insurance, Title 51 RCVV, 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 Aoreemant,
insurance against claims for injuries toperaonsordanlagetoproperty which may arise from
or in connection with the performance of the vvnrb hereunder by the {}onau|tont, its agents,
repnesentotiveo, or employees. Consultant's maintenance of insurance as required by the
agreement shall not be construed to ||nnit 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 Orin equity.
A. Minimum Amounts and Scope ofInsurance. Consultant shall obtain insurance ofthe
types and with the limits described below:
1. Automobile Liability insurance with a minimum combined single |inn|t for bodily
injury and property damage of $1.000.000 per accident. Automobile Liability
insurance shall cover all ovvnad, non-ovvned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a
substitute form providing equivalent ||ob|||ty coverage. If nacesaary, the policy
shall beendorsed tnprovide contractual liability coverage.
2. Commercial General Liability insurance with limits no |eoathan $1.00O.0O0each
occurrence, $2.000.000 general aggregate. Commercial General Liability
insurance shall be written on |8O occurrence form CG OO 01 and shall cover
liability arising from prenn|nes, opermUons, independent contractors and pa[onna|
injury and advertising injury. The City shall be named as an insured under the
Consultant's Connnlenc|a| General Liability insurance policy with respect to the
work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance |avvo of
the State of Washington.
CA revised :1-2ou
46
4. Professional Liability with limits no haoo than 81.000.000 per claim and
$1.000.000 policy aggregate limit. Professional Liability insurance shall be
appropriate tuthe Consultant's profession.
B. Other Insurance Provision. The Consultant's Automobile Liability and Commercial
General Liability insurance policies are tn contain orbeendorsed tocontain that they
shall be primary insurance with respect tothe 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 ofInsurers. Insurance iatobeplaced with insurers with ocurrent A�.
Best rating ufnot less than A:VU.
O. Verification of Coverage. Consultant shall furnish the City with original certificates and
acopy of the amendatory 6ndormornents, including but not necessarily limited to the
additional insured endoroen1ent, 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 ofexecution cf 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 thepart 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 d|scretion, 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 dennand, or at the o8|e discretion of the City, offset against funds
due the Consultant from the City.
8. Independent Contractor. The Consultant and the City agree that the Consultant is an
independent contractor with respect tnthe aen/ioeo provided pursuant to this Agreement.
Nothing in this Agreement shall be considered to create the relationship ofemployer and
employee between the parties hereto. Neither the Consultant nor any employee of the
Consultant shall beentitled foany benefits accorded City employees b virtue ofthe services
provided under this Agreement. The City ahoU not be responsible for withholding or
otherwise deducting federal |noncne tar or social security orfor contributing to the state
industrial insurance program, otherwise assuming the duties nfan employer with respect to
the Consultant, nrany employee nfthe Consultant.
10. Covenant AqainstCmntinqmntFees. The Consultant warrants that hahas not employed or
retained any company or parson, other than a bnn8fk1e employee working solely for the
CVnau|tant, tosolicit orsecure this contract, and that he has not paid oragreed to pay any
company or person. other than a bonofid8 employee working solely for the Coneu|tant, any
fee, connnn|oo|on, pernentage, brokerage foe, gifto, 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 toannul this contract without /iab||ity, or in its discretion
to deduct from the contract price orconsideration, or otherwise recov8r, the full amount of
such fee, commission, percentage, brokerage fee, gift, orcontingent fee.
11. Discrimination Prohibited. The Consultant, with regard tothe work performed bvitunder
this Aoreennent, will not discriminate on the grounds of raoe, rm|igion, oreed, on|or, national
origin, oge. Veteran ototuo, eex, sexual orientation, gender identity, marital status, political
affiliation or the presence of any disability in the selection and retention of employees or
procurement ofmaterials orsupplies.
CA revised :1-2o o
47
12- Assignment The Consultant ahoU not sublet or assign any of the services covered by this
Agreement without the express written consent ofthe City.
13. &/on-Wminer. Waiver by the C|b/ of any provision of this Agreement orany time limitation
provided for inthis Agreement shall not constitute avvoiVer ofany other provision.
14. Termination.
A. The City reserves the right to terminate this Agreement at any time by giving ten (10)
days written notice tothe Consultant.
B. In the event of the death of nnenlbnr, partner or officer of the Conou|tont, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant
hereby agree to onrnp|nte the work under the terms of this Agreement, if requested to
do so by the City. This section shall not be o bar to renegotiations of this Agreement
between surviving members of the Consultant and the City, if the City so chooses.
15. Applicable Law; Venue; Attornmv'm Fees. This Agreement shall be subject to, and the
Consultant shall at all times comply vv|th, all applicable federal, 'state and local |a»ve
regulations, and ru|eo, including the provisions of the City of Tukwila Municipal Code and
ordinances of the City of Tukwila. In the event any ou|t, orbitration, or other proceeding is
instituted to enforce any term of this Agreement, the parties specifically understand and
agree that venue shall be properly |e|d in King County, Washington. The prevailing party in
any such action shall be entitled hrits ottorney'ofees and costs ofsuit. Venue for any action
arising from or related to this Agreement shall be exclusively in King County Superior Court.
10. SeVerabi|itV and Survival. |fany term, condition or provision ofthis Agreement is declared
void or unenforceable or limited in its application or gffecl, 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
ofthis Agreement.
17. yJoboeo. Notices hothe City ofTukwila shall besent tothe following address:
City Clerk
City OfTukwila
G20O8outhoenterBoulevard
Tukwila, WA 98180
Notices toConsultant shall bosent tnthe following address:
Mayes Testing Engineers, Inc.
Attn: TinnothyE]. Beckerie
2D225Cedar Valley Road
Suite 110
Lynnwood, VVAS8O30
18. Entire Aqroenment; Modification. This Aoraoment, together with attachments or addanda,
represents the entire and integrated Agreement between the City and the Consultant and
supersedes all prior negVUotions, napnasentodono, 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 bythe parties.
oArevised :1-2on
48
DATED this
day of .2O
CITY {}FTUKVV|L4 CONSULTANT
Allan Ekberg, Mayor
Attest/Authenticated:
By: Printed Name:
Title:
Approved aotoForm:
City Clerk, Christy O'Flaherty Office of the City Attorney
CA revised :1-2on
49
50
sewemffice
Y TESTING ENGINEERS, INC
T4 '^
Alrerrac COMPANY
Ms. Paige Premselaar
Shiels ObletzJohnsen Inc.
pa|Qonn@oojoeG.00m
Re: Request for Proposal Construction Testing and Inspection Services
City ofTukwila Public Safety Plan Projects
Including ` but not limited to: Fire Station 0and 52 Project and Justice Center
Mayes Testing Engineers Proposal No. 18549T
ncam Offloe
10029ua°^.idvwy
SLiteE-2
rc&u.kkvA98499
253 594 N20
Dear Ms. Pramae|oar
VVeare pleased tosubmit our qualifications and estimates for the City kmi| Public Safety
Plan Projects — Fire Station 51and 52 and the Justice Center. Our firm isknown for the
experience of our inspectors, our active participation with project teams, and our materials
engineering expertise. Please find attached our qualifications and estimates.
The pointnfcontact for this RFQwill be:
Paul O.Davis, P^E. Office Manager
10029 S. Tacoma Way, Suite E-2 I Tacoma, WA 98499
We have experienceworking with members ofthe project teamsincluding Weinstein A+LL
Swenson Say Feget Lvdi0 Construction, [}LRGroup. KPFF and BNBui|dero. Projects with
Weinstein A+U include 2220 East Union, 1012 First Avenue Renovation, and State Hotel
Renovation. Projects with Swenson Say Faget include Ballard Park, YVV[}A Family Village at
|oomquoh and UVV Hm|| Health Primary Care Canter. Lvd|g projects include 8mab|e 3D Wilson
Pacific Middle School, Seattle SD pinehurstSchool and GSA Building 7 Structural Renovation.
[>LRGroup projects inc|udeBoemO NBFCuotnnner Delivery Center, U p|ooa Phase 1 Building
and Beaverton 8D Kaiser KS. KPFF projects include SeaTooAirport International Arrivals'
Faui|itv, Expedia Headquarters Seattle and Third and Lenora Tower. BN8ui|ders projects
include 1818 Fairview Avenue East Life Sciences Building, SEA1 13 BE Meyers and MultiCare
A||enmore Behavioral Health.
We can provide a sample certificate of insurance upon request.
Ifyou have any questions orifvvemay beoffurther
aoestonma, please do not hesitate tocall. Thank you for
your consideration.
Respectfully Submitted,
MAYESTESTING ENGINEERS, INC.
TimmthvG. Beckerle, F.E.
Principal
Firm Qualifications: Firm Profile,
Organizational Structure & Staff
Certifications
Project Experience
Proposed Personnel
Fee Proposal: Estimates & Fee
Schedule
Exceptions Memo
51
Firm wProfile
Corporate Headquarters
18001 W. 106LhSt. GteSO0
Olathe, Kansas 0O0U1
14O+Branch Offices Nationwide
4000+Enlp|oyeoe
ENRTbp 50 Design Firm
Mayes Testing Engineers
Mission Statement
"We create loyal clients by
providing them with professional
solutions that stand."
Mayes Testing Engineers stands behind
our clients by providing professional solu-
tions, which include quality inspection,
testing and materials engineering anp
viceo.thatcoNNbutetooafe.economioo|
and enduring structures.
Mayes Testing Engineers stands behind
our employees byoffering personal
growth, continuous training and areward-
ing ooneorpathinopnofeooiuno|envinnn'
Mayes Testing Engineers stands for a
healthy, growing, profitable company that
rewards its employees and supports the
community.
KDAYESTESTING ENGINEERS PROVIDES
PROFESSIONAL SOLUTIONS THAT STAND.
Mayes Testing Enginears was founded in1984 and has offices
inLynnwood, Tacoma and Portland with ecombined staff of
over 12Oemployees. |nAugust 2U1b.Mayes joined Teommzn
which not only brings additional local staff t0our team, but
provides resources Qf8national company with over 4ODO
employees. Quality service and client satisfaction have helped
Mayes Testing Engineers become one of the largest and best-
known providers of construction quality assurance services in
the Pacific Northwest.
Our services include:
* Special Inspections
= Construction Materials Testing
* Condition Surveys
* Nondestructive Testing
= K8oterio|o Engineering and Consulting
° Seismic Welding (]ua|itvAsaunaOCe/QUa|i[y
Control Plans
Our commitment tVexcellence includes hiring and retaining
the most qualified staff inthe industry. Among our manage-
ment staff, including ten Professional Engineers, are some of
the most experienced materials experts in the Pacific North-
west. They provide valuable support tuthe project tearn.{]ur
project management structure is designed to ensure clients re-
ceive excellent communication, technical support and effective
cost control for large and onnaU projects from start to finish.
Mayes Testing Engineers continues to develop new and im-
proved services for our clients. \8A*strive to provide the most
conloeterd, knovv|adAgob|e inspectors in the field. Our Training
Program provides numerous lab and field opportunities fohelp
all employees further their skills within the company.
Mayes Testing Engineers iaproud ofthe client relationships
we have built. Our client list includes:
= State ofWashington
13 Port nfSeattle
= University of Washington
" Microsoft
= Boeing
° Amazon
= Portland State University
= City nfTacoma
= State ofAlaska
= Kemper Development
* Many schools and hospitals
52
MAYES TESTING ENGINEERS, INC.
4W
W
17
ti
Mayes Testing Engineers, |nn.hoafuUvacnredited|aboratoriao
|nWashington and Oregon. The finm\a principalsare full-time
Registered Professional Engineers. Project Managers and
Inspection Managers have more than 15years ofexperience
intesting, inspection, and consulting. The firm has materials
engineers inwelding, concrete, soils, masonry, asphalt, fiber
reinforced polymer, and nondestructive testing. Tbinsure high
quality and consistent performance, the Quality Control Man-
ager performs periodic audits on all inspectors and laboratory
personnel. A fundamental element of Mayes Testing Engi-
neers' structure is easy access to principals and managers by
field personnel and clients.
FIRM NAME: Mayes Testing Engineers, Inc. aTenocnn
Company
VVEE]S|TE: vvvvvvmnyesteot|ng.00nn
FOUNDED: 1SO4aoBoss Testing, |nc.1S81aaBoss &
Mayes Testing Engineers, Inc., 1996 as Mayes Testing En0i-
FEDERAL ID: 01-3376917
DUNS: 782404481
UVAUB0: 802-362-795
OWNERSHIP STRUCTURE: 7enanonis1OO percent emplovee-
oNned.Nosingle employee owns more than five percentof
over-
all company shares. The single largest shareholder isaTernaoon
employee ESOP program.
MAYES TESTING ENGINEERS, INC.
ORGANIZATIONAL CHART
Michael Mayes, RE.
President
Seattle Office
20225 Cedar Valley Road
Suite 110
Lynnwood, WA 98036
Ph: 425.742.9360
Fax: 425.745.1737
Portland(OfDce-',`
|7911 NE 33rd Drive
Suite 190
Portland, OR 97211-1960
Phone: 503.281.7515
Fax: 503.281.7579
Tacoma Office
10029 S Tacoma Way
Suite E2
Tacoma, WA 98499
Phone: 253.584.3720
Fax: 253.584.3707
Jennife Hempel
Marketing
Client Services
Manager
Marketing Staff
Michael Dolder, RE.
Senior Principal
Stuart Carter, PE
special
Projects
Manager
Staff
Technicians
Raymond Ramos
IT
Manager
Trevor Ticknor, PE
Portland Branch
Manager
Chuck Schneider
Laboralofy Manager
Portland Senior
Project Managers
Portland
Inspectors
Paul Davis, PE
Tacoma Branch
Manager
' Mark Gordon
Laboratory Manager
Tacoma Senior
'Project Managers
Tacoma
Inspectors
I
P.E.Timothy Beckede,
Principal
Jesse Kane/Zen Revilla
Laboratory Managers
Seattle Senior Project Managers
�
Seattle
Inspectors .
Tdp Edgerton
'
Business
Development
MAYES TESTING ENGINEERS, INC
A16=M COMPANY
53
Firm Qualifications: Staff Certifications
MAYES TESTING ENGINEERS, INC.
A lrMrJCon COMPANY
CONCRETE
STEEL j F/P S/C S/M MISCELLANEOUS
EMPLOYEE
Brett Adam
Joe L. Allen
Edward Bauman
Tim Beckerle
Bruce Berger
Dave Bernier
Andrew Bontrager
Shannon Burgess
Tom Cain
Ahmed Alnazary
Tom Callea
Danielle Candelaria
Raymond Carter
Stuart Carter
John Chebul
Steve Collins
Ilir Dardania
Paul Davis
Heath Defoor
Lloyd Detterich
John Dizon
Keith Dohrman
Randy Dohrman
Mike Dolder
Trip Edgerton
Beorn Edmonds
Bob Gardner
Mark Gordon
Kevin Graham
Ryan Green
Brad Gross
Biniyam Hailemariam
Carl Harrington
Jeffery Helton
Kevin Hill
Aaron Hisel-Ritz
Matt Howey
Brody Humphrey
Ian Janeczko
Kelly Johnson
ACI Grade 1
WABO - Batch/Place
ICC - Concrete
WABO - Reinforced Concrete
ICC Prestressed Concrete
ICC- Structural Steel
WABO - Structural St
Ultrasonic Level II
Magnetic Particle Level
Penetrant Level
ICC - Fireproofing
WABO Shotcrete
tural Masonry
U
U
WABO Structural Masonry
Asphalt Testing
Soils' Compaction
1-
w
U
Z
WABO- Cold -Formed Steel
Soil Bearing Capacity
WABO - Lateral Wood
Proprietary Anchors Class
•
WABO - Proprietary Anchors
54
Firm Qualifications: Staff Certifications
EMPLOYEE
Jesse Kane
Jim Kay
ACI Grade 1
CONCRETE
WABO - Batch/
ICC - Concrete
WABO Reinforced Concrete
ICC Prestressed Concrete
ICC- Structural Steel
Jacob Keas - - - - -
Alex Keyzers
Samuel Larson - - -
Joseph Long -
Nicholas Leede - - -
Anas Mandi - - - - -
Zachary Mamiock - -
Marco Martinez - -
Mike Mattox - - - - -
Mike Mayes - - -
Joel Morder - - -
D. Bruce Morgan - -
Lonny Morrison
Samuel Owens - - -
Karl Pauly - - - -
WABO Structural Steel
MAYES TESTING ENGINEERS, INC.
A ireff)COO COMPANY
STEEL F/P SIC) SIM 'C MISCELLANEOUS
Chris Putnam
Zen Revilla
Carl Reynolds
Magnetic Particle
Penetrant Level I/II
ICC - Fireproofing
WABO`Shotcrete
ICC -Structural Masonry
WABO - Structural Masonry
Asphalt Testing
Soils Compaction
NICET Certificate
Soil Bearing Capacity
WABO - Lateral Wood
Proprietary Anchors Class
WABO - Proprietary Anchors
Patrick Rice - - - - -
Dennis Sanborn
David Schmutzler -
Keenan Schulz - - -
Ed Smith
Kyle Smith - - - - -
Charles Solway - -
Skip Szurek
Carl Tacker - - - -
Erik Tichenor - - -
Barry Tuttle
Earl Uy - - -
Jeffrey VanBlaricom - -
Aaron VanderPol -
Mark Vassallo - -
Wally Wagner - - -
Jeffrey Ward -
Craig Williams - - -
Todd Wirtz - -
55
56
C
nc
SNOHO
SH COUNTY COURTHOUSE RENOVATION
Everett, WA
WOOMSgr$410400,.
A ,ipmfoaN*
-Aptno.p,.
.......,
REFERENCES:
g Owner: Snohomish County — Jeff Hencz (206) 499-0747
DATE: 2018 — Present
FEES: $313,442
DESCRIPTION: This $72 million project consists of a five level
(plus partial basement) structural steel addition totaling 30,214
gross square feet as Phase I. Phase 11 will consist of the
renovation of approximately 47,229 gross square feet of the
existing Courthouse which will remain operational during the
renovation.
PORT OF TACOMA PIER 4 PHASE 2 RECONFIGURATION
Tacoma, WA
DATE: Sep 2016 — Apr 2018
FEES: $209,294
DESCRIPTION: This $83 million project is part of a $250 million
terminal improvement project to strengthen and realign the
existing berth to handle new cranes capable of serving ultra
large container ships. Scope of work involves demolition, wharf
construction, dredging, and construction of a two-story structural
steel framed marine building.
REFERENCES:
g Owner: Port of Tacoma — Mike Kisak (253) 383-5841
POS SEATAC AIRPORT INTERNATIONAL ARRIVALS FACILITY
SeaTac, WA
DATE: Sep 2017 — Present
FEES: $925,870
DESCRIPTION: This $766 million project is a new expanded
arrivals facility at SeaTac Airport. The facility includes a multi-
level, 450,000 square -foot building located east of the current
Concourse A. An iconic aerial walkway spans 900 feet across
and 85 feet above the existing taxi lane and connects arriving
international passengers from the South Satellite across the top of Concourse A to the new
facility.
REFERENCES:
• Owner: Port Construction Services — Sara Mitchell (206) 604-7390
MAYES TESTING ENGINEERS, INC
A liitfrACOO COMPANY
57
~ �^=]P. �w°*
=
SEATTLE OPERA THE CENTER
Seattle, WA
DATE: Jun 2U17—Present
FEES:$183.1OO
DESCRIPTION: This $80 million project consists ofafour+stnry.
1O5.00U-aouare-foo[facility 0nthe site ofthe vacant Mercer
Arena at Seattle CeOter. The public will be able to watch
rehearsals, see sets assembled and attend community and
educational events. Abig window along Mercer Street will give
passersby 8view into the rehearsal and community spaces.
REFERENCES:
0 Owner Rep: Ghie|o[)bletzJohnsen, Inc — Mike Tihist8(2O6)3SO-9O5S
WASHINGTON STATE CONVENTION CENTER
Seattle, WA
DATE: Aug 2O1O—Present
FEES: $2.242.880
DESCRIPTION: This $1.6 billion project consists 1.5-million
square foot addition to the convention oantgr. The schedule will
be very fast paced. The buildings are supported on concrete mat
footings, large trUSs8S, brace h3nnee and S8iGnnic demand critical
welding. The concrete floor quality will be critical. The facility
incorporates 1.250.000 square feet of convention apooa and
250,000 square feet of parking and retail in an innovative program including stacked exhibit
halls — located both above and below grade — two stacked meeting room levels and an industry
leading 00'000 square foot ballroom. The project also includes two adjacent blocks of mixed -
use co -development towers to the north, planned as a 542,000 square foot office tower and a
404-unitresidential tower. Both rise over street -level podiums with retail opportunities and sit
above the convention center's below -grade loading docks.
REFERENCES:
M C)VYDg[ Pine Street Group, LLC—Sam Russell (206) 340-9887
�UW COMPUTER SCIENCE & ENGINEERING EXPANSION
Seattle, WA
DATE: Jan 2O17—Present
FEES:$15O.91O
DESCRIPTION: This $110 million project consists of new
floor, 135.DOOsquare-foot building. The expansion building
features atwo-sided curving form that responds tothe
topography and flow ofcampus circulation. The site design
reaches beyond the boundaries ofthe building with ashared
plaza, improving pedestrian connections across Stevens Way
and embracing the Mechanical Engineering and Civil Engineering buildings to either side.
REFERENCES:
a Owner: University of Washington — Bryan Elion (206) 897-1868
MAYES TESTING ENGINEERS, INC.
58
Our proposed team has extensive experience with on -call testing projects, successfully
completing hundreds Ofprojects. Th8Vohgd@ndCO0p|8xnaturgofthiSproeyct[equireSgxpHrhae
in every facet of construction.
PROJECT MANAGER —Dennis Sanborn
We propose Dennis Sanborn aathe Project K8oDagac Mr. Sanborn has
28years Ofinspection experience. Heholds VVAB[>licenses for all
inspection disciplines and has extensive soils and asphalt testing
experience. Hehas successfully managed several public projects
including S88TaoAirport. Rental Car FaCi|itv, Pierce Transit Parking
Garage, Tacoma Art Museum, Tacoma Community College Expansion
and GOVthoenterMall Parking Garages. Hewill provide preConSt[UCiiOn
services, coordinate inspections, provide cost management and technical
support 8awell aacoordinate project dOseou[aerVioeo.
Education:
M Reinforced Concrete | & |[ Structural Steel | & U. Seattle Central Community College
Re0istrationm/Certif icaUons:
* VVAB[) Certified Inspector In: Reinforced Concrete, Prestressed Connreta, Structural
Steel and Bolting, Structural Welding, Spray Applied Fireproofing, Shotcrete, Structural
Masonry, Proprietary Anchors
* VVABOCertified Field Supervisor for Reinforced Concrete, Prestressed Connrete, Spray
Applied Fireproofing, Shotoretm.Structural Masonry, Proprietary Anchors
° ]CC Certified Inspector In: Reinforced Connrete, Prestressed Cnnnrete, Structural
8tea|/VVe|ding, Spray Applied Firaproofing, Structural Masonry
* /\C| Certified Level | Concrete Field Inspector
19 Tron|erCertified for Nuclear Denaometar
LEAD|NSPECTOR—CadTacker
Our proposed Lead Inspector for these projects iaCodTacker Mr.
Tacker has 27years ofexperience inthe welding and structural steel
industry with extensive knowledge of all aspects of steel fabrication and
construction. Hepossesses great problem solving abilities. Projects he
has worked oninclude PC>G8eoTaoInternational Arrivals Facility, Port Of
Tacoma Pier 4Phase 2Reoonfiguration, Boeing Renton Bldg 4-8ODino[
Booths, K8U|tiC8reA||enm0re Behavioral Health, and Southport Office
Buildings. He is responsible for materials testing and iOSpeCbon, report
preparation and communication with the project tearn.
References:
= Boeing — Russ Bates /2OG\218-S475ruooeU.h..corn
* Boeing — Katrina Toole (2UG)051-1O84kathno.rn.tuo|a@bneiDQ.uomo
= Boeing —(]aDaWilson (20O)25S-1OO5o8neo.wi|aOO@boaing.oVnn
Ragistrotimne/Certificmtions:
* WABO Certified Inspector in: Reinforced Concrete, Structural Steel and Bolting,
Structural Welding, Proprietary Anchors
* [CC Certified Inspector in: Reinforced Concrete, Structural 8tae|/BO|tin0.Structural
\A/8|din0
° AVVG/CVV|Certified Welding Inspector, No. O711O471
* AGNTLevel || Certified UTand K8T
MAYES TESTING ENGINEERS, INC.
59
The below estimate for the Fire Station 51project is based onreview ofthe 8O%CID Set dated 11/1 /18. A
detailed construction schedule was not available for our review. Additionally, documents for Fire Station 52
were not available. VVeassume that Station 52will baofsimilar construction tn Station 51 and therefore the
estimate for Station 51 can be used aoaROM cost for Station 52. Once additional information becomes
available it would benefit the City of Tukwila to provide us the opportunity to review and revise these
estimates based onthe updated information. VVeassume all soils related testing and inspection will ba
performed bythe geotechnina|engineer nfrecord. VVeassume structural steel members will come from o
local Puget Sound orPortland area fabrication shop.
Tukwila Fire Station 51
Testing and Inspection Services
Mayes Testing Engineers, Inc. Cost Estimate No'10549T
Item
Inspection Services
Reinforced Concrete Inspection
Foundations: Estimate 4 inspections at 4
Slabs ongrade: Estimate 3 inspections at 4
Cold Form Metal Framing Inspection
Estimate 4 inspections at 4
Masonry Veneer Inspection
Estimate 4 inspections at 5
Structural Steel Fabrication Inspection
Estimate 5 inspections at 4
Structural Steel Erection Inspection
Estimate 10 inspections at 8
Ultrasonic Testing
Estimated No.
of Units
hours per inspection
hours per inspection
hours per inspection
hours per inspection
hours per inspection
hours per inspection
hours per inspection
Estimate 5 inspections at 4 hours per inspection
Project Management (Includes meetings, site visits, report review,
ml x design review, and misc. cm
Laboratory Services
Concrete Compressive Strength Cylinder Test
Miscellaneous Services
Cylinder Pick-up
Mileage
Secretarial Services (Types reports, mail, postage, etc.)
44 Hours
Extended
Unit Price Tote
10 Hours 75.00/hr 1.200.00
20 Hours 75.00/hr 1,500.00
20 Hours 80.00/hr 1.800.00
80 Hours 90.00/hr 7.200.00
20 Hours 95.00/hr 1.900.00
15 Hours 105.00/hr 1.575.00
60 Each
Total Estimated Costs:
No Charge
No Charge
No Charge
$19,975.00
Afour-hour minimum charge per call applies toall inspections. Apremium rate cf1.5times the regularwill bocharged
for all work outside nfnormal working hours inexcess of8hours per day and onSaturdays, SundayoandLaga|Holidays.
TESTING ENGINEERS, INC.
60
The below estimate for the Justice Center ksbased onreview ofthe plans dated 1U/5/8. Adetailed
construction schedule was not available for our review. Once additional information becomes available it
would benefit the City of Tukwila to provide us the opportunity to review and revise these estimates based on
the updated information. We assume all soils related testing and inspection will be performed by the
gootochnico|engineer ofrecord. We assume structural steel members will come from a local Puget Sound
orPortland area fabrication shop.
Tukwila Justice Center
Testing and Inspection Services
Mayes Testing Engineers, Inc. Cost Estimate No. 18549T
Estimated No. Extended
Item of Units Unit Price Total
Inspection Services
Reinforced Concrete Inspection 98 Hours 75.00/hr 7.200.00
Foundations: Estimate G inspections at 4 hours per inspection
Restae|: Estimate 5 inspections at 4 hours per inspection
Slabs on grade: Estimate 4 inspections at 4 hours per inspection
Slabs cmdeck: Estimate 4 inspections at 4 hours per inspection
yNioo/Gite: Estimate 5 inspections at 4 hours per inspection
Structural Steel Fabrication Inspection 40 Hours 90.00/hr 3j500lK0
Estimate 10 inspections at 4 hours per inspection
Structural Steel Erection Inspection 200 Hours SO.UO/hr 18.000.00
Estimate 5 weeks 40 hours per week
Ultrasonic Testing 20 Hours 95.00/hr 1.900.00
Estimate 5 inspections at 4 hours per inspection
BmseplateGrout Inspection 8Hours 75I0/hr 600.00
Estimate 2 inspections at 4 hours per inspection
Project Management (Includes meetings, site visits, report review,
mixdesign review, and misc. consultation) 30 Hours 105.00/hr 3.150.00
Laboratory Services
Concrete Compressive Strength Cylinder Test
Grout Compressive Strength Test
1OOEoch
6 Each
25`OUea
25.00 ea
2,500.00
150.00
Miscellaneous Services
Cylinder Pick-up No Charge
Mileage No Charge
Secretarial Services (Types reports, mail, postage, etc.) No Charge
Total Estimated Costs: $37,100.00
/\ four-hour minimum charge per call applies toall inspections. Apremium rate of1.5times the regular will becharged
for all work outside of normal working hours in excess of hours per day and on Saturdays, Sundays and Legal Holidays.
Payment is net 30days. This estimate iavalid for SUdays.
TESTING ENGINEERS, INC.
61
MAYES TESTING ENGINEERS, INC
P2 Fee Schedule
INSPECTION SERVICES
Concrete |Daoaohnn Steel, Concrete Placement, Shmb:Re&e,
AuQerca3fGrout, Grout, BaM
Post Tension Concrete Inspection (includes placement and stressing)
Proprietary Anchor Inspection (includes Epoxy Grouted and Expansion Anchors)
Masonry Inspection (Includes cmuand brick veneer)
Lateral Framing Inspection (includes wood and light gauge)
8aianoio Resistance System Inspection
Fiber -Reinforced Polymer Inspection
Fireproofing Inspection
Laboratory Technician
Lead Inspector
Structural Steel/Welding Inspection (includes bolting)
Non -Destructive Testing
Dye Penetrant Testing
Magnetic Particle Testing
Ultrasonic Testing
LABORATORY SERVICES
Concrete Testing
Concrete Absorption, Unit Weight and Moisture Content Test
Concrete, Augercast Grout or Nonshrink Compressive Strength Cylinder Test (includes
curing, breaking and report)
Concrete Compressive High Strength Cylinder Test (over Y<l000psi)
Concrete CO[8 Compressive Strength Teat (includes trimming and testing)
GhOtCr8te Panel Test (includes 4cores)
Voids and Density mfHardened Concrete Test (4SQMC642)
Masonry Testing
yWQoOnry Drying Shrinkage Test (set nf31
Masonry Grout orMortar Compressive G[SngthTest
Masonry Prism Test (grouted orungrout8d1
Retaining VV8|| Unit Absorption Test
LABORATORY SERVICES
Miscellaneous Testing
Fireproofing Density Test
Tensile Test 0nCoupon Assembly (with slippage #3-#Q>
Tensile Test OnCoupon Assembly (with slippage #YO-#YfD
Universal Test Machine &Operator
Weld Fracture Test
ENGINEERING SERVICES��`�'�
NDELevel III Consultation
Principal Engineer
Staff Engineer Pachon/etef Testing, Floor Flatness Testing, Impact Echo
Testing, Load Testing & Moisture Emissions Testing)
Engineering Technician
Project Manager
75.00/huur
75.00/hOur
75.O0/hVur
75.00 /hour
75.00/hoVr
75.0O/hnur
75.DO/hou[
75.00/hOur
M5.00/h0u[
0O.00/hOu[
SU.Q0/hOur
S5.00/hoU[
85.UO/hour
95.O0/hOur
45.00 each
25.00eeoh
3O.0088ch
8O.O0eeoh
10O.O0aaoh
75.0088oh
3OO.00each
25.00eooh
11O.0Oeaoh
45.00 each
MO.O0emnh
8O.UOeaoh
1U5.00eoCh
135.00/hour
8U.O088Ch
`
^-
175.00/hour
175.00/hOur
140.00/hour
105.00/hOu[
105.00/hoU[
Mileage only outside our regular service area) 0.65 /Di|e
Subsistence (lower 48states) Federal GSA Rate
Reimbursable Expenses (commercial travel, rentals, c0n8Un7abAas,8bc.) Cost +1596
Gubconau|tantS Cost +15Y6
*4four hour minimum charge applies boall inspections. Overtime rate ofi5times the regular rate applies hoall work
performed outside ofnormal working hours, weekends and holidays.
62
ExceptionsExceptionExceptions
TO: The City ofTukwila
FROM: TonaconConxu|tonts. Inc.
DATE: November 2O.2O18
RE: Request for Proposal Construction Testing and Inspection Semioeo—Flne Station51 und52
Project and Justice Center
TenaoonConnuUanta' reviewed the Consultant Agreement for Services provided
by the City of Tukwila ("City") as part of the RFP, and respectfully requests the following modifications:
1. Section 7Indemnification — please revise the section anfollows:
7.Indemnification. The Consultant shall indemnify and hold the City, its officers, officials, and employees
harmless from any and all claims, injuries, damages, losses or suits including reasonable attorney fees
and costs of defense, to the extent arising out of or resulting from the negligent acts, errors or omissions
of the Consultant in performance of this Ag,eemont, except for injuries and damages caused by the
negligence ofthe City.
Tonaonn'oprofessional liability insurance covers claims that resultfvom any negligenceand errors oromissions
tothe extent committed byour professionals, Requiring anindemnification which innot limited 0onegligence or
willful acts is beyond what is covered by Terracon's Professional Liability insurance and would expose Terracon
Vnthe potential nfuninsurable claims. Bymaking the requested changes, Terraonnensures that its Professional
Liability insurance will be available in the unlikely event ofa doim, which benefits both Terronon and the City.
Additionally, the carrier under the Professional Liability policy does not provide coverage for anupfront defense
obligation due tothe requirement nfthe engineering professional tprovide adefense regardless pfwhether nr
not it was determined to be liable. Ternacnn requests to have the offirmuUva defense obligation restated as a
calculation of defense costs as part of the overall damages. This avoids the situation where Terracon is required
to take on the City's litigation costs in the event Terracon is ultimately determined not at fault.
The remainder of the terms are acceptable. Terracon's agreement to perform h nvirequested in this
Agreement is not contingent upon the City's acceptance of each requested modification. Terracon is willing to
enter in to good faith negotiations regarding these terms and conditions. Any questions or concerns regarding
these requested changes can be directed to Anish Patel at anish.patel@terracon.com or by phone at (913) 202-
7558.
10N1S,RNgnviewRoad, Olathe, KSOOVO1
Geotechnical g Environmental a Construction Materials g Facilities
63
64
City of Tukwila
City Council Public Safety Committee
PUBLIC SAFETY COMMITTEE
Meeting Minutes
January 22, 2019 - 5:30 p.m. - Hazelnut Conference Room, City Hall
Councilmembers: Dennis Robertson, Chair; Kate Kruller, Zak Idan
Staff: David Cline, Rachel Bianchi, Bruce Linton, Randy E
Wittwer, Laurel Humphrey
Guests: Justine Kim, Shiels Obletz Johnsen; Jay Sta
CALL TO ORDER: Chair Robertson called the meeting to orzder 5:30 p.m.
1. ANNOUNCEMENT
11. BUSINESS AGENDA
ds, Trish Kinlow, Jay
A. Contract Amendment: Forestry and Environmental Services for the Justice Center
Staff is seeking Council approval of Amendment No. 3 in the amount of $18,920 with DLR Group,
Inc. for forestry and environmental services associated with the Justice Center. An arborist is
required for the project and state law` requires an° 'inadvertent Discovery Plan to deal with
potential hazardous materals in the soil These services were anticipated and the cost is
included within the'overall budget. Councilmember Idan asked that the project budget be
explained in greater detail in future contractnemos. Councilmember Kruller inquired about
the reference to fire stations in Exhibit A. This includes Stations 51 and 52 and is noted in the
event services are needed at those locations, although the City does not expect they will be.
UNANIMOUS APPROVAL. FORWARD TO FESRUARY 4, 2019 REGULAR CONSENT AGENDA.
B. Contract: Commissioning Services for the Fire Station 51 and Justice Center Projects
Staff is seeking Councilaproval c a contract with Keithly Barber Associates, Inc. in the amount
of $961 for commissioning services for the Fire Station 51 and Justice Center projects. Keithly
Barber selected from eight firms responding to the RFP. Commissioning services help ensure
the project mechanical and electrical systems and components are installed and performing
correctly in a ordance with the design and manufacturers standards. These services were
anticipated andincluded in the project budget. UNANIMOUS APPROVAL. FORWARD TO
JANUARY 28, 2018 COMMITTEE OF THE WHOLE.
C. Contract: Special Testing Services for the Fire Station 51 and Justice Center Projects
Staff is seeking Council approval of a contract with Mayes Testing Engineers, Inc. in the amount
of $57,075 for construction testing and inspection on the Fire Station 51 and Justice Center
projects. Mayes Testing was selected from five firms that responded to the RFP. These services
were anticipated and included in the project budget. UNANIMOUS APPROVAL. FORWARD TO
JANUARY 28, 2018 COMMITTEE OF THE WHOLE.
65