Loading...
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