Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
2024-10-15 Council PPW Packet
1. 2. 41 OE LUMG do Agenda Edmonds City Council PARKS AND PUBLIC WORKS COMMITTEE CITY COUNCIL CONFERENCE ROOM 121 - 5TH AVENUE N, EDMONDS, WA 98020 OCTOBER 15, 2024, 1:30 PM COUNCIL COMMITTEE MEETINGS ARE WORK SESSIONS FOR THE COUNCIL AND CITY STAFF. COMMITTEE MEETING AGENDAS DO NOT INCLUDE AUDIENCE COMMENTS OR PUBLIC HEARINGS. PERSONS WISHING TO JOIN THIS MEETING VIRTUALLY IN LIEU OF IN -PERSON ATTENDANCE CAN CLICK ON OR PASTE THE FOLLOWING ZOOM MEETING LINK INTO A WEB BROWSER USING A COMPUTER OR SMART PHONE: HTTPS:HZOOM.US/J/95798484261 OR JOIN BY DIAL -UP PHONE: US: +1 253 215 8782 WEBINAR ID: 957 9848 4261 STAFF AND COUNCILMEMBERS ATTEND COMMITTEE MEETINGS VIRTUALLY, AND MEMBERS OF THE PUBLIC ARE ENCOURAGED TO ATTEND THE SAME WAY. IF MEMBERS OF THE PUBLIC CANNOT ACCESS THE VIRTUAL COMMITTEE MEETINGS WITH THEIR PERSONAL DEVICES, A MONITOR IS PROVIDED AT THE CITY COUNCIL CONFERENCE ROOM AT 121 5TH AVE N, EDMONDS WA. COMMITTEE MEMBERS: SUSAN PAINE (CHAIR), MICHELLE DOTSCH, COUNCIL PRESIDENT (EX- OFFICIO MEMBER) CALL TO ORDER COMMITTEE BUSINESS 1. Anthology Senior Living - Disposition of Sanitary Sewer Easement (10 min) 2. Supplemental LAG Agreement with KPG Psomas for the Main St Overlay Project (10 min) 3. Amendment for On -Call Stormwater Review Services (10 min) 4. Fleet Building Emergency Roof Repair (5 min) 5. Public Works Operations Automated Gate (5 min) 6. Job Order Contracting - Frances Anderson Center Exterior Doors (10 min) 7. Building Controls - Global Control Device Replacement (5 min) 8. Building Controls - Public Safety Controls Update (5 min) 9. Elevator Service Contract - Request for Proposal Consultant (5 min) 10. Discussion of Ecoremedy, LLC extended Operations and Maintenance Contract (5 min) Edmonds City Council Agenda October 15, 2024 Page 1 ADJOURNMENT Edmonds City Council Agenda October 15, 2024 Page 2 2.1 City Council Agenda Item Meeting Date: 10/15/2024 Anthology Senior Living - Disposition of Sanitary Sewer Easement Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History On March 8, 2022, this item was presented to the PPW Committee. While the committee had approved the item at that time to move forward with a public hearing, this action was put on hold by City staff in order to ensure compliance with RCW 35.94.040. In addition, due to utility conflicts that arose during construction, the proposed sewer connection for the project required redesign and therefore City staff also held off on bringing this item back to committee until that was resolved. Staff Recommendation Forward Resolution to the consent agenda declaring easement as surplus. Narrative A building permit has been issued for a 127-unit senior living facility at the southwest corner of 212th St SW & 72"d Ave W, addressed as 21200 72"d Ave W. The previous office building on the site was connected to the City's public sanitary sewer main through an easement at the south property line. With the development of the new senior living facility, this sewer line was cut and capped and a new direct connection was provided to the City's public sewer main in 2121h St SW. As such, that portion of the easement that encumbers the subject property is no longer needed. RCW 35.94.040 addresses the release of surplus lands or property that were originally acquired for public utility purposes but are no longer required for providing continued public utility service. The City Council may, by resolution and pursuant to a public hearing, release or otherwise sell, the surplus lands or property at its fair market value or the rent or consideration to be paid. Toward that end, a public hearing should be scheduled as soon as the council's agenda will allow. A staff report and detailed analysis on the disposition of the sanitary sewer easement, with recommendation to City Council, will be provided for the public hearing. Attachments: Attachment 1 - Vicinity Map Attachment 2 - Survey Sewer Easement Attachment 3 - Sewer Easement AFN7711230226 Packet Pg. 3 I 2.1.a I City of Edmonds Anthology Senior Living — Q �Q tnul i00 ST 9 1 SHT 10 S1 27N 1 ti20 T27.h-' L . _WVNWQOD R4E 20gTH ST SW EDMONDS I I ` I > -TH-STSW _ y. 0010 W 204TH ST SW � a SHT 13 SHT 14 = S30 T27N S29 T27N R4E i R4E t0 , ES RAN 220TH ST SW w m � 1: 12,125 O 0 1,010.38 2,020.8 Feet 1,504.7 This ma is a user generated static output from an Internet mapping site and is foi 18,056 p B p pp B reference only. Data layers that appear on this map may or may not be accurate WGS_1984_Web-Mercator _Auxiliary -Sphere current, or otherwise reliable © City of Edmonds THIS MAP IS NOT TO BE USED FOR DESIGN OR CONSTRUCTION Legend Notes Vicinity Map 21200 72nd Ave W FEW Q Packet Pg. 4 1 2.1.b i o co N39°59'21 "E 10.00' EXHIBIT C DEPICTION OF PORTION OF EASEMENT FOR RELINQUISHMENT 212TH ST SW M (PUBLIC RIGHT OF WAY) LOT 4 TPN:00580700000401 PORTION OF EASEMENT TO BE RELINQUISHED POINT OF COMMENCEMENT N50"00'39"W SE COR. LOT 4 27.63' POINT OF BEGINNING N89`52'53"W 128.08' 10' SANITARY SEWER 15.65' 15.60 J \� EASEMENT REC. NO. N50°00'39"W� 7711230226 �------------- ---------------- ---------------------------------- LOT 3 CITY OF EDMONDS SHORT PLAT S-77 REC. NO. 7705310298 PARK 212 APT LLC - EXHIBIT NOTE - THIS EXHIBIT HAS BEEN PREPARED TO ASSIST IN THE INTERPRETATION OF THE ACCOMPANYING LEGAL DESCRIPTION. IF THERE IS A CONFLICT BETWEEN THE WRITTEN LEGAL DESCRIPTION AND THIS SKETCH, THE LEGAL DESCRIPTION SHALL PREVAIL. 30' 30' GRAPHIC SCALE NW 1/4, NW 1/4, SEC. 29, TWP. 27N., RGE. 4E., W.M. CITY OF EDMONDS, SNOHOMISH COUNTY, WASHINGTON www.axismap.com JOB NO. DATE 15241 NE 90TH ST, 18-210 04/27/23 PO SUITE 100 DRAWN BY CHECKED BY ODOaD REDMOND, WA 98052 JM WTB TEL. 425.823-5700 surww& FAX 425.823-6700 SCALE SHEET 1"=50' 3 OF 3 Packet Pg. 5 1/20/22. 12:46 PM Landmark Web Official Records Search 2.1.c III h , s° i j ^ g1ACli, G�,�r N . P.O. i,nz 1 7 i O L A S E M E N T Wh i ;4'iTON LyWYOOD, rr\ N r-4 IN CONSIDERATIOqoencto accrue to the grantors herein, the 11 undersigned, LAPIERRE INDUSTRIE_ INC.;LAPIrjiR1 F.NTERPRISFS, a a� rtnerahip td hereby grant to the t11Y Ol Eti+ 'lUS, a runici paT Corporation, a permanent ti easement for the installation ADS. ation, and maintenance of San�itar over, across, throuq an eh d b law the 0 owing s bed property, a�gr� a fuY4her right to re'ove trees, bushes, 'undergrowth and other obs tructionrinterferinq with the location, construction and maintenance of said utility orlutilities, tooether with the right of access q to the easement at any time for the �['ay purposes. r: The easement and right-of-way hLrr Brantad is located in the County ��O of Snohomish, State of :iashington, and more titularly described as follows: j See attached A 1- The CITY agrees to restore to substantially the on i dition such t' improvements as are disturbed during the construction, main a and repair of said utility or utilities; provided, the grantm•s, their h assigns o shall not construct any permanent structure over, upon or withi`' rmarent i easement. `_ I IN WITNESS WHEREOF, said corporation has caused this instru� be i executed by its proper officers and its corporate seal to be hereu affixed this 16th day of November 19 77 Cl�d tt--L.ve et 1, NO SALES TAX By Q:K ` «c_ Pr ident REQUIRED € Byf�l-4C NOV 21 1971 Seer �� STATE OF WASHINGTON& iBy[p$, 9sroziA;&* liiiM C COUNTY OF SNOHOML%FP — On this 16th day of November 19 77 before me, the undersigned, a Notary Public in an or t e State of Was iF ngton, duly I I!j connissioned and sworn, personally appeared E. J. LAPIERRE and ALDERT LAPIERRE z{ andx to me known to be Presi ant an g{ Secretary, respectively, of LAPIERRE F.NTEPPRISES and LAPIERRE INDCSTRIE$, INC. „ I� I the corporation that executed tTie foregoing instrument an ac no•.; edged the said instrument to be the free and voluntary act and deed of said corporation, for the L ' _I uses and purposes therein mentioned, and on oath stated that they authorized l 1 to execute the said instrument and that the seal affixed is the corporate seal of i said corporation. ,,\ Witness my hand and official,s�f--)eW- pixed the da year first above written. : j4;. II i� K o- a "a it Tri t't1e LT in a or to ate of,� '• > Was ington, residing at },. < . Yo11216 e e.498 17112302-2'6 https://www.snoco.org/RecordedDocuments/search/index?theme=.blue§ion=searchCriterialnstrumentNumber&quickSearchSelectio Packet Pg. 6 1/20/22, 12:46 PM Landmark Web Official Records Search I 2.1.c 1 }I M,in Slr�' �. W��° rl°n 96m3m • �}06i ))691)) file No. That portion of Tract 4, Solners Five -Acre Tracts accordthe plat thereof recorded In Volume 7 of PIa [s on page 25, records of ""h ty, Washing- ton, lying within a strip of land 10.00 feet in width bean eet on each side of the following des,. ibed cen terlino: Beginning at a , n the east line of sa Id Tract 4, 50°16'25"W 19n.00 feet from the northea thereof; thence N88°52'l4"W 91.00 feet to a point hereinafter referred t ro int A"; than continuing N88°52'14"W 87.OD feet; thence 546°oo'u 9y.Bo :0. a?I.el'I. terminusofthe centerlineherein described: ALSO, that portion of said Tract 4 lying within a strip ofland width, being 5.00 feet on each side of a centerline which begins at the afore- mentioned "Point A" and extends N50°00'W 80.00 feet to the terminus of the centerline here In -described; - Situate In Snohomish County, Washington. t l https://www.snoco.org/RecordedDocuments/search/index?theme=.blue§ion=searchCriterialnstrumentNumber&quickSearchSelecti Packet Pg. 7 1/20/22. 12:46 PM Landmark Web Official Records Search 1 2.1.c I 0 i NF. Nn. 71 /02IB Q o � O E�rirf.:xJ L "3as: /a.� Se I V cnJ CPw%�'ne ofEalawr.H � i , F- I M � w 3 i Fbro/ .i of .Sbo�/ S bsr.'ren � j� a v C N . S/Z. Z2• — — NB8'4B'z5'W I DESCRIPTION ATTACHED ON SHEET 2 vm1216 Fxce500 EASEMENT MAP FOR 7711230226 LAPIC. CJRE IN TRA T 4 SOLNL Z> t- WE ASTRIES TRACTS CITY OF EDMONDS, SNOHOMISH COUNTY, WASH. https://www.snoco.org/RecordedDocuments/search/index?theme=.blue§ion=searchCriterialnstrumentNumber&quickSearchSelecti Packet Pg. 8 2.2 City Council Agenda Item Meeting Date: 10/15/2024 Supplemental LAG Agreement with KPG Psomas for the Main St Overlay Project Staff Lead: Rob English Department: Engineering Preparer: Emiko Rodarte Background/History On May 9, 2023, this item was presented to the Parks and Public Works Committee and it was forwarded to the consent agenda for approval. On May 23, 2023, this item was approved by City Council on the consent agenda. On January 19, 2024, supplemental agreement was approved by City Council for the design of stormwater improvements. Staff Recommendation Forward the item to the consent agenda for approval. Narrative On May 26, 2023, a contract was executed with KPG for design of the Main St Overlay project. The total amount payable for this contract was $125,114.44. The project consists of a full -width grind and pavement overlay along Main St from 6th Ave to 8th Ave. Other improvements include upgrading all noncompliant ADA curb ramps within the project limits, pavement striping and signage. During the design, City engineering staff identified the need for additional professional services necessary to analyze and design stormwater improvements to support the project. The $20,224.00 supplemental agreement with KPG raised the total amount payable to $145,338.44. Before construction begins, a supplemental agreement with KPG must be executed in order to secure their services for engineering support during construction. City staff have negotiated a fee of $12,727.44 for KPG to provide review of RFls and submittals, and record drawings after the project is complete. This brings the project total to $158,065.88 The project costs are being funded by grants from FHWA and TIB, REET (Fund 126), and Stormwater Utility Fund (Fund 422). Attachments: Attachment 1 - Main Area Map Packet Pg. 9 2.2 Attachment 2 - Supplemental Agreement Packet Pg. 10 A I ►\ SLO-A M RYINVA �Uv Rj LVA WAA 0 - $� - _ _ _ +�+ I � � - , � � � ram,: _ ._ • ®� ' y .- ;; - - L ;. •; I:� sa it- o = 411 r >� ,. ,. f .• ♦: ",III II II II',,' � - aJ r - I,, DI I I / - ¢� I- L.a �. __- _. — I I �__ i � -. P - _. - ': _ ;.- ' . ;, , ,, 4'.. .. � � ems■ _ J--'—� _ .,.. � - - � J _ I - -: ,, ., ,_.-, 'r� / '+�.,..., r /_ L _� •"' _ __ _ _. --_ -- __ "�' - = ■fit . J ... a \ • .�.. ,,� ♦ Cs \ ``�' .. _ �r...,r ' Ppi. �i �_J - Ira - L J , PI 4 _ I 77 Ir L .i t t � � _ - ,� ,PI 'N 7 7- s9B + - -Al41 //q l�v !w wFI PKI / ,� J ' yip _ • _ � � _ _ \4 �p , AU BEGIN , O /` � !/'x \~'. / ,. 3- r 3 . . z. �,. _- '. :: — ,`=k'...: Mli �.. I:: LJ • _ I _ _ �1. a r-.•, ' .. yr. wo a ' �)_ "; j' ,. ? ,� '\ / ., ,,, .� .� - , II I Imo' ':; ■:1 1 ( I' • � a � P �' - \, �1 PIP d6 / cy i� ry . ,t , s , , . � e a "1 � �'•."-s z e, y..- / s — , .I rik Irk � +. I� f I I 4 —.■t. as iuta�� �- _- r II , , - I—Irr,l .■z»I� �aa - - - � - I I, I v h � r_-..a: I + 1 r" _ M- 1 --IBM J n - ba - - 1 i 1 \ 1 - II II�'� \ I I .. � - -,: ,II � - 1 - : ., _cS+.■."�. :.: I c__ _ u._8, - I I, :.� - I �L �`� ' - ■..:: '� -,3- _].'� --- �r.II ,._ .I -- - � t w 7 I ` -� ■ 1 � V♦ -.. ., i - .ILA - - 9. /7p '. i a -� - •'/ Am - _ 1,�•'. ♦• F-. c ■, , ,-, jlll II„Ilil ,. I JII II II IlIL1r ■yr _ � o /ram _ _ - _ - as-. _ - i� I gl•o. -'-�_ - r� 4• �' rs� . •. ti •) ' I Ifll II II III,1 �i. � - _a_ Y- � — ..:.■ ''.'\ * ni _ � -. m■ I- - mom,. �-�■ - � o �■■ I II ��� o -I i■ .+. ■. �� � -0ll 11 l,... _ i. - -:p - - _ - _.. _ - - -.e"- __. _ - I - �_ a�. to u, Ill 11 lln _ �T t `• ' - .:-lr,.a: :■lr.., ..fie -.�� _ .. ,,. reY} L111 al-m) ill -T .r..T ,- -- _ - - - - - -. - -_ - -. - - _ - �--....I I _ I n r" , v,- �f ., ._ „,,. _. -. �_ v zmoi�;91)y- - ' -- --. — 3: :. `- Iv +■, _ :. _ - I - �luu,lll J s i _ •sue I r I L - � Lam, v - . �• u ldll. Jo JEW I, .Bu In 9 - % -... t aw,1 - �— IF I I " ot _. `r—I A - � '- ::. -- -- -- r,� k �I ,.. a ,. :. ■- .. .--u-_— ,...... .• -. `, ., - _ _ - , I _ _ I _ - IL _. - � : � - --.. � '_ ' e.. - • I J I I r _ e .> m • - .. �� : I. 'I ill,-. - I' .. �'� . � o n: ■ '� ;: + :.' a -4� _- � ; , 1 �_ - ff. � _�' I _ _ li _ _ o q ,i . 4 1 Em ` I I {f I I - .. - i .I }n - -I. - _.i - -_ _- _Ili 11 11 111 _ .ter.. ---- - • - • -- `� k�' 1 - _ ` V- I� `. •. ..:l �. .. - — S - III II III : -} .,i m mull _:_ Ar 71 41 C • Z= r ' ` c����, .d L_ ■ u r qft ` o NMI " • I c n;r , _, .ice■_ y' II II IIII II I.. - - .. I R■, I - _ 2.2.b Washington State Department of Transportation Supplemental Agreement Organization and Address Number 2 KPG Psomas Inc. 3131 Elliott Ave. Ste. 400 Original Agreement Number LA10513 Seattle, WA 98121 Phone: Project Number Execution Date Completion Date STBGUL-2512(010) 5/26/2023 12/31/2025 Project Title New Maximum Amount Payable Main Street Overlay Project $158,065.88 Description of Work Main Street Overlay - Supplement to add Construction Support. The Local Agency of City of Edmonds desires to supplement the agreement entered in to with KPG Psomas Inc. and executed on 5/26/2023 and identified as Agreement No. LA10513 All provisions in the basic agreement remain in effect except as expressly modified by this supplement. The changes to the agreement are described as follows: Section 1, SCOPE OF WORK, is hereby changed to read: See Exhibit B, Scope of Work. 11 Section IV, TIME FOR BEGINNING AND COMPLETION, is amended to change the number of calendar days for completion of the work to read: December 31, 2025 III Section V, PAYMENT, shall be amended as follows: See Exhibit C. as set forth in the attached Exhibit A, and by this reference made a part of this supplement. If you concur with this supplement and agree to the changes as stated above, please sign in the Appropriate spaces below and return to this office for final action. LIM Consultant Signature Approving Authority Signature DOT Form 140-063 Revised 09/2005 Packet Pg. 12 2.2.b Exhibit "A" Summary of Payments Basic Agreement Supplement #1 Supplement #2 Total Direct Salary Cost $34,697.29 $6,677.00 $4,226.00 $45,600.29 Ovehead (Icluding Payroll Additives) $60,154.69 $11,479.00 $7,360.42 $78,994.11 Direct Non -Salary Costs $10,894.20 $65.00 $0.00 $10,959.20 Fixed Fee $9,368.27 $2,003.00 $1,141.02 $12,512.29 Total $125,114.44 $20,224.00 $12,727.44 $158,065.88 N w _ 0 E t U f� Q C a) E t C.1 rr rr Q Packet Pg. 13 Exhibit B 2.2.b City of Edmonds Main St Overlay Construction Engineering Services Project Number — 9EDM010300 Supplement 2 KPG Psomas, Inc. Scope of Work October 7th, 2024 Purpose KPG Psomas will support the City for the Main St Overlay Project with Construction Engineering Services during construction. The specific task to be performed as part of this scope of work include: Task 1 Construction Engineering Services Task 1.1 — Project Admin: Consultant shall attend pre -con meeting and prepare up to eight (8) monthly invoices. Task 1.2 RFI and Submittal Review: Consultant shall provide review of RFI's, bid item material submittals, two (2) site visits and up to two (2) Field Work Directives for any changes, as needed during construction. Assume City shall review and approve standard bid item submittals and typical Div 1 traffic control, scheduling, and logistical submittals to support the project. Task 1.3 — Record Drawings: Consultant shall prepare record drawings with adequate mark-ups provided by the Contractor for any changes made during construction. Task 1 Assumptions: • Construction Management Services Consultant will be responsible for sending over any construction documentation requiring review and coordination directly with Contractor. Task 1 Deliverables: • Prepare responses for up to six (6) RFI's. • Prepare responses for up to ten (10) submittals. • Prepare up to two (2) FWD revisions. • Record Drawings: (11x17 PDF) electronic copy. City of Edmonds Page 1 of 1 KPG Psomas Inc. Main St Overlay. Engineering Services Exhibit A 1017124 PN 9EDMO10300 Packet Pg. 14 KPG 2.2.b EXHIBIT B PRIME CONSULTANT COST COMPUTATIONS Client: Project Name: KPG Psomas Inc. Project Number: Date: City of Edmonds Main St Overlay 9EDMO10300 10/7/2024 Labor Hour Estimate Total Hours and Labor � CML L c Q L (D N Task Q- a, a, �' v .� N Cost Computations by Task No. Task Description _ w o N a N w w 0 3 O m $103.00 $76.00 $91.00 $58.00 $49.00 $61.00 $34.00 Hours Totals Task 1 - CONSTRUCTION ENGINEERING SERVICES 1.1 PROJECT ADMIN 5 12 2 19 $ 1,090.00 1.2 RFI AND SUBMITTAL REVIEW 8 24 32 $ 2,120.00 1.3 RECORD DRAWINGS 4 16 20 $ 1,016.00 0 $ - Task Total 0 0 8 33 16 12 2 71 $ 4,226.00 Total Labor Hours and Fee 0 0 8 33 16 12 2 71 $ 4,226.00 ICR Overhead @ 174.17% _ $ 7,360.42 Fixed Fee @ 27% _ $ 1,141.02 Total KPG Psomas (DL + OH + Fixed Fee) _ $ 12,727.44 Reimbursable Direct Non -Salary Costs Mileage at current IRS rate Reproduction Allowance Total Reimbursable Expense $ - Management Reserve $ - Total Estimated Budget $ 12,727.44 Packet Pg. 15 2.3 City Council Agenda Item Meeting Date: 10/15/2024 Amendment for On -Call Stormwater Review Services Staff Lead: Rob English Department: Engineering Preparer: Rob English Background/History On February 28, 2023, City Council approved on -call stormwater review services and authorized staff to advertise a request for qualifications. On March 19, 2024, City Council approved amendment to provide additional professional services for on -call stormwater review of private development projects. Staff Recommendation Forward item to the consent agenda for approval. Narrative Since February 2023, the City has contracted with Atwell, LLC to provide on -call professional services for stormwater drainage review of private development permits. In February 2024, the City's Stormwater Engineer retired and the City had to transition all stormwater review services to Atwell. There is an on- going recruitment to fill the vacancy, but it has been a difficult position to fill, due to the specialized stormwater engineering experience and knowledge needed for the position and current demand for professional engineers in the region. The proposed amendment will provide $140,000 in additional budget. This amount should provide enough budget to continue the on -call services thru June 2025, based on an average monthly expenditure of $17,000 per month. The actual amount will depend on how much private development and permit activity occurs in the first half of 2025. The cost related to the on -call services will be reimbursed by permit applicants as part of their plan and permit review fees. Attachments: Amendment 2 Packet Pg. 16 2.3.a of EDM0� d CITY OF EDMONDS MIKE 1215T"AVENUE NORTH - EDMONDS,WA98020 - 425-771-0220 - WWW.EDMONDSWA.GOV ROSEN PUBLIC WORKS DEPARTMENT I ENGINEERING DIVISION MAYOR AMENDMENT NO.2 TO PROFESSIONAL SERVICES AGREEMENT WHEREAS, the City of Edmonds, a Washington municipal corporation, hereinafter referred to as the "City," and Atwell, LLC, hereinafter referred to as the "Consultant," entered into an underlying agreement for On -Call Stormwater Review Services, dated August 15, 2023 ("Underlying Agreement"); and WHEREAS, Section 12 of the Underlying Agreement provides that changes thereto must be documented by a written amendment executed by both parties; and WHEREAS, the parties executed Amendment No. 1 to the Underlying Agreement ("Amendment No. I") on March 25, 2024 to increase the contract amount and establish the Consultant's 2024 rates; and WHEREAS, the parties have determined that it is necessary to further amend the Underlying Agreement to further increase the contract amount to allow the Consultant to complete the work provided for therein and to provide for a rate adjustment for 2025; NOW THEREFORE, in consideration of mutual benefits accruing, it is agreed by and between the parties thereto as follows: 1. The Underlying Agreement of August 15, 2023 between the parties, as amended by Amendment No. 1, both of which are incorporated by this reference as fully as if herein set forth, is hereby further amended in, but only in, the following respects: 1.1 The $80,000 amount set forth in paragraph 2A of the Underlying Agreement and stated as an amount which shall not be exceeded, which amount was increased by Amendment No. 1 by $120,000, is hereby further amended to include an additional not to exceed amount of $140,000 for the original scope of work identified in Exhibit A to the Underlying Agreement. As a result of this Amendment No. 2, the total contract amount of the Underlying Agreement is hereby increased to a new total not -to -exceed amount of $340,000 ($80,000 plus $120,000 plus $140,000). 1.2 Exhibit B to the Underlying Agreement consisting of the rate and cost reimbursement schedule was amended by Amendment No. 1 to establish the Consultant's 2024 N _ a� E E a a� E s r a 1 Packet Pg. 17 rates. The Consultant may adjust its rates for 2025 up to a five percent (5%) increase above the 2024 rates without further approval. A proposed rate adjustment of more than five percent (5%) will require justification and will be subject to prior City approval. 2. In all other respects, the Underlying Agreement between the parties, as amended by Amendment No. 1, shall remain in full force and effect, further amended as set forth in this Amendment No. 2 but only as set forth herein. DONE this day of October 2024. CITY OF EDMONDS ATWELL, LLC Mike Rosen, Mayor ATTEST/AUTHENTICATE: Scott Passey, City Clerk APPROVED AS TO FORM: Office of the City Attorney Brian Darrow, Vice President N _ d E a� E a a� E s r a PA Packet Pg. 18 2.3.a STATE OF WASHINGTON ) )ss COUNTY OF KING ) On this day of 2024, before me, the under -signed, a Notary Public in and for the State of Washington, duly commissioned and sworn, personally appeared Brian Darrow to me known to be the Vice President of the corporation that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation. WITNESS my hand and official seal hereto affixed the day and year first above written. NOTARY PUBLIC My commission expires: Packet Pg. 19 2.4 City Council Agenda Item Meeting Date: 10/15/2024 Fleet Building Emergency Roof Repair Staff Lead: Phil Williams Department: Public Works & Utilities Preparer: Royce Napolitino Background/History The Public Works Operations Center was constructed in 1993 to support the Public Works Department operations and maintenance for the City. The building and facility are aging and in need of some practical updates and replacements to remain functional in support of 24/7 Public Works and City operations. The Fleet Division service the entire city motor pool including police, public works, utilities, parks and many other vehicles. This division supports storm response, police operations and city vehicle fueling. Staff Recommendation At this time, the Public Works Director recommends that City of Edmonds accept this proposal and forward to the Consent Agenda. This will authorize the executed contract for Fleet building emergency roof repair and coating, using 016 bond funding for deferred maintenance backlog in the 2024 budget. Narrative The Fleet building supports all aspects of the City motor pool and all vehicle maintenance activities as well as emergency response for utilities and storm related events. Maintaining a suitable environment for repair and maintenance of city vehicles is a critical support function for business continuity. Early in 2024 during a routine roof inspection a large area of surface rust and metal pitting was discovered on the fleet roof. Edmonds facilities team determined this was a critical fall hazard for any work on the roof and reported this to facilities manager. Director Antillon instructed facilities to conduct an emergency repair and rust prevention project on this roof. Roof has been repaired to Facilities satisfaction and treated with a rust prevention coating with a 10 year warranty Attachments: Small Works - Mono Rooftop Solutions —Oct 2024 Packet Pg. 20 2.4.a iCITY OF SMALL WOR (For Us� Only on Contract Title: Public Works Fleet building roof coa Project No. (if applicable): M181. Contract Price: [ONDS ONTRACT cif $300,000 or less) Schedule A: $45,900 Schedule B: $ Sales Tax (10.5%): $ 4819 50 I Total: $50,719.50 Contractor: Name: Mono Rooftop Solutios_ Address: 18906 13" Pl. South Bldg 2 SeaTac, WA. 98148 Phone No: 206-767-2025 State in which fnm was incorporated or where business en 1�1, was formed: Washington 1 ( Firm has a physical location in Washingto State (yes/no):� Yes The City shall award a contract based on t e lowest accept 1 bid for one, all or a combination of the bid schedules in the contract proposal. The combinatia I of bid schedules awarded shall be at the sole discretion of the City. Pursuant to the provisions of RCW 39.04i 380, if a bid is C eived from a nonresident contractor from a state that provides a percentage bidding preference, a omparable percentage disadvantage will be applied to the bid of that nonresident contractor. THIS AGREEMENT is made and cntered into by and betkeen the City. of Edmonds, a municipal corporation (the "City") and Moro Rooftop Solutions (the "Contractor"). II In consideration of the payments, covenarits, and agreeme At hereinafter mentioned, to be made and performed by the parties hereto, the parties covenant d agree to the following: Page 1 g III i I Packet Pg. 21 f I ' I Scope Of Work. The Contractor shall furnish all scope of work set forth in Attachment A,� attached I The most recent version of the Washington State Dep'rtn APWA Standard Specifications for (Road, Bridge ar specifications for the project, including the General Re (Divisions 2 through 9) and Edmonds Standard Details, e) deleted or expanded in Attachment A. �n addition, the fo limited to all obligations, plans, specifications, standa�ds incorporated in this agreement by reference: ant and labor to complete the part hereof by this reference. Hof Transportation (WSDOT) and Municipal Construction are the meets, Technical Specifications las amended, modified, clarified, Ong documents, including but not requirements therein, are hereby Bidder Responsibility. The prime contract bidder shall) be :+iatified pursuant to RCW 39.04.350, and shall submit with the bid a completed and signed Statement of Bidder Qualification form, a copy of which is included in Attachment B. 11 Contract Price. The Contractor shall perform the work fbtoe,pricc set forth above. Duration of Agreement. The term of this Agreement s11 '.'commence upon execution by the parties. All work under this Agreement shall be completed l in 10 working days from the City's issuance of the Notice to Proceed (NTP). Performance Bond. As required under Chapter 39.08 RC jhc Contractor shall provide the City a performance bond (Attachment C) for the full contract am u�t plus increases covered by change orders issued by the City under this Agreement. The Contra¢ pr may choose to provide alternatives to a performance bond when permitted under RCW 39.08.01 Q. Prevailing Wages. The Contractor shall pay prevailing w s in accordance with Chapter 39.12 RCW. A completed Statement of Intent to Pay Prevailing ages must be submitted to the City for the prime contractor and each subcontractor prior to!thelst payment. A completed Affidavit of Wages Paid must be submitted to the City for the prime Ck tr4ctor and each subcontractor prior to final payment and/or release of retainage. Labor And Industries Insurance. The Contract ` industrial insurance (workers' compensation) premium status shall be current with the ington State Department of Labor and Industries prior to commencement of work under 'this greement and shall be maintained current for the duration of the Agreement. I I Retainage. An amount of five percent (5%) of moneys ear by the City until all requirements under Chapter 60.28 RC\ submittal of all required Affidavits of Wages Paid and veri: industrial insurance premium status, Page 2 by the Contractor may be retained completed, including satisfactory on of current Labor and Industries 2.4.a Packet Pg. 22 1 � I i Defective or Unauthorized Work. The City reseve th' ght to withhold payment from the Contractor for any defective or unautho>ized work! 15ef ive or unauthorized work includes, without limitation: work and materials that do not conform he requirements of this Agreement, and extra work and materials furnished without the ICity's ifiten approval. If the Contractor is unable, for any reason, to satisfactorily complete any po, - #the work, the City may complete the work by contract or otherwise, and the Contractor shad liable to the City for any additional costs incurred by the City. "'Additional costs" means all 1 q sonable costs incurred by the City, including legal costs and attorneys' fees, beyond the imum contract price under this Agreement. The City further reserves they right to deduet ost to complete the work, including any additional costs, from any amounts due or to become to the Contractor. Warranty. The Contractor shall correct all defects in wor ' n'ship and materials within one year from the date of physical completion. When defects are co Fted, the warranty for that portion of the work shall extend for one (1) year from the date such Cl,)e�tion is completed and accepted by the City. The Contractor shall begin to correct any defect itjrin seven (7) days of its receipt of notice from the City of the defect. If the Contractotdoesir,4n,ccomplish the corrections within a reasonable time, the City may complete the correction an he Contractor shall pay all costs incurred by the City to accomplish the correction. Hold Harmless. The Contractor shall perform all work ati Contractor's risk and the Contractor expressly agrees to hold harmless and indemnify the City;1 ts ' iticers, agents and employees from any and all claims, liability, loss, or damage(s), including)< a is and reasonable attorneys' fees for defense of the same that the City may suffer as a result o ai s, liability, loss, or damages to any and all persons or property, costs, or judgments against�flie ity which result from, arise out of, or are in any way connected with the work to be performed by . ntractor under this Agreement. This expressly includes any and all claims by employees, subs tractors and assignees of Contractor for which Contractor would have immunity under the'Wor is�Compensation Act for purposes of this indemnification only. The foregoing waiver was mut jynegotiated by the parties. Insurance. The Contractor shall procure and maintain it its expense during the term of this Agreement general liability insurance in the minimum am nt of $1,000,000 per occurrence and $2,000,000 aggregate for personal injury; bodily injury] an operty damage; automobile liability (bodily injury and property insurance) �in the minimum a � �ount of $1,000,000; and statutory worker's compensation. The Contractor agrees to famish City with a Certificate of Insurance as proof of the appropriate insurance coverage listed abc4 Orior to the commencement of any work under this Agreement. The Contractor shall pro A el the City with additional insured endorsements naming the City of Edmonds, its officers, agents and employees as additional insured for all relevant policies called for herein. I Termination. In addition to any othe ` termination pro 'on in the aforementioned Standard Specifications or applicable law or rule, the City may to rate this Agreement for good cause. "Good cause" shall include, without limitation, any one, or, pre of the following events: 1. The Contractor's refusal or failure to supply, fficient number of properly skilled workers or proper materials, for completion; of i I work. 2. The Contractor's failure to I complete the within the time specified in this Agreement. Page 3 I 2.4.a Packet Pg. 23 2.4.a �I 3. The Contractor's failure to: make full and pro►npt payment to subcontractors or for material or labor_ I 4. The Contractor's failure to Icomply with anyi era!, state, or local laws, regulations, rules, or ordinances. I II 5. The Contractor's filing for 1 ankruptcy T le� djudged bankrupt. If the City terminates this Agreement for good cau e, Xh ntractor shall not receive any further monies due under this Agreement, until ithe contracted vy s completed. DAI E: 6 20 a L CITY OF EDMONDS CON OR By: (Signature) Printed Name: Title: Byl: - Prin Title: (Signature) G2r� /V- Pk CS ,I i OFFICIAL AUTHORIZED TO S FOR BIDDER: I declare under penalty of perjury under the laws of tha S e of Washington that the following is true and correct: The undersigned Bidder hereby certifies that, within he three-year period immediately, preceding the bid solicitation date JNPERT DATE), the, bidder is not a "willful" violator, as defined in RCW 49.48.082, or of any provisions . f c Irs 49.46, 49.48, or 49.52 RCW as determined by a final and binding citation and notice o essment issued by the Department u h a civil 'ud m t enR 1,d!b a court of limited or general of Labor and Industries or thro g gY jurisdiction. Signed on the 0&1!� day of (date) (month) (yea At b E-14-T AC° _ _ _ , Wkblb (citylother location) (state o> I' Signature: Printec ® w� Business Address: Busi'ne ���6(� 13 -INS , S tic wR a6l i Page 4 �a a m o! 0 0 a� m E w CD m w 4' a and Title: a K�ZTbke �ephone: �&7 - )-6a S7 Packet Pg. 24 SCOPE OF INS I III I' I �n L Q Nd Lf� O O U C d L d W I I 1 C IIIIII' co LL Iq N O N w V O N C O 7 O N Q O w O O w O C I O a Q i ; !ll I Packet Pg. 25 2.4.a 206-767-20T1 206-767-20261 Fax . 18906 13th P1 So 1I3I Rooftoy So/utrans Sea Tac, WA 98148 r: nathan@monorooftop.com Cont: Liic 1411dONG11 SOLD TO: City of Edmonds PROPERT 7110 210th St. SW. Edmonds,WA. 98026 Thom Sullivan c. 1-425-760-333 PHONE NO.: o. 425-771-0234 Roof: Clcaning, Repairs & Coating Parapet: ** Metal: Cleaning,Repairs & Coating Other: Main & Awninglnclded 2 #5793 DATE: 7/ 11 /2024 Fleet Building/Main & Awning Roofs Same Edmonds,WA. 98026 ** JOB SITE PHONE:: Same Insult on: ;* botivnggl' uts: ** Skv1 ahts: +* ■ I (I)Identify leaking areas with owner/agent,and repair. (2)Clean the roofs) & gutters,remove the debris &: properly recycle Or d spose. (3)Secure loose panels,flashings,laps and seams,ete. Il� (4)lnspect all fasteners, replace all missing and loose screws and add more as needed. (5)Seal/flash laps, seams, fasteners,curbs,penetrations,boots,jacks,stacks, 1)ipes,vents,etc. (6)Repair breaks and cracks in the ribs and flutes. (7)Secure,seal and repair as necessary any stacks and vents.Install jacks/ ts,collars and caps,etc. as necessary. (8)Secure,seal and repair as necessary all of the air,Ivent,pipe,plu' )ing,c fcarical and gas penetrations and flashings. (9)Replace damaged and missing foam closures. (I O)Securc,seal & repair as necessary the perimeter, cap flashing (I ])Lightly sand the badly rusted areas & prime them. (I2)Pressure wash all. of the roofs. (I3)Prime the roofs with APOC 291 metal restoration primer. - (14)Coat the roofs with APOC 252 metal restoration coating. Clcaning,Repairs & Coating (I 5)InstalI new treated blocks and wear pads for all gas,elect. and plumbing lines,etc. Imech.,cable, (I 6)Cleanup,remove and properly recycle or dispose all project *PG. # l related debris. Terms: INVOICE DUE UPON RECEIPT Subtotal - : $0.00 Tax: 10.5% $0.00 Total - : $0.00 Sales Person: Acceptance of Proposal I Nathan Tesch,CAS Dated: Packet Pg. 26 2.4.a (aQfi`Q.P-,F"- nathan@monorooftop.com SOLD TO: Same *s PHONE NO.: — Same Roof: Same Parapet: ## Metal: Same Other: Same 206.761.20: 18906 13th I Sea Tac, WA coantY Lic tiM *Water must be available and *Owner responsible for an Provided for city &project requircinc *Owner responsible for -sub-grade sat.,cable,eleci.,gas,plumbing,mcclj.,ctc *Satellite dishes,aniennas and cables ables may n connections,additib s may need to ,ho *Change orders,requests not listed above be moved a I d re e *Replacement vent,exhaust and mechanical caveted and unfo el slit, *Replacement stack collar,ca P ►ts'and services re adc *Replacement drain parts,accessor ess lu flashing parts are additional, i p tubing and services addition, **Additional roof anchors may be required.Costs additional & not me *Any hazardous waste items removed are subject to; additional Charges and p roper disposal costs/fees as/ifnecessaly, **Any required electrical as additional -Costs not included,mechanical,plumbing,etc sevices **Time & M� aterial work is $105 Terirzr. per man hour plus materials. INVOICE DUE UPON RECEIPT. .4cceptaffce ofproposal _ I'ax own o Bldg 2 —0—ft 14a IORRS9S5 #5793 QFr DATE.- 7/I1/2024 RTY.• Same ** YE PHONE:_ Same Ulatiort: #* (spouts: ylights: ,* --•,11%«nslon and reconnection,as/ifne, )s,clearing,etc as/if nec. mer responsible for costs/fees as/if nec. additional, Time and Materials as"fnecessary lal,Time and Materials as/if necessary, and Materials as/if necessary, me & Materials as/if necessary. am ,Repairs & Coating Deposit ompJetion $22,950.00 $22, 950.00 Subtotal - $45,900.00 Tax: 10.5% $4,819.50 Total - ; $50:719.50 erson; Nathan Tesch,CAS Dated.. Packet Pg. 27 2.4.a Q. a� O O U C d cm L d E LU m T d N O N w V 0 N I C O 7 O N Q O w O O w O C O a Q Packet Pg. 28 2.5 City Council Agenda Item Meeting Date: 10/15/2024 Public Works Operations Automated Gate Staff Lead: Phil Williams Department: Public Works & Utilities Preparer: Royce Napolitino Background/History The Public Works Operations Center was constructed in 1993 to support the Public Works Department operations and maintenance for the City. The building and facility are aging and in need of some practical updates and replacements to remain functional in support of 24/7 Public Works and City operations. Operations yard is accessed by multiple City departments 7 days a week, and the vehicle access gate is critical to operations and business continuity. Staff Recommendation At this time, the Public Works Director recommends that City of Edmonds accept this proposal and forward to the Consent Agenda. This will authorize the executed contract for the Public Works Security Gate replacement using 016 bond funding for deferred maintenance backlog in the 2024 budget. Narrative The Public Works yard vehicle access gate is the main operations entry and exit point for all of Public Works operations, including Water, Streets, Storm Water, Fleet, Sewer and Custodial operations. This access gate is used by Police, Parks and all city motor pool vehicles regularly with operations support 24/7. Rapid vehicle response is not possible without securing the gate manually. This, with other security concerns, has been identified as a significant public safety concern. Due to age, construction, and damage, the current gate is in disrepair and has been the source of security concerns on numerous occasions. The new gate will operate with an access control system. It can open and close with an electric opener as scheduled, open on demand after regular business hours, and operate on back up power during power outages. The new gate will allow for entry auditing as necessary, eliminate security concerns, and allow for quicker vehicle response for public safety. Attachments: Small Works, All City Fence Proposal & Contract —Sept 2024 Packet Pg. 29 DocuSign Envelope ID: AE3C8D9A-D3A3-42BF-AOEC-0766DA9F6CE5 2.5.a CITY OF EDMONDS SMALL WORKS CONTRACT (For Use Only on Contracts of $ 200,000 or less) Contract Title: Public Works Yard Gate Replacement Project No. (if applicable): Contract Price: Base Amount: $ 88,670.00 Sales Tax (10.5%): $ 93,10.35_ Total: $ 97,980.35 Contractor Name: All City Address: P.O. Box 84307, Seattle WA. 98124 Phone No: 206-324-3747 THIS AGREEMENT is made and entered into by and between the City of Edmonds, a municipal corporation (the "City") and All City Fence (the "Contractor"). In consideration of the payments, covenants, and agreements hereinafter mentioned, to be made and performed by the parties hereto, the parties covenant and agree to the following: SCOPE OF WORK. The Contractor shall complete all work and furnish all materials, equipment and labor in accordance with the [ x] Bid Proposal Letter [ ] Memorandum of Telephone Quote, attached hereto as Attaclnnent A and made a part hereof by this reference. CONTRACT PRICE. The Contractor shall perform the work for the price set forth in Attachment A and above. Payment shall be made after the work is accepted by the City and the City has received copies of Affidavits of Wages Paid for the work. DURATION OF AGREEMENT. The term of this Agreement shall commence upon execution by the parties. All work under this contract shall be completed by 9/3/2024 (date). PREVAILING WAGES, The Contractor shall pay prevailing wages in accordance with chapter 39.12 RCW. A completed Statement of Intent to Pay Prevailing Wages must be submitted to the City for the prime contractor and each subcontractor prior to the first payment. A completed Affidavit of Wages Paid must be submitted to the City for the prime contractor and each subcontractor prior to final payment and/or release of retainage. Page 1 Packet Pg. 30 DocuSign Envelope ID: AE3C8D9A-D3A3-42BF-AOEC-0766DA9F6CE5 2.5.a LABOR AND INDUSTRIES INSURANCE. The Contractor's industrial insurance (workers' compensation) premium status shall be current with the Washington State Department of Labor and Industries prior to conunencement of work under this Agreement and shall be maintained current for the duration of the Agreement. RETAINAGE. An amount of five percent of the contract price may be retained by the City until all requirements are completed, including satisfactory submittal of all required Affidavits of Wages Paid and verification of current Labor and Industries industrial insurance premium status. CHANGES. The City reserves the right to make changes to the scope of work by issuance of a formal written change order at a mutually agreed adjustment in contract price. HOLD HARMLESS. The Contractor shall perform all work at the Contractor's risk and the Contractor expressly agrees to hold harmless and indemnify the City, its officers, agents and employees from any and all claims, liability, loss, or danuage(s), including costs and reasonable attorneys fees for defense of the same that the City may suffer as a result of claims, liability, loss, or damages to any and all persons or property, costs, or judgments against the City which result from, arise out of, or are in any way connected with the work to be performed by Contractor under this Contract. This expressly includes any and all claims by employees, subcontractors and assignees of Contractor for which Contractor would have immunity under the Workers Compensation Act for purposes of this indemnification only. The foregoing waiver was mutually negotiated by the parties. INSURANCE. The Contractor shall procure and maintain at its expense during the term of this Agreement general liability insurance in the minimum amount of $1,000,000 per occurrence; automobile liability (bodily injury and property insurance) in the minimum amount of $1,000,000; and statutory worker's compensation. The Contractor agrees to furnish the City with a Certificate of Insurance as proof of the appropriate insurance coverage listed above prior to the commencement of any work under this Agreement. The Contractor shall provide the City with additional insured endorsements naming the City of Edmonds, its officers, agents and employees as additional insured for all relevant policies called for herein. DATE; 3/25/2024 , 20 CITY OF EDMONDS CONTRACTOR D—Svi—d by: tAt O' kU, r6SLAn, FA {:Sr ; i �n�t�ia j Signnlut•eJ Mayor Mike Rosen Printed Name: Printed Name: Robyn Lesmeister Title: Mayor Title: Office Man (Note: City signature must be by a Department Director or higher level for contracts exceeding $5,000 in total contract price, and a Division Manager or higher level for contracts of $5,000 total contract price or less.) Page 2 c;WSS SUipbyn DcSkl9P.UYRIIC 110�1 Qatc �jJ�yi 1 5nienl dvjT lSmeIIIVwl;sfiMH�a +di�x Packet Pg. 31 DocuSign Envelope ID: AE3C8D9A-D3A3-42BF-AOEC-0766DA9F6CE5 2.5.a ALL C1DF,,,.kENCE CO. a AMM� SURROUND YOURSELF W1rH THEBEST SOUTH DIVISION: 27802 PACIFIC HWY S • FEDERAL WAY, WA 98003 NORTH DIVISION: 13603 LAKE ROAD • LYNNWOOD, WA 98087 MAILING ADDRESS: PO BOX 84307 • SEATTLE, WA 98124 • PHONE: 206.324.3747 • FX 206.324.1508 BONDED AND INSURED • CONTRACTOR REGISTRATION N0. ALLCICF927KW PROPOSAL AND CONTRACT March 13, 2024 CUSTOMER City of Edmonds Phone: 425-275-4515 250 5" Ave N FAX: Edmonds, WA 98020 Mobile: 425-760-3334 Attn: Thom Sullivan email: thom.sullivan@edmondswa.gov Project: - -- PUBLIC WORKS, 7110 210T" ST SW — GATE AND AUTOMATION — REV 1 All City Fence Company proposes the following for the above referenced project: Furnish and install one (1) 32 ft. opening bottom track cantilever gate, black powder coated c 6-0" high Black Vinyl Coated / Powder Coated Chain Link Fence infill. c Furnish and install gate automation system includingXL HiMotion track hardware for 52' net gate with new 6" front and back posts, black c HyMotion SlideDriver 40 slide gate operator w:/ battery back-up • Includes 52' of drive rail o (2) Vehicle detection loops (safety/reversing and free exit functions) o LiftMaster CAP21D system for integration with MyQ Community cloud -based admin tool o LTE 520 Cellular Modem with housing o Long-range RFID reader with (200) windshield tags and (6) rear view hanging tags o Infrared photo eye and sensing gate edge (per UL325 safety requirements) o Testing, training and commissioning assistance TOTAL PRICE $ 88,670.00 (excl. tax) Excludes AC power and low voltage wiring to gate operators. Purchaser accepts this proposal by agreeing to the terms attached and s' Exclusions (unless noted otherwise) • Clearing • Grading • Core Drilling • Painting • Permits • Fence Removal • Surveying • Union Wages • Staking the Fence Line • Fence Grounding • Hazardous Waste Training or Equipment • Bond • Excess Liability • Traffic Control • Federal Prevailino Wanes Please visit us on the web at www.allcityfence.com All City Fence Co. Inc. Dustin Jackson Project Manager (360) 220-9220 djackson@allcityfence.com Ignmg In the space provided. Tax Rate 10.5% • Temporary Fence • Set or Supplying Sleeves • Hazardous Waste Treatment or Removal • Sales and Use Tax • Underground Utility Locates • Concrete Mow Strip • AC Power and conduits Quote is valid for 30 days PRICE $ 88,670.00 STATE SALES TAX $ 9.310.35 TOTAL $ 97,980.35 Terms: 50% deposit, balance net 10 days after completion Packet Pg. 32 2.5.a DocuSign Envelope ID: AE3C8D9A-D3A3-42BF-AOEC-0766DA9F6CE5 ATTACHMENT A SCOPE OF WORK (Bid Proposal Letter) Page 3 Packet Pg. 33 2.6 City Council Agenda Item Meeting Date: 10/15/2024 Job Order Contracting - Frances Anderson Center Exterior Doors Staff Lead: Phil Williams Department: Public Works & Utilities Preparer: Royce Napolitino Background/History Frances Anderson Center is the City's main Parks and Recreation building. It hosts Parks recreation programs, tenant spaces, arts and creative spaces as well as the Human Services staff for the City. Tenant spaces include a Dance/Ballet company, public youth sports programs, Montessori School, daycare and sculptor studio. The building has had numerous partial remodel efforts and updates, exterior doors date from the 1960's Staff Recommendation At this time, the Public Works Director recommends that City of Edmonds City Council accept JOC proposal for exterior door replacements at Frances Anderson Center and forward to the Consent Agenda. Narrative The building has eight exterior door openings that are 50 to 60 years old that are problematic from a security point of view and their functionality is at end of life. To elevate security concerns, ADA compliance and unpredictable hardware failure eight of nine door openings that are publicly accessible will be replaced with new standard size doors, with new hardware and closures. New doors will meet current security resilience, allow for future electronic access control and operate in compliance with ADA and safety standards. This project appeared on the approved 2024 Bonded Project decision package. Attachments: JC24-01S - Frances Anderson Ext Doors, Saybr Construction —Oct 2024 Packet Pg. 34 2.6.a City of Edmonds Job Order Authorization 121 5th Ave N Edmonds, Washington 98020 Job Order Contract Date: 09/19/2024 Job Order #: JC24-01 S Project Department/Division: Information Job Order Title: Frances Anderson Center Exterior Door Replacements Location Name: Frances Anderson Center Brief Scope of Work: Replace four sets of double entry doors and hardware and three single entry doors and hardware. Contract Contract: JOC-COE-Saybr-001 Information Contractor: Saybr Contractors, Inc. 3852 South 66th St Tacoma, WA 98409 Project Costs Construction $135,327.28 Construction Sales Tax 10.6% $14,344.69 Gordian Licensing 1.95% $2,638.88 Sales Tax on License Fee 10.6% $279.72 Gordian Fee 3.05% $4,127.48 Total: $156,718.05 (Schedule Project Duration: Start Date (Planned): Completion Date (Planned): Sign below to approve this Job Order Edmonds Signatory [Under $50K, Director Signs], [$50K - $100K, Mayor Signs], [Over $100K, City Council Approval] Date Job Order Authorization 1 of 1 Packet Pg. 35 2.6.a City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Final Scope of Work Date: 9/19/2024 Job Order Contracting To: Cory Holien From: Thom Sullivan Saybr Contractors, Inc. City of Edmonds 3852 South 66th St 121 5th Ave N Tacoma, WA 98409 Edmonds, WA 98020 (253) 531-2144 4252754515x1379 cholien@saybr.com thom.sullivan@edmondswa.gov Contract No: JOC-COE-Saybr-001 Job Order No: JC24-01 S Job Order Title: Frances Anderson Center Exterior Door Replacements Location: Frances Anderson Center 700 Main St. Edmonds, WA 98020 Brief Scope of Work: Replace four sets of double entry doors and hardware and three single entry doors and hardware. The following items detail the scope of work as discussed at the site. All requirements necessary to accomplish the items set forth below shall be considered part of this scope of work. SCOPE OF WORK Date: March 21st, 2024 Updated August 28th, 2024 Contract Name & No.: City of Edmonds Job Order Contracting Contract # JC22 Project Name: Bid No.: Work Location: Edmonds, WA 98020 Final Scope of Work City of Edmonds Frances Anderson Center Exterior Door Replacement City of Edmonds - Frances Anderson Center 700 Main Street Page 1 of 9 Packet Pg. 36 2.6.a Saybr Project Manager: Cory Holien, cholien(o)saybr.com, 253-363-3085 Work Hours: Day shift Monday through Friday, 7am - 5pm Estimated Duration: 135 Days following NTP Long Lead Items: Doors, Frames, Hardware Door 5: 4 weeks expedited and 2 weeks preparation to installation All other doors 6-12 weeks Procurement: 6-12 weeks Project Summary: Remove and replace existing exterior doors at Frances Anderson Center. Maintain the outer appearance of this building as much as possible. GENERAL INFORMATION: 1. This Scope of Work is based on the information received from the Joint Scoping Meeting held on 3/19/2024 with Gordian Representative Clayton Parrish and Gus Schultz and City of Edmonds Representative Terri. 2. Performance of all work will be in accordance with all OSHA and Washington DOSH requirements. 3. Daily job site cleanup is required before the work crew leaves the site each day and final clean-up is required prior to final inspection and acceptance. 4. Contractors will be responsible for their own waste disposal. 5. Project requires State Prevailing Wages to be paid and submission of weekly certified payrolls. 6. Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager. 7. Performing subcontractor must field verify all door sizes before ordering. TECHNICAL SCOPE OF WORK: General Requirements All work performance shall be completed in accordance with the "Project Drawings," and all local, city, and state AHJ requirements and regulations. Provide all labor, materials, and equipment to complete the following work package to the extent necessary to complete the intended scope of work including all parts, pieces, and components: General Construction. i. Daily check in and sign out with appointed facility staff and Saybr Superintendent. ii. Cleanup and dispose of all construction debris daily. Construction site to be broom clean at the end of each workday. Work areas are to be monitored and remain clear of tripping hazards. Final Scope of Work Page 2 of 9 Packet Pg. 37 2.6.a iii. Door #5 is the starting priority for this project. All other doors will be installed in order of Table 1 -Door Schedule. 2. Remove & Replace Door - #1Double Doors, North Entry - See Table 1 for Door Schedule i. Coordinate with the Facility and block off Door #1 for the work. �ii. Once all obstructions have been removed from around the opening for Door #1, remove the existing door and frame, complete. -x a. Demo existing double doors. Install new doors and frames. See Table 1 for Door Schedule. b. Install new framing in opening to span the between concrete columns and support a new pair of 3'-0" x 80" heavy duty double doors and frame. Outswing to parking lot. 1. Assure doors are not fitted with water -collecting channels at the top. kr „ •\�� 2. Install relites in both leaves, '/" tempered glazing, fire rated glazing is not required. ova , c. Install new hollow metal frame. Assumption: The existing concrete is sound and can be anchored into for the work without failure. If a failure is discovered, Saybr shall bring it to �k the attention of City of Edmonds as soon as possible. r� d. Both leaves shall swing outward and shall be hung with a removable mullion. e. A new door threshold is required. f. Paint door & frame. Owner to provide color. iii Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. iv. Door push bar was recently installed on (xl) door, keep this and match existing on other door. v Install new closers. vi. Cleanup and properly dispose of all general construction debris off site. 1. Remove & Replace Door - #2 - Single Doors, Courtyard - See Table 1 for Door Schedule i. Coordinate with the Facility and block off Door #2 for the work. ii. Once all obstructions have been removed from around the openings, remove the existing doors and frames, and replace them with new. Assumption: The existing CMU is sound and can be anchored into for the work with out failure. If a failure is discovered, Saybr shall bring it to the attention of COE as soon as possible. \� a. 1. Move Exit Sign 2. Remove CMU blocking to accommodate new door size. 3. Install new steel header to support existing CMU. 4. Finish paint around new opening on interior & exterior. b. Provide and install lea new push bar. c. A new door threshold is required. d. Provide new integral transom, tempered, single pane. 1. Note: Safety glazing is not required. e. Provide and install new door closer. f. Paint door & frame. Owner to provide color. iii. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. iv. Cleanup and properly dispose of all general construction debris off site. 1. Remove & Replace Door #3 - Double Doors, South Entry - See Table 1 for Door Schedule. J' x i. Coordinate with the Facility and block off Door #3 for the work. ii. Once all obstructions have been removed from around the opening of the door, remove the a existing door, frame and any buildout material to expose the original concrete opening. Assumption: The existing concrete is sound and can be anchored into for the work without e failure. If a failure is discovered, Saybr shall bring it to the attention of COE as soon as a possible. N a. A new door threshold is required. Final Scope of Work Page 3 of 9 Packet Pg. 38 2.6.a b. Paint door & frame. Owner to provide color. c. One new push bar. iii. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. iv. Cleanup and properly dispose of all general construction debris off site. Remove &_Replace - #4 - Single Door. Ballet Entry - See Table 1 for Door Schedule i. Coordinate with the Facility and block off Door #4 for the work. ii. Once all obstructions have been removed from around the opening remove the existing door frame and replace with a new frame to fit into the existing concrete opening. Assumption: The ' �1 existing opening is sound and can be anchored into for the work with out failure. If a failure is ediscovered, Saybr shall bring it to the attention of COE as soon as possible. � 1A `�r 1 a. .- 1. 40" x 79" door leaf. 2. Doorjamb sides b. Provide new closer. c. Provide and install new push bar. d. A new door threshold is required. e. Paint door & frame. Owner to provide color. iii. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. iv Cleanup and properly dispose of all general construction debris off site. 1. Remove & Replace Door -Door #5 -Single Door. Daycarele Door. Daycare Enter i. Coordinate with the Facility and block off Door #5 for the work. ii. Once all obstructions have been removed from around the openings, remove the existing doors and frames, replace with new. Assumption: The existing CMU is sound and can be anchored into for the work with out failure. If a failure is discovered, Saybr shall bring it to the attention of \` , �` OE as soon as possible. See Table 1 for Door Schedule. 1 Vic, `1 a. Provide and install lea new push bar. / b. A new door threshold is required. c. Provide new integral transom, tempered, single pane. 1. Note: Safety glazing is not required. d. Provide and install new door closer. e. Paint door & frame. Owner to provide color. iii. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. iv. Cleanup and properly dispose of all general construction debris off site. 1. Remove & Replace Door - Door #6 - Double Door East Workshop Entry i. Remove & Replace - #6 - Double Door, East Workshop Entry - See Table 1 for Door Schedule. ii. Coordinate with the Facility and block off Door #8 for the work. v iii. Once all obstructions have been removed from around the opening remove the existing door frame and replace with a new frame to fit into the existing concrete opening. Assumption: The existing opening is sound and can be anchored into for the work with out failure. If a failure is , •�� discovered, Saybr shall bring it to the attention of COE as soon as possible. \ �+ iv. Provide new closer. v. Provide and install new push bar. v 1�, vi. A new door threshold is required. 11`\� vii. Paint door & frame. Owner to provide color. viii. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. Final Scope of Work Page 4 of 9 Packet Pg. 39 2.6.a ix. Cleanup and properly dispose of all general construction debris off site. 2. Remove & Replace Door- Door #7 -Double Door, South Gym Entry '. Coordinate with the Facility and block off Door #7 for the work. ��t ii. Once all obstructions have been removed from the openings, remove the existing doors and .fib �yW frames, replace with new. Assumption: The existing CMU is sound and can be anchored into for the work without failure. If a failure is discovered, Saybr shall bring it to the attention of COE as soon as possible. See Table 1 for Door Schedule. a. 1. Remove and relocate exit sign. Vr `° 2. Remove and reinstall fire alarm. L b. Provide and install lea new push bar. c. A new door threshold is required. d. Provide new integral transom, tempered, single pane. 1. Note: Safety glazing is not required. e. Provide and install new door closer. f. Paint door & frame. Owner to provide color. in. Finish infill area around new frame on exterior and interior. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. iv. Cleanup and properly dispose of all general construction debris off site. 1. Referbish Door- Door #8 - Single Door, South Gym_Entry i. Coordinate with the Facility and block off Door #8 for the work. 1, ii. Repair existing door and frame before painting. Provide and install new hardware, See Table 1 for Door Schedule. �1 a. Paint door & frame. Owner to provide color. (? �•s b. Existing door signage to be replaced by Owner. iii. Interior finish around door shall be caulked and painted. Color to match interior paint as close as possible. iv. Cleanup and properly dispose of all general construction debris off site. ASSUMPTIONS: 1. This proposal excludes hazardous materials removal. Owner to provide Good Faith Hazardous Materials Report. 2. The existing building requires no additional structural, electrical, mechanical, fire alarm or fire sprinkler upgrades to execute all work associated with this work order, including all walls, ceilings and floors. All existing structural, electrical, mechanical, fire sprinkler, and fire alarm configurations and components meet all current local, city, and state AHJ codes and requirements. EXCLUSIONS: Building permit by Client. PERMITS: Final Scope of Work Page 5 of 9 Packet Pg. 40 2.6.a 1. Building permit by Client. SUBMITTALS: 1. Construction Schedule 2. Site Specific Safety Plan 3. Product Data Sheets: i. Doors, frames and hardware ii. Paint SDS sheets 4. O&M Manual 5. Saybr Warranty Letter Table 1. Door Schedule Door # Door Frame Hardware Notes Door 1 North Entry Double Doors 'Human Services' 16GA Double Doors • Insulated • Both 3'-0" X 7'-0" 16GA Foam -filled or insulated lea - Heavy Duty pushbars, Von Duprin or similar Removable mullion • lea - Grade 1, Heavy Duty Rim devise, Coordinate with Facility to swap cores 2ea - Slim Lites one on each leaf, 5" x 26" viewable, tempered (submit for approval) 2ea - Heavy duty closers Threshold Factory painted preferred, green - owner provides color • Removable mullion required • Install Construction Cores on all doors. Door 2 Single 16GA Single Door Insulated • 3' X 7' Door Leaf • 16GA Final Scope of Work Page 6 of 9 Packet Pg. 41 L 0 0 0 L �L d x w L a� U c 0 0 m a N d V c 0 L LL U 0 2.6.a • Foam -filled or insulated • lea - Heavy Duty pushbar, Von Duprin or similar lea - Grade 1 Heavy Duty Rim devise, Coordinate with Facility to swap cores • lea - Heavy duty closer 1 ea - Slim Lite, 5" x 26" viewable, tempered (submit for approval) • Threshold Integral transom, single pane, tempered (submit for approval), non -operable. Factory painted preferred, green - owner provides color • Install Construction Cores on all doors. • Outside Key Cylinder Door 3 South Entry Double Doors • 16GA Single Door • Insulated • 16GA • Foam -filled or insulated • lea - Heavy Duty pushbar, Von Duprin or similar lea - Grade 1 Heavy Duty Rim devise, Coordinate with Facility to swap cores 2ea - Heavy duty closer 2ea - Slim Lite, 5" x 26" viewable, tempered (submit for approval) Threshold Integral transom, single pane, obscure glass, tempered, non -operable. Factory painted preferred, green - owner to provide color Removable mullion required Install Construction Cores on all doors. Door 4 Ballet Entry Single Door • 16GA Double Doors Insulated 16GA Foam -filled or insulated • 1 ea - Heavy Duty pushbar, Von Duprin or similar, Grade 1 Heavy Duty Rim devise, Coordinate with Facility to swap cores • 2ea - Slim Lite 5" x 26" viewable, tempered (submit for approval) 2ea - Heavy duty closer • Threshold Factory painted preferred, green - owner provides color Removable mullion required Install Construction Cores on all doors. Door 5 Daycare Entry Single Door Final Scope of Work Page 7 of 9 Packet Pg. 42 2.6.a • 16GA Double Doors • Insulated 16GA Foam -filled or insulated 1 ea - Heavy Duty Pushbar, Von Duprin or similar Reuse existing keypad lock. lea - Heavy duty closer 1 ea - Slim Lite, 5" x 26" viewable, tempered (submit for approval) lea -Threshold • Install Construction Cores on all doors. COE to paint the door & frame. Door 6 East Workshop Entry Double Doors 16GA Single Door • Insulated • 16GA Foam -filled or insulated • 1 ea - Heavy Duty pushbar, Von Duprin or similar, Grade 1 Heavy Duty Rim devise, Coordinate with Facility to swap cores 2ea - Slim Lite 5" x 26" viewable, tempered (submit for approval) • 2ea - Heavy duty closer • Threshold Factory painted preferred, green - owner provides color Removable mullion required • Install Construction Cores on all doors. Door 7 Gym Entry Double Doors • 16GA Double Doors • Insulated • 16GA • Foam -filled or insulated • 1 ea - Heavy Duty pushbar, Von Duprin or similar • lea - Grade 1 Heavy Duty Rim devise, Coordinate with Facility to swap cores • 2ea - Heavy duty closer • 2ea - Slim Lite, 5" x 26" viewable, tempered (submit for approval) • Threshold • Factory painted preferred, green - owner provides color • Removable mullion required • Install Construction Cores on all doors. Door 8 Gym South Entry Single Door • 16GA Single Door Final Scope of Work Page 8 of 9 Packet Pg. 43 2.6.a Insulated • 16GA Foam -filled or insulated 1 ea - Heavy Duty pushbar, Von Duprin or similar lea - Grade 1 Heavy Duty Rim devise, Coordinate with Facility to swap cores • lea - Heavy duty closer • Mortise Latch Plate Weather Seal Gaskets Threshold Sill Sweep Hinges Factory painted preferred, green - owner provides color Existing door signage to be replaced by Owner. Install Construction Cores on all doors. This Job Order is governed by the Terms and Conditions of Contract indicated above. Thom Sullivan, Facilities Manager Cory Holien, Project Manager Date Date Final Scope of Work Page 9 of 9 Packet Pg. 44 2.6.a Cry of Edmonds Francis Anderson Center September 9th, 2( Door Replacement Project Baseline Schedule 0 Iran 1ap..me edade 1 2r 2 4 3 R 4 5 W. 6 7 B a 10 rJ 11 12 4 13 y 14 15 ,a 16 IJ 17 . 18 19 20 21 . 22 23 24 25 26 27 E 29 y 30 .1 31 ts_ 33 34 35 36 W. 37 W 3. -4q 39 a W. COE- Anderson Center Door Replacement 235 days? Fri 9/6/24 Thu 3/13/25 tePrember 2024 DRober 2024 .' .- Neve `her 202dd ,r Decl `be .20ldr lr l Sl�;anu,ry134051 .51 :01251 } Febwiy'OI25d1.91•a Marlc f2- 71 Fl.. liFl I.�I..I 1:,11I./I.T I..I„ I.;I. I.. I. Proposal 132 days? Wed 9/11/24 Thu 3/13/25 MP 2 days Wed 9/11/24 Thu 9/12/24 PreconstruRlon 70 days Fri 9/13/24 Thu 12/19/24 Contracts to Subs 3 days Fri 9/13/24 Tue 9/17/24 Contracts Returned from Subs 3 days Wed 9/18/24 Fri 9/20/24 Safety Docs Requested from Subs 5 days Fri 9/13/24 Thu 9/19/24 Safety Docs Returned from Subs 5 days Wed 9/18/24 Tue 9/24/24 Submittals 10 days Fri 9/13/24 Thu 9/26124 Submittals Requested from Subs 5 days Fri 9113/24 Thu 9/19/24 Submittal Approved by Gov. 5 days Fri 9/20/24 Thu 9/26/24 Procurement 60 days Fri 9/27/24 Thu 12/19/24 Door 5 Expidited 30 days Fri 9/27/24 Thu 11/7/24 Remaining Custom Doors 60 days Fri 9/27/24 Thu 12/19/24 Construction 55 days Fri 11/8/24 Thu 1/23/2S Pre -construct— Meeting 1 day F. 11/8/24 Fn 11/0/24 Install door 5 2 days Fri 11/8/24 Mon 11/11/24 Deliver doors to Painting Vender 1 day Fri 12/20/24 Fri 12/20/24 Pre-Imtallalr4n Paa1Dn/ 7 days Mon 12/23/24 Tue 12/31/24 Deliver doors to jobsite ?day Wed 1/1/25 Wed 1/1/25 Install door 1 2 days Thu 1/2/25 Fri 1/3/25 Install door 2 2 days Mon 1/6/25 Tue 1/7/25 Install door 3 2 days Wed 1/8/25 Thu 1/9/25 Install door 4 2 days Fri 1/10/25 Mon 1113/25 Install door 6 2 days Tue 1/14/25 Wed 1/15/25 Install door 7 2 days Thu 1/16/25 Fri 1/17/25 Install door 8 hardware 1 day Mon 1/20/25 Mon 1/20/25 Pre -Punch Walk -Internal Saybr 1 day Tue 1/21/25 Tue 1/21/25 Final Permit Inspection 1 day Wed 1/22/25 Wed 1/22/25 Inspection with Owner 1 day Thu 1/23/25 Thu 1/23/25 Project Closeout 35 days? Fri 1/24125 Thu 3/13/25 O&M Manuals 10 days Fri 1/24/25 Thu 2/6/25 As-builts 10 days Fri 2/7/25 Thu 2/20/25 Final Completion 15 days Fri 2/21/25 Thu 3/13/25 11 days? Fri 1/24/25 Fri 2/7/25 1 C4M[ncb b S4aba Contracts Returned from Subs Safety Docs Requested from Subs Safety Doca R.lurared Iron Sutra son, 1j Door 5 Expidited Task ►W1tr 444 Manual Summary 6ollup Enema?Mil-... 11 tararde,"". Spbr ��,. �.,. Inattrve Miles Manual Summary r -----1 Deadtne Mileslane ♦ Ina Ripe Summary R F st—rly C Cnucal Summary r --------- - Manual Task F.—h—ly ] Cynical split Proles Summary 1------- — 1 Duration -only Enema? Tasks Progress Packet Pg. 45 2.6.a 9 W CONTRACTORS, INC. Building Relationships SCOPE OF WORK Date: March 21", 2024 Updated August 281h, 2024 Contract Name & No.: City of Edmonds Job Order Contracting Contract # JC22 Project Name: City of Edmonds Frances Anderson Center Exterior Door Replacement Bid No.: N/A Work Location: City of Edmonds — Frances Anderson Center 700 Main Street Edmonds, WA 98020 Saybr Project Manager: Cory Holien, cholien@savbr.com, 253-363-3085 Work Hours: Day shift Monday through Friday, 7am — 5pm Estimated Duration: 135 Days following NTP Long Lead Items: Doors, Frames, Hardware Door 5: 4 weeks expedited and 2 weeks preparation to installation All other doors 6-12 weeks Procurement: 6-12 weeks Project Summary: Remove and replace existing exterior doors at Frances Anderson Center. Maintain the outer appearance of this building as much as possible. GENERAL INFORMATION: 1. This Scope of Work is based on the information received from the Joint Scoping Meeting held on 3/19/2024 with Gordian Representative Clayton Parrish and Gus Schultz and City of Edmonds Representative Terri. 2. Performance of all work will be in accordance with all OSHA and Washington DOSH requirements. 3. Daily job site cleanup is required before the work crew leaves the site each day and final clean-up is required prior to final inspection and acceptance. 4. Contractors will be responsible for their own waste disposal. 5. Project requires State Prevailing Wages to be paid and submission of weekly certified payrolls. 6. Outages to be coordinated 72 hours prior to shutdown with Facility Maintenance Manager. 7. Performing subcontractor must field verify all door sizes before ordering. TECHNICAL SCOPE OF WORK: General Requirements All work performance shall be completed in accordance with the "Project Drawings," and all local, city, and state AHJ requirements and regulations. Provide all labor, materials, and equipment to complete the following work package to the extent necessary to complete the intended scope of work including all parts, pieces, and components: 1. General Construction. 1.1. Daily check in and sign out with appointed facility staff and Saybr Superintendent. 1.2. Cleanup and dispose of all construction debris daily. Construction site to be broom clean at the end of each workday. Work areas are to be monitored and remain clear of tripping hazards. Page 1 Saybr Contractors, Inc. Packet Pg. 46 2.6.a CONTRACTORS, INC. Building Relationships 1.3. Door #5 is the starting priority for this project. All other doors will be installed in order of Table 1-Door Schedule. 2. Remove & Replace Door - #1— Double Doors, North Entry -See Table 1 for Door Schedule. 2.1. Coordinate with the Facility and block off Door #1 for the work. 2.2. Once all obstructions have been removed from around the opening for Door #1, remove the existing door and frame, complete. 2.2.1. Demo existing double doors. Install new doors and frames. See Table 1 for Door Schedule. 2.2.2. Install new framing in opening to span the between concrete columns and support a new pair of 3'-0" x 80" heavy duty double doors and frame. Outswing to parking lot. 2.2.2.1. Assure doors are not fitted with water -collecting channels at the top. 2.2.2.2. Install relites in both leaves, %" tempered glazing, fire rated glazing is not required. 2.2.3. Install new hollow metal frame. Assumption: The existing concrete is sound and can be anchored into for the work without failure. If a failure is discovered, Saybr shall bring it to the attention of City of Edmonds as soon as possible. 2.2.4. Both leaves shall swing outward and shall be hung with a removable mullion. 2.2.5. A new door threshold is required. 2.2.6. Paint door & frame. Owner to provide color. 2.3. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. 2.4. Door push bar was recently installed on (x1) door, keep this and match existing on other door. 2.5. Install new closers. 2.6. Cleanup and properly dispose of all general construction debris off site. 3. Remove & Replace Door - #2 —Single Doors Courtvard -See Table 1 for Door Schedule 3.1. Coordinate with the Facility and block off Door #2 for the work. 3.2. Once all obstructions have been removed from around the openings, remove the existing doors and frames, and replace them with new. Assumption: The existing CMU is sound and can be anchored into for the work with out failure. If a failure is discovered, Saybr shall bring it to the attention of COE as soon as possible. 3.2.1.1. Move Exit Sign 3.2.1.2. Remove CMU blocking to accommodate new door size. 3.2.1.3. Install new steel header to support existing CMU. 3.2.1.4. Finish paint around new opening on interior & exterior. 3.2.2. Provide and install lea new push bar. 3.2.3. A new door threshold is required. 3.2.4. Provide new integral transom, tempered, single pane. 3.2.4.1. Note: Safety glazing is not required. 3.2.5. Provide and install new door closer. 3.2.6. Paint door & frame. Owner to provide color. 3.3. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. Page 2 Saybr Contractors, Inc. Packet Pg. 47 2.6.a CONTRACTORS, INC. Building Relationships 3.4. Cleanup and properly dispose of all general construction debris off site. 4. Remove & Replace Door #3 — Double Doors, South Entry - See Table 1 for Door Schedule. 4.1. Coordinate with the Facility and block off Door #3 for the work. 4.2. Once all obstructions have been removed from around the opening of the door, remove the existing door, frame and any buildout material to expose the original concrete opening. Assumption: The existing concrete is sound and can be anchored into for the work without failure. If a failure is discovered, Saybr shall bring it to the attention of COE as soon as possible. 4.2.1. A new door threshold is required. 4.2.2. Paint door & frame. Owner to provide color. 4.2.3. One new push bar. 4.3. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. 4.4. Cleanup and properly dispose of all general construction debris off site. S. Remove & Replace - #4 —Single Door, Ballet Entry -See Table 1 for Door Schedule. 5.1. Coordinate with the Facility and block off Door #4 for the work. 5.2. Once all obstructions have been removed from around the opening remove the existing door frame and replace with a new frame to fit into the existing concrete opening. Assumption: The existing opening is sound and can be anchored into for the work with out failure. If a failure is discovered, Saybr shall bring it to the attention of COE as soon as possible. 5.2.1.1. 40" x 79" door leaf. 5.2.1.2. Doorjambsides 5.2.2. Provide new closer. 5.2.3. Provide and install new push bar. 5.2.4. A new door threshold is required. 5.2.5. Paint door & frame. Owner to provide color. 5.3. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. 5.4. Cleanup and properly dispose of all general construction debris off site. 6. Remove & Replace Door— Door #5 —Single Door, Daycare Entry 6.1. Coordinate with the Facility and block off Door #5 for the work. 6.2. Once all obstructions have been removed from around the openings, remove the existing doors and frames, replace with new. Assumption: The existing CMU is sound and can be anchored into for the work with out failure. If a failure is discovered, Saybr shall bring it to the attention of COE as soon as possible. See Table 1 for Door Schedule. 6.2.1. Provide and install lea new push bar. 6.2.2. A new door threshold is required. 6.2.3. Provide new integral transom, tempered, single pane. 6.2.3.1. Note: Safety glazing is not required. 6.2.4. Provide and install new door closer. Page 3 Saybr Contractors, Inc. Packet Pg. 48 2.6.a EMCOCTORS,I&K. Building Relationships 6.2.5. Paint door & frame. Owner to provide color. 6.3. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. 6.4. Cleanup and properly dispose of all general construction debris off site. 7. Remove & Replace Door — Door #6 — Double Door, East Workshop Entry 7.1. Remove & Replace - #6 — Double Door, East Workshop Entry - See Table 1 for Door Schedule. 7.2. Coordinate with the Facility and block off Door #8 for the work. 7.3. Once all obstructions have been removed from around the opening remove the existing door frame and replace with a new frame to fit into the existing concrete opening. Assumption: The existing opening is sound and can be anchored into for the work with out failure. If a failure is discovered, Saybr shall bring it to the attention of COE as soon as possible. 7.4. Provide new closer. 7.5. Provide and install new push bar. 7.6. A new door threshold is required. 7.7. Paint door & frame. Owner to provide color. 7.8. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. 7.9. Cleanup and properly dispose of all general construction debris off site. 8. Remove & Replace Door— Door #7 —Double Door, South Gym Entry 8.1. Coordinate with the Facility and block off Door #7 for the work. 8.2. Once all obstructions have been removed from the openings, remove the existing doors and frames, replace with new. Assumption: The existing CMU is sound and can be anchored into for the work without failure. If a failure is discovered, Saybr shall bring it to the attention of COE as soon as possible. See Table 1 for Door Schedule. 8.2.1.1. Remove and relocate exit sign. 8.2.1.2. Remove and reinstall fire alarm. 8.2.2. Provide and install lea new push bar. 8.2.3. A new door threshold is required. 8.2.4. Provide new integral transom, tempered, single pane. 8.2.4.1. Note: Safety glazing is not required. 8.2.5. Provide and install new door closer. 8.2.6. Paint door & frame. Owner to provide color. 8.3. Finish infill area around new frame on exterior and interior. Interior finish around new door shall be caulked and painted. Color to match interior paint as close as possible. 8.4. Cleanup and properly dispose of all general construction debris off site. 9. Referbish Door —Door #8 —Single Door, South Gym Entry 9.1. Coordinate with the Facility and block off Door #8 for the work. 9.2. Repair existing door and frame before painting. Provide and install new hardware, See Table 1 for Door Schedule. Page 4 Saybr Contractors, Inc. Packet Pg. 49 2.6.a S 0 CONTRACTORSIINC. Building Relationships 9.2.1. Paint door & frame. Owner to provide color. 9.2.2. Existing door signage to be replaced by Owner. 9.3. Interior finish around door shall be caulked and painted. Color to match interior paint as close as possible. 9.4. Cleanup and properly dispose of all general construction debris off site. ASSUMPTIONS: 1. This proposal excludes hazardous materials removal. Owner to provide Good Faith Hazardous Materials Report. 2. The existing building requires no additional structural, electrical, mechanical, fire alarm or fire sprinkler upgrades to execute all work associated with this work order, including all walls, ceilings and floors. All existing structural, electrical, mechanical, fire sprinkler, and fire alarm configurations and components meet all current local, city, and state AHJ codes and requirements. EXCLUSIONS: 1. Building permit by Client. 1. Building permit by Client. SUBMITTALS: 1. Construction Schedule 2. Site Specific Safety Plan 3. Product Data Sheets: a. Doors, frames and hardware b. Paint SDS sheets 4. O&M Manual 5. Saybr Warranty Letter Page 5 Saybr Contractors, Inc. Packet Pg. 50 2.6.a 9 CgrnMCTWn, rL_+ Pu1bry a,1111pnMP• Table 1. Door Schedule Door p Door �- Frame Hardware I Notes lea -Heavy Duty pushbars, Von Duprin or similar Removable mullion Door 1 16GA Double Doors lea - Grade 1, Heavy Duty Rlm devise, Coordinate with Facility to , Factory painted preferred, green - owner provides color North Ent Double Doors Entry Insulated 16GA swap cores �• Removable mullion required 'Human Services' Both 3'-0" % 7'-0" Foam -Riled or insulated -Slim Lap one on each leaf, S" x 26" viewable, tempered Install Construction Cares on all doors (ea I. (submit for approval) 2ea-Heavyduty closers Threshold Sea - Heavy Duty pushbar, Von Duprin or similar Integral transom, single pane, tempered (submit for approval), 16GA Single Door lea -Grade 1 Heavy Duty Rim devise, Coordinate with Facility to hie non -opera Door Insulated 16GA swap cores Factory painted preferred, green -owner provides color Single 3' X 7' Door Leaf Foam -Idled or msu4ted tea - Heavv duly closer Install Construction Cores on all doors. lea -Slim Lite, 5" x 26" viewable, tempered (submit for approval) I• Outside Key Cylinder Threshold lea - Heavy Duty pushbar, Von Duprin or similar • Integral transom, single pane, obscure glass, tempered, non - 16GA Single Door lea - Grade 1 Heavy Duty Rim devise, Coordinate with Facility to operable. Door 3 Insulated 16GA swap cores • Factory painted preferred, green -owner to provide color South Entry Double Doors Foam -filled or insulated • 2ea- Heavy duty closer Removable mullion required 2ea -Slim Lite, S" x 26" viewable, tempered (submit for approval) i• Install Construction Cores on all doors. Threshold lea - Heavy Duty pushbar, Von Duprin or similar, Grade 1 Heavy Door 4 16GA Double Doors Duty Rim devise, Coordinate with Facility to swap cores • Factory painted preferred, green -owner provides color Ballet Entry Single Door Insulated 16GA Foam -filled or insulated 2ea -Slim Lite 5" x 26" viewable, tempered (submit for approval) Removable mull,an req. d 2ea -Heavy duty closer Install Construction Cores on all doors Threshold lea - Heavy Duty Pushbar, Von Duprin or similar Door 5 16GA Double Doors 16GA Reuse existing keypad lock. Install Construction Cores on all doors. Daycare Entry Single Door Insulated Fpam frllgd or ,nsulated • lea - Heavy duty closer COE[o paint the door&frame lea - Slim Lite, S"x 26" viewable, tempered (submit far approval ) Sea - Threshold M Saybr Contractors, Inc rn L 0 0 L 0 .I- X W L 0 rt+ 0 U 0 L 0 Q V c ca LL t V N O N %i 0� C O Ci 3 C 0 U 0 Cn L 0 0 X W C 0 L 0 M Q 0 V C 0 L N r O N U r c d E s ca Q Packet Pg. 51 2.6.a 3 Door 6 '• 16GA Single Door I, East Workshop Entry Double Doors Insulated lea —Heavy Duty push bar, Von Duprin or similar, Grade 1 Heavy 16GA Duty Rim devise, Coordinate with Facility to swap cores Foam -filled or insulated ! 2ea —Slim Lite 6" x 26" viewable, tempered (submit for approval) 2ea— Heavy duty closer Threshold Factory painted preferred, green —owner provides color ! Removable mullion required Install Construction Cores an all doors lea — Heavy Duty pushbar, Von Duprin or similar Doar7 lea— Grade l Heavy Duty Rim devise, Coordinate with Facility to Factory Facto preferred, — owner Gym Entry Double Doors 16GA Double Doors �• Insulated 16GA swap cores Foam -filled or insulated 2ea — Heavy duty closer green provides color Removable mullion required • 2ea — Slim Lite, S" x 26" viewable, tempered (submit for approval) • Install Construction [ores on all doors • Threshold lea — Heavy Duty pushbar, Von Duprin or similar lea —Grade 1 Heavy Duty Rim devise, Coordinate with Facility to swap cores lea — Heavy duty closer Door a 16GSingle Door 16GA Mortise Latch Plate Factory painted preferred, green —owner provides color Gym South Entry Single Door Insulated Foam -filled or insulated Weather Seal Gaskets Existin g door si gnage to be replaced by Owner Threshold Install Construction Cores an all doors. Sill Sweep Hinges Page 7 Saybr Contractors, Inc. H • N r O N U c d E t r, w r Q Packet Pg. 52 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST �City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Date: September 19, 2024 JOC Name (Contractor): Saybr Contractors, Inc. Contract Name: JOC-COE-Saybr-001 Contract Number: JOC-COE-Saybr-001 Job Order Number: JC24-01S Job Order Title: Frances Anderson Center Exterior Door Replacements Location: Frances Anderson Center Cost Proposal Date: September 19, 2024 Proposal Value: $135,327.28 Division Division Totals 01 General Requirements $47,737.34 02 Existing Conditions $893.05 03 Concrete $2,532.24 06 Wood, Plastics, and Composites $6,400.71 07 Thermal And Moisture Protection $6,658.11 08 Openings $67,839.07 09 Finishes $1,941.97 41 Material Processing and Handling Equipment $1,324.79 Proposal Total: $135,327.28 The Percentage of Non Pre -Priced on this Proposal: 0.0% By signing the Contractor acknowledges that this Job Order is issued under the provisions of the Contract established in response to Contract #JOC-COE-Saybr-001 by City of Edmonds. The services authorized are within the scope of services set forth in the Contract. All rights and obligations of the parties shall be subject to and governed by the terms and conditions, amendment(s) (if applicable), and the signed contract including any subsequent modifications, are hereby incorporated by reference as if fully set forth herein. Cory Holien, Project Manager Date Danielle Fox, Project Manager Date Thom Sullivan, Facilities Manager Date Price Proposal Detail Package Report Page 1 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 53 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Washington State Sales Tax ( 10.6 ): $14,344.69 Total Price of Construction Including WSST: $149,671.97 Price Proposal Detail Package Report Page 2 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 54 2.6.a J Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Date: September 19, 2024 JOC Name (Contractor): Saybr Contractors, Inc. Contract Name: JOC-COE-Saybr-001 Contract Number: JOC-COE-Saybr-001 Job Order Number JC24-01 S Job Order Title Frances Anderson Center Exterior Door Replacements Location: Frances Anderson Center Cost Proposal Date: September 19, 2024 Proposal Value: $135,327.28 Record # CSI Number MOD UOM Description Unit Price Factor Total 01 - General Requirements $47,737.34 1 012220000006 HR Carpenter Accepted Quantity x Unit Price x Factor = LineTotal Installation HR 40.00 x $79.61 x 13250 - $4,219.33 $4,219.33 User Note: Carpenter for additional temporary facilities and material handling through out project. 2 012220000010 HR Electrician Accepted Quantity x Unit Price x Factor = LineTotal Installation HR 16.00 x $87 42 x 1.3250 = $1,853.30 $1,853.30 User Note: Electrician for removal and reinstallation of all electric devices that interfere with installation of new doors. For example, door sensor located at door #7 and possibly the exit sign temporally. 3 012220000023 HR Painter, Ordinary Accepted Quantity x Unit Price x Factor = LineTotal Installation HR 32.00 x $60.43 x 1.3250 = $2.562.23 User Note: Trade damage touch up painting after installations are complete. Figure 4 hours per location. Price Proposal Detail Package Report Page 3 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 55 2.6.a f Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 4 012223000865 WK 2,500 PSI Pressure Washer With Full -Time Operator Accepted Quantity x Unit Price x Factor = LineTotal Installation WK 1.50 x $3,015 89 x 1.3250 = $5.994.08 User Note: Pressure washer and operator for door installation prep and cleaning after. For entire project. 5 012223001139 Accepted WK 5,000 LB Straight Mast, Industrial Warehouse Forklift With Full -Time Operator Quantity x Unit Price x Factor = LineTotal Installation WK 350 x $4,178 07 x 1.3250 = $19.375.80 User Note: Forklift at 3 locations: vender location to upload for delivery to painting vender, painting vender to jobsite, and job site for off loading and staging. 6 012223001139 0024 WK For Propane Instead Of Gas Or Diesel, Add Accepted Quantity x Unit Price x Factor = LineTotal Installation WK 3.50 x $133.39 x 1.3250 = $618.60 $618.60 User Note: 7 012223001508 DAY 1/2 To 3/4 Ton, 4 x 2 Light Duty Conventional Pickup Truck With Full -Time Truck Driver Accepted Quantity x Unit Price x Factor = LineTotal Installation DAY 3.00 x $835.21 x 1.3250 = $3,319.96 $3,319.96 User Note: Best fit: cover transportation cost for 3 regular inspections during the factory preparation period. 1. in Lacey at delivery of manufactured doors. 2. In Lacey after prep is complete and ready to ship for painting. 3. In Stanwood to inspect final painting. Line to support 41 01 20 13-0002. 8 015213000031 MO 8' x 8' x 20' Storage Container Accepted Quantity x Unit Price x Factor = LineTotal Installation MO 0.75 x $201.25 x 1.3250 = $199.99 $199.99 User Note: Storage container for jobsite upon delivery of doors to provide protect and storage. Secure area to laydown tools and additional materials at jobsite. 9 015616000053 SF 1/2" Oriented Strand Board (OSB) Wall Sheathing On Both Sides, Temporary Wood Stud Wall, 16" On Center Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 232.00 x $6.48 x 1.3250 = $1,991.95 Demo SF 208.000000 x $0 00 x 1.3250 - $0.00 Price Proposal Detail Package Report Page 4 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 56 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 $1,991.95 User Note: Temporary wall space for delimitation and dust control to be used at each door location through project. 10 015616000072 EA Temporary Metal Door And Frame Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 2.00 x $493.24 x 1.3250 = $1,307.09 Demo EA 1.000000 x $0.00 x 1.3250 = $0.00 $1,307.09 User Note: Temporary door installation, control item for unforeseen conditions during installation process to be used at each door location as required. 2 doors: one for single door location and one for double door location. 1 demo for labor on removal. 11 015616000075 SF 1/2" Plywood For Temporary Floor Protection Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 256.00 x $1.51 x 1.3250 = $512.19 $512.19 User Note: Plywood for window, wall, and floor protection, to be used at each door installation location. 12 015626000005 LF Temporary 6' High Chain Link Fence And Posts, Up To 6 Months Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 100.00 x $5.99 x 1.3250 = $793.68 $793.68 User Note: Temporary fence for around storage container and forklift at laydown area. 13 015626000175 LF 48" High With Posts At 8' On Center, Plastic Mesh Temporary Safety Fence Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 50.00 x $3.00 x 1.3250 = $198.75 $198.75 User Note: Pedestrian delineation 14 016619000005 CY Transfer Delivered Materials Distances Greater Than 125', Per CY Of Material Per 125' Accepted Quantity x Unit Price x Factor = LineTotal Installation CY 80.00 x $5.33 x 1.3250 = $564.98 $564.98 User Note: Best fit: transfer of the doors at multiple sites and jobsite. Distances to installation locations are greater the 125 If. 15 017113000002 EA Equipment Delivery, Pickup, Mobilization And Demobilization Using A Rollback Flatbed Truck Accepted Quantity x Unit Price x Factor = LineTotal Price Proposal Detail Package Report Page 5 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 57 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Installation EA 3.00 x $258.97 x 1.3250 = $1,029.41 User Note: Mob and demob of forklift to 3 separate locations. 16 017113000003 EA Equipment Delivery, Pickup, Mobilization And Demobilization Using A Tractor Trailer With Up To 53' Bed Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 2.00 x $916.04 x 1.3250 = $2,427.51 $2,427.51 User Note: Best fit: transportation of doors from installing vendor to painting vender. Transfer from Lacey, WA to Stanwood, WA and then to the jobsite in Edmonds. 17 017419000012 EA 10 CY Dumpster (1.5 Ton) "Construction Debris" Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1 00 x $579 99 x 1.3250 = $768.49 $768.49 User Note: Dumpster for doors and general construction debris. 02 - Existing Conditions $893.05 18 029055000104 DAY 12 Gallon, Industrial High Efficiency Particulate Air (HEPA) Vacuum For Emergency Clean-up Accepted Quantity x Unit Price x Factor = LineTotal Installation DAY 5.00 x $134.80 x 13250 = $893.05 $893.05 User Note: Best Fit: filter vacuum for dust control during construction activity in an occupied facility with children present. 03 - Concrete $2,532.24 19 030130710044 LF >1/4" To 1/2" Wide, Low Viscosity, High Strength Epoxy Resin, Gravity Fed Structural Crack Repair For Concrete, Surface Applied With Caulk Gun (Sikadur0 Crack Fix) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 72.00 x $10.58 x 1.3250 = $1,009.33 $1,009.33 User Note: Best fit: concrete surface repair and preparation for doors 1, 3, & 6 installation. Primarily for the installation of the thresholds. Price Proposal Detail Package Report Page 6 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 58 2.6.a -` Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 20 030130710044 LF >1/4" To 1/2" Wide, Low Viscosity, High Strength Epoxy Resin, Gravity Fed Structural Crack Repair For Concrete, Surface Applied With Caulk Gun (SikadurO Crack Fix) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 16.00 x $10.58 x 1.3250 $224.30 $224.30 User Note: Best fit concrete surface repair and preparation for doors 2 threshold installation. 21 030130710044 LF >1/4" To 1/2" Wide, Low Viscosity, High Strength Epoxy Resin, Gravity Fed Structural Crack Repair For Concrete, Surface Applied With Caulk Gun (Sikadur@ Crack Fix) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 16.00 x $10.58 x 1.3250 = $224.30 Demo LF 4 000000 x $0.00 x 1.3250 = $0.00 $224 30 User Note: Best fit concrete surface repair and preparation for door 4 threshold installation. 22 030130710044 LF >1/4" To 1/2" Wide, Low Viscosity, High Strength Epoxy Resin, Gravity Fed Structural Crack Repair For Concrete, Surface Applied With Caulk Gun (Sikadur® Crack Fix) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 16.00 x $10.58 x 1.3250 = $224.30 $224.30 User Note: Best fit: concrete surface repair and preparation for door 5 threshold installation. 23 030130710044 LF >1/4" To 1/2" Wide, Low Viscosity, High Strength Epoxy Resin, Gravity Fed Structural Crack Repair For Concrete, Surface Applied With Caulk Gun (Sikadur® Crack Fix) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 42.00 x $10.58 x 1.3250 = $588.78 $588.78 User Note: Best fit concrete surface repair and preparation for door 7 threshold installation. 24 030130710044 LF >1/4" To 1/2" Wide, Low Viscosity, High Strength Epoxy Resin, Gravity Fed Structural Crack Repair For Concrete, Surface Applied With Caulk Gun (Sikadur0 Crack Fix) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 16.00 x $10.58 x 1.3250 - $224.30 Demo LF 8.000000 x $0.00 x 1.3250 = $0.00 $224.30 User Note: Best fit: concrete surface repair and preparation for door 8 threshold installation. 25 030130720002 SF Sound The Concrete Surface To Locate Delaminated Areas Accepted Quantity x Unit Price x Factor = LineTotal Price Proposal Detail Package Report Page 7 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 59 2.6.a r Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Installation SF 36.00 x $0.34 x 13250 = $16.22 $16.22 User Note: Best fit: Concrete sounding for repairs after demolition of doors 1, 3, & 6. 26 030130720002 SF Sound The Concrete Surface To Locate Delaminated Areas Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 8.00 x $0.34 x 1.3250 = $3.60 $3.60 User Note: Best fit. Concrete sounding for repairs after demolition of door 2. 27 030130720002 SF Sound The Concrete Surface To Locate Delaminated Areas Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 8.00 x $0.34 x 1.3250 = $3.60 $3.60 User Note: Best fit: Concrete sounding for repairs after demolition of door 4. 28 030130720002 SF Sound The Concrete Surface To Locate Delaminated Areas Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 8.00 x $0.34 x 1.3250 = $3.60 $3.60 User Note: Best fit: Concrete sounding for repairs after demolition of door 5. 29 030130720002 SF Sound The Concrete Surface To Locate Delaminated Areas Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 14 00 x $0.34 x 1.3250 = $6.31 $6.31 User Note: Best fitConcrete sounding for repairs after demolition of door 4. 30 030130720002 SF Sound The Concrete Surface To Locate Delaminated Areas Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 800 x $0 34 x 1.3250 = %3_Rn User Note: Best fit: Concrete sounding for repairs after threshold demolition of door 8. 06 - Wood, Plastics, and Composites $6,400.71 Price Proposal Detail Package Report Page 8 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 60 2.6.a f Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 31 060120910002 SF Restoration Of Existing Decorative Woodwork Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 288.00 x $6.29 x 1.3250 = $2,40026 $2,400.26 User Note: Best fit: All surface, trim, and wall restoration after Sea door installation. 32 060120910002 SF Restoration Of Existing Decorative Woodwork Accepted Quantity x Unit Price x Factor = Installation SF 96.00 x $6.29 x 1.3250 = User Note: Best fit All surface, trim, and wall restoration after door #2 installation. 33 060120910002 SF Restoration Of Existing Decorative Woodwork Accepted Quantity x Unit Price x Factor = Installation SF 96.00 x $6.29 x 13250 = User Note: Best fit: All surface, trim, and wall restoration after door #4 installation. 34 060120910002 SF Restoration Of Existing Decorative Woodwork Accepted Quantity x Unit Price x Factor = Installation SF 96.00 x $6.29 x 1.3250 = User Note: Best fit: All surface, trim, and wall restoration after door #4 installation. LineTotal $800.09 LineTotal $800.09 $800.09 LineTotal $800.09 35 060120910002 SF Restoration Of Existing Decorative Woodwork Accepted Quantity x Unit Price x Factor LineTotal Installation SF 96.00 x $6.29 x 1.3250 = $800.09 $800.09 User Note: Best fit: All surface, trim, and wall restoration after door #7 installation. 36 060120910002 SF Restoration Of Existing Decorative Woodwork Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 96.00 x $6.29 x 1.3250 = $800.09 $800.09 User Note: Primary carpenter for restoration of area around door #8 after isntallation. 07 - Thermal And Moisture Protection $6,658.11 Price Proposal Detail Package Report Page 9 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 61 2.6.a 1 0 Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST L City of Edmonds ° O 0 121 5th Ave N Edmonds, Washington 98020 c 'L d 37 076519000005 LF 12" Wide Strip, 60 Mil, Neoprene Flashing W Accepted Quantity x Unit Price x Factor = LineTotal; c Installation LF 60.00 x $9.17 x 1.3250 = $729.02 m V $729.02 =O to User Note: Opening flashing to be installed prior to door frame installation at doors 1, 3, & 6. 38 076519000005 LF 12" Wide Strip, 60 Mil, Neoprene Flashing c Q rn Accepted Quantity x Unit Price x Factor = LineTotal d t� C Installation LF 17.00 x $9.17 x 1.3250 = $206.55 ur $206.55 V User Note: Opening flashing to be installed prior to door 2 installation. 0 39 076519000005 LF 12" Wide Strip, 60 Mil, Neoprene Flashing N Accepted Quantity x Unit Price x Factor = LineTotal 0 N t� Installation LF 17.00 x $9.17 x 1.3250 = $206.55 01 C $206.55 O User Note: Opening flashing to be installed prior to door 4 installation. L 40 076519000005 LF 12" Wide Strip, 60 Mil, Neoprene Flashing r O Accepted Quantity x Unit Price x Factor = LineTotal V L Installation LF 17.00 x $9.17 x 1.3250 - $206.55 ca Cl) $206.55 L User Note: Opening flashing to be installed prior to door 5 installation. Op 41 076519000005 LF 12" Wide Strip, 60 Mil, Neoprene Flashing W Accepted Quantity x Unit Price x Factor = LineTotal C O Installation LF 20.00 x $9.17 x 1.3250 = $243.01 L d M $243.01 Q User Note: Opening flashing to be installed prior to door 7 installation. rn Q v 42 078123000013 SF 1 Hour, Intumescent Thin Film Fireproofing For Hollow Section Columns (Albi Clad TF) ILL Accepted Quantity x Unit Price x Factor = LineTotal ' to Installation SF 60.00 x $18.13 x 1.3250 = $1,441.34 0 V $1,441.34 cV tU User Note: Best fit: fire proofing fill for metal hollow door frames for doors 1, 3, & 6. r c 43 078123000013 SF 1 Hour, Intumescent Thin Film Fireproofing For Hollow Section Columns (Albi O E Clad TF) s Accepted Quantity x Unit Price x Factor = LineTotal Price Proposal Detail Package Report Page 10 of 28 Q Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 62 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Installation SF 17.00 x $18.13 x 1.3250 = $408.38 User Note: Best fit: fire proofing fill for metal hollow door frame for door 2. 44 078123000013 SF 1 Hour, Intumescent Thin Film Fireproofing For Hollow Section Columns (Albi Clad TF) Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 17.00 x $18.13 x 1.3250 = $408.38 $408.38 User Note: Best fit: fire proofing fill for metal hollow door frame for door 4. 45 078123000013 Accepted 46 SF 1 Hour, Intumescent Thin Film Fireproofing For Hollow Section Columns (Albi Clad TF) Quantity x Unit Price x Factor = LineTotal Installation SF 17 00 x $18.13 x 1.3250 = $408.38 $408.38 User Note: Best fit: fire proofing fill for metal hollow door frame for door 5 078123000013 SF 1 Hour, Intumescent Thin Film Fireproofing For Hollow Section Columns (Albi Clad TF) Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 21.00 x $18.13 x 1.3250 = $504.47 $504.47 User Note: Best fit: fire proofing fill for metal hollow door frame for door 7. 47 078443000025 CLF 1/2" x 1/2" Joint, Latex -Based, Intumescent Firestop Sealant (STI SSS Series) Accepted Quantity x Unit Price x Factor = LineTotal Installation CLF 0.50 x $605.19 x 1.3250 = $400 94 Demo CLF 0.500000 x $78.41 x 1.3250 = $51.95 $452.89 User Note: Best fit: fire sealant for door interior for doors 1, 3, & 6. 48 078443000025 CLF 1/2" x 1/2" Joint, Latex -Based, Intumescent Firestop Sealant (STI SSS Series) Accepted Quantity x Unit Price x Factor = LineTotal Installation CLF 0.25 x $605.19 x 1.3250 = $200.47 Demo CLF 0.250000 x $78.41 x 1.3250 = $25 97 $226.44 User Note: Best fit: fire sealant for door frame interior for door 2. d 49 078443000025 CLF 1/2" x 1/2" Joint, Latex -Based, Intumescent Firestop Sealant (STI SSS Series) E s Accepted Quantity x Unit Price x Factor = LineTotal Price Proposal Detail Package Report Page 11 of 28 Q Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 63 2.6.a ,,, i Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST L City of Edmonds 00 0 121 5th Ave N Edmonds, Washington 98020 c •2 d Installation CLF 0.25 x $605.19 x 1.3250 = $200.47 W Demo CLF 0.250000 x $78.41 x 1.3250 = $25.97 a> c $226.44 V User Note: Best fit: fire sealant for door frame interior for door 4. _ 0 50 078443000025 CLF 1/2" x 1/2" Joint, Latex -Based, Intumescent Firestop Sealant (STI SSS Series) m Accepted Quantity x Unit Price x Factor = LineTotal Q Installation CLF 0.25 x $605.19 x 1.3250 = $200.47 N t� C Demo CLF 0.250000 x $78.41 x 1.3250 = $25.97 u_ $226.44 V User Note: Best fit: fire sealant for door frame interior for door 5. 0 a 51 078443000025 CLF 1/2" x 1/2" Joint, Latex -Based, Intumescent Firestop Sealant (STI SSS Series) Accepted Quantity x Unit Price x Factor = Installation CLF 0.50 x $605.19 x 1.3250 = Demo CLF 0.500000 x $78.41 x 1.3250 = User Note: Best fit: fire sealant for door frame interior for door 7. LineTotal $400.94 $452.89 52 079123000004 LF 1/2" Polyethylene Or Polyurethane Backer Rod Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 60.00 x $1.34 x 1.3250 = $106.53 Demo LF 60.000000 x $0.36 x 1.3250 = $28.62 $135.15 User Note: Backer rod for joints around doors 1, 3, & 6. Best fit 53 079123000004 LF 1/2" Polyethylene Or Polyurethane Backer Rod Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 17.00 x $1.34 x 1.3250 = $30.18 $30.18 User Note: Backer rod for joints around door 2. 54 079123000004 LF 1/2" Polyethylene Or Polyurethane Backer Rod Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 17.00 x $1.34 x 1.3250 $30.18 Demo LF 17 000000 x $0.36 x 1.3250 = $8.11 Price Proposal Detail Package Report ca Page 12 of 28 Q Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 64 2.6.a 0 Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST L City of Edmonds °o 0 121 5th Ave N Edmonds, Washington 98020 L 0 •L az User Note: Backer rod for joints around door 4. W 55 079123000004 LF 1/2" Polyethylene Or Polyurethane Backer Rod Accepted Quantity x Unit Price x Factor = LineTotal c V Installation LF 17.00 x $1.34 x 1.3250 = $30.18 = O to Demo LF 17.000000 x $0.36 x 1.3250 = $811 d $38.29 = Q User Note: Backer rod for joints around door 5 4) 56 079123000004 LF 112" Polyethylene Or Polyurethane Backer Rod LL Accepted Quantity x Unit Price x Factor = LineTotal tU Installation LF 17.00 x $1.34 x 1.3250 = $30.18 0 Demo LF 17.000000 x $0.36 x 1.3250 = $8.11 qq N $38.29 N User Note: Backer rod as required for door #7 as required. 0 57 079123000004 LF 1/2" Polyethylene Or Polyurethane Backer Rod I O Accepted Quantity x Unit Price x Factor = LineTotal v 3 L Installation LF 17.00 x $1.34 x 1.3250 = $30.18 w+ O $30.18 U User Note: Backer rod and insulation for opening at door #8. L >, ca 08 - Openings $67,839.07 N vi L 58 080513000003 EA For >1 To 2 SF, Factory Installed 20 Gauge Galvannealed Steel Frame With 3/8" Glazing Pocket For Vision Glass In Door, Add C 0 Accepted Quantity x Unit Price x Factor = LineTotal � W Installation EA 6.00 x $148.96 x 1.3250 = $1,184.23 c User Note: Glazing pocket for 6 door panels to be prepped in warehouse prior to shipping for painting. For doors 1, 3, & 6. 59 080513000003 EA For >1 To 2 SF, Factory Installed 20 Gauge Galvannealed Steel Frame With 3/8" Glazing Pocket For Vision Glass In Door, Add Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $148 96 x 1.3250 = $197.37 $197.37 User Note: Vision panel glazing pocket to be cut in by vender after manufacturing. For door 2. Price Proposal Detail Package Report Page 13 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 65 2.6.a v mot: Price Proposal Detail Package Report - Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 60 080513000003 EA For >1 To 2 SF, Factory Installed 20 Gauge Galvannealed Steel Frame With 3/8" Glazing Pocket For Vision Glass In Door, Add Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $148.96 x 13250 $197.37 $197.37 User Note: Best fit: additional modification to door frame and door panel to host vision panels and door swings for custom door sizes. For door 4. 61 080513000003 EA For >1 To 2 SF, Factory Installed 20 Gauge Galvannealed Steel Frame With 3/8" Glazing Pocket For Vision Glass In Door, Add Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $148 96 x 1.3250 = $197.37 Demo EA 1.000000 x $0.00 x 1.3250 = $0.00 $197.37 User Note: Vision panel glazing installation for door #5, after manufacturing. 62 080513000003 EA For >1 To 2 SF, Factory Installed 20 Gauge Galvannealed Steel Frame With 3/8" Glazing Pocket For Vision Glass In Door, Add Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $148.96 x 1.3250 = $197.37 Demo EA 1000000 x $0.00 x 1.3250 = $0.00 $197.37 User Note: Vision panel glazing installation for door #7, after manufacturing. 63 080513000055 EA Modify Metal Door Frame For Door Swing Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $970.99 x 1.3250 = $1.286.56 User Note: Best fit: additional modification to door frame and door panel to host vision panels and door swings for custom door sizes. For door 2. 64 080513000055 EA Modify Metal Door Frame For Door Swing Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $970.99 x 1.3250 = $1,286.56 $1,286.56 User Note: Best fit: additional modification to door frame and door panel to host vision panels and door swings for custom door sizes. For door 4. 65 080513000055 EA Modify Metal Door Frame For Door Swing Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $970.99 x 1.3250 = $1.286.56 Price Proposal Detail Package Report Page 14 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 66 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST ' City of Edmonds 121 5th Ave N Edmonds, Washington 98020 User Note: Best fit: additional modification to door frame and door panel to host vision panels and door swings for custom door sizes. For door 5. 66 080513000055 EA Modify Metal Door Frame For Door Swing Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 6.00 x $970.99 x 1.3250 = $7,719.37 User Note: Best fit: additional modification to door frames and door panels to host vision panels and door swings for custom door sizes. For doors 1, 3, & 6. 67 080513000055 EA Modify Metal Door Frame For Door Swing Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 2.00 x $970 99 x 1.3250 $2,573.12 $2,573.12 User Note: Best fit: additional modification to door frames and door panels to host vision panels and door swings for custom door sizes. For doors 7. 68 081213130107 EA 3' x 6'-8" Through 7'-2" High, 6-7/8" Through 8-3/4" Deep, 16 Gauge, Knock Down Hollow Metal Door Frame Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $506.21 x 1.3250 = $670 73 Demo EA 1.000000 x $80.88 x 1.3250 = $107.17 $777.90 User Note: Demo of existing door frame and new custom door frame and panel for doors 2. 69 081213130107 0013 EA For 14 Gauge Frame, Add Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $86.11 x 1.3250 = $114.10 $114.10 User Note: 70 081213130107 EA 3' x 6'-8" Through T-2" High, 6-7/8" Through 8-3/4" Deep, 16 Gauge, Knock Down Hollow Metal Door Frame Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $506.21 x 1.3250 = $670.73 Demo EA 1.000000 x $80.88 x 1.3250 = $107.17 $777.90 User Note: Demo and replace door frame at door #5. 71 081213130107 Accepted 0013 EA For 14 Gauge Frame, Add r C d Installation EA Price Proposal Detail Package Report Quantity x Unit Price x Factor = LineTotal 1.00 x $86.11 x 1.3250 = $114.10 v ca Page 15 of 28 Q Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 67 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/202412:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 $114.10 User Note: 72 081213130107 EA 3' x 6'-8" Through 7'-2" High, 6-7/8" Through 8-3/4" Deep, 16 Gauge, Knock Down Hollow Metal Door Frame Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $506.21 x 1.3250 = $670.73 Demo EA 1.000000 x $80.88 x 1.3250 = $107.17 $777.90 User Note: Demo of existing door frame and new custom door frame and panel for doors 4. 73 081213130107 Accepted User Note: 0013 Installation EA EA For 14 Gauge Frame, Add Quantity x Unit Price x 1.00 x $86.11 x Factor = 1.3250 = LineTotal $114.10 $114.10 74 081213130114 EA 6' x 6'-8" Through 7'-2" High, 6-7/8" Through 8-3/4" Deep, 16 Gauge, Knock Down Hollow Metal Door Frame Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 3.00 x $617.85 x 1.3250 = $2,455.95 Demo EA 3.000000 x $105.15 x 1.3250 = $417.97 $2,873.92 User Note: Demo of existing door frames and new custom door frames and panels for doors 1, 3, & 6. 75 081213130114 0013 EA For 14 Gauge Frame, Add Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 3.00 x $101.89 x 1.3250 = $405.01 $405.01 User Note: 76 081213130164 EA Tx >7'-2" Through 9' High, 8-7/8" Through 13" Deep, 16 Gauge, Knock Down Hollow Metal Door Frame Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $718.81 x 1.3250 = $952.42 $952.42 User Note: Demo of existing door frame and new custom door frame and 42" panel for doors 7. 77 081213130164 0013 EA For 14 Gauge Frame, Add d Accepted Quantity x Unit Price x Factor = LineTotal E s Installation EA 1.00 x $126.12 x 1.3250 = $167.11 Price Proposal Detail Package Report Page 16 of 28 Q Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 68 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 $167.11 User Note: 78 081213130186 LF 6-3/4" x 2", 16 Gauge, Hollow Metal Frame Vertical Mullion Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 21.00 x $38.89 x 1.3250 = $1,082.11 Demo LF 21.000000 x $4.78 x 1.3250 = $133.00 $1,215.11 User Note: Demo of existing mullion and procurement and installation of new mullion for doors 1, 3, & 6. 79 081213130186 0044 LF For 14 Gauge Frame, Add Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 3.00 x $6.73 x 1.3250 = $26.75 $26.75 User Note: Mullions are to be 14 gauge to match door frames. 80 081213130186 LF 6-3/4" x 2", 16 Gauge, Hollow Metal Frame Vertical Mullion Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 7.00 x $38.89 x 1.3250 = $360.70 Demo LF 7.000000 x $4 78 x 1.3250 = $44 33 $405.03 User Note: Demo and replacement of mullion at door V. 81 081213130186 0044 LF For 14 Gauge Frame, Add Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 1.00 x $6.73 x 1.3250 = $8.92 $8.92 User Note: Mullions are to be 14 gauge to match door frames. 82 081313130039 EA Tx 6'-8" x 1-3/4", 18 Gauge, Level 2 Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 6.00 x $96.13 x 1.3250 = $764.23 $764.23 User Note: Additional labor requirements for custom door prep prior to installation. Labor only for doors 1,3, & 6. 83 081313130039 Accepted Price Proposal Detail Package Report EA Tx 6'-8" x 1-3/4", 18 Gauge, Level 2 Heavy Duty, Honeycomb Core, Hollow Metal Door Quantity x Unit Price x Factor = LineTotal s t� ca Page 17 of 28 Q Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 69 2.6.a 84 Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Installation EA 1.00 x $96.13 x 1.3250 = $127.37 $127.37 User Note: Additional labor requirements for custom door prep prior to installation. Labor only for door 2. 081313130039 Accepted EA 3' x 6'-8" x 1-3/4", 18 Gauge, Level 2 Heavy Duty, Honeycomb Core, Hollow Metal Door Quantity x Unit Price x Factor = LineTotal Installation EA 100 x $9613 x 1.3250 = $127.37 User Note: Additional labor requirements for custom door prep prior to installation. Labor only for door 4. 85 081313130039 EA Tx 6'-8" x 1-3/4", 18 Gauge, Level 2 Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $96.13 x 1.3250 = $127.37 $127.37 User Note: Additional labor requirements for custom door prep prior to installation. Labor only for door 5. 86 081313130039 EA Tx 6'-8" x 1-3/4", 18 Gauge, Level 2 Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $96.13 x 13250 - $127.37 Demo EA 1.000000 x $48.53 x 1.3250 = $64.30 User Note: Additional labor requirements for custom door prep prior to installation. Labor only for door 7. 87 081313130041 EA 3'-6" x 6'-8" x 1-3/4", 18 Gauge, Level 2 Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $100.14 x 1.3250 = $132.69 $132.69 User Note: Demo of existing door frame and new custom door frame and 36" panel for doors 7. 88 081313130091 EA T-6" x Tx 1-3/4", 16 Gauge, Level 3 Extra Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 6.00 x $1,196.90 x 1.3250 = $9,515.36 Demo EA 6.000000 x $50.55 x 1.3250 = $401.87 $9,917.23 User Note: Best fit: Door 1, 3, & 6 custom door panels and existing door demolition. Price Proposal Detail Package Report Page 18 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 70 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 89 081313130091 EA 3'-6" x Tx 1-3/4", 16 Gauge, Level 3 Extra Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $1,196 90 x 1.3250 = $1,585.89 Demo EA 1.000000 x $50.55 x 1.3250 = $66 98 $1,652.87 User Note: Best fit Door #2 custom door panels and existing door demolition. 90 081313130091 EA 3'-6" x Tx 1-3/4", 16 Gauge, Level 3 Extra Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $1,196.90 x 1.3250 = $1,585.89 Demo EA 1.000000 x $50.55 x 1.3250 = $66.98 $1,652.87 User Note: Demo of existing door frame and new custom door frame and panel for doors 4. 91 081313130091 EA 3'-6" x Tx 1-3/4", 16 Gauge, Level 3 Extra Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $1,196.90 x 1.3250 = $1,585.89 Demo EA 1.000000 x $50.55 x 1.3250 = $66.98 $1,652.87 User Note: Best fit custom door and frame for door #5, includes demolition of existing door. 92 081313130091 EA 3'-6" x Tx 1-3/4", 16 Gauge, Level 3 Extra Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $1,196.90 x 1.3250 = $1,585.89 Demo EA 1.000000 x $50.55 x 1.3250 = $66 98 $1,652.87 User Note: Best fit. demo and custom replacement of door #7. Panel #1. 93 081313130092 EA 4' x Tx 1-3/4", 16 Gauge, Level 3 Extra Heavy Duty, Honeycomb Core, Hollow Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $1,320.34 x 1.3250 = $1,749.45 Demo EA 1.000000 x $54.60 x 1.3250 = $72.35 $1,821.80 User Note: Best fit demo and custom replacement of door #7. Panel #2. 94 087111000027 PR 4-1/2" x 4-1/2" Heavy Duty, Full Mortise, Plain Bearing, Brass/Bronze, Satin Chrome Finish Hinge Price Proposal Detail Package Report Page 19 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 71 2.6.a 0 ., Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Accepted Quantity x Unit Price x Factor = LineTotal Installation PR 9.00 x $88.87 x 1.3250 = $1,059.77 $1,059 77 User Note: Hinges for new 6ea new door panels, doors 1, 3, & 6. 95 087111000027 PR 4-1/2" x 4-1/2" Heavy Duty, Full Mortise, Plain Bearing, Brass/Bronze, Satin Chrome Finish Hinge Accepted Quantity x Unit Price x Factor = LineTotal Installation PR 200 x $88.87 x 1.3250 = $235.51 $235.51 User Note: Hinges for new door panel at door 2. 96 087111000027 PR 4-1/2" x 4-1/2" Heavy Duty, Full Mortise, Plain Bearing, Brass/Bronze, Satin Chrome Finish Hinge Accepted Quantity x Unit Price x Factor = LineTotal Installation PR 2.00 x $88.87 x 1.3250 = $235.51 $235.51 User Note: Hinges for new door panel at door 4. 97 087111000027 PR 4-1/2" x 4-1/2" Heavy Duty, Full Mortise, Plain Bearing, Brass/Bronze, Satin Chrome Finish Hinge Accepted Quantity x Unit Price x Factor = LineTotal Installation PR 2.00 x $88.87 x 1.3250 = $235.51 $235.51 User Note: Hinges for new door panel at door 5. 98 087111000027 PR 4-1/2" x 4-1/2" Heavy Duty, Full Mortise, Plain Bearing, Brass/Bronze, Satin Chrome Finish Hinge Accepted Quantity x Unit Price x Factor = LineTotal Installation PR 3.00 x $88.87 x 1.3250 = $353.26 User Note: Hinges for new door panels at door 7. 99 087111000027 PR 4-1/2" x 4-1/2" Heavy Duty, Full Mortise, Plain Bearing, Brass/Bronze, Satin Chrome Finish Hinge Accepted Quantity x Unit Price x Factor = LineTotal Installation PR 2.00 x $88.87 x 1.3250 = $235 51 Demo PR 2 000000 x $8.89 x 1.3250 = $23 56 $259.07 User Note: Removal and replacement of door #8 hinges. 100 087111002031 EA 3/4" Diameter, 8" Center to Center, Aluminum Door Pulls (Ives 8102HD-8) Price Proposal Detail Package Report Page 20 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 72 2.6.a Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST ` City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 3.00 x $65.67 x 1.3250 = $261.04 $261.04 User Note: New pulls to match existing/supplied pull on one door panel for doors 1, 3, & 6. 101 087111002031 EA 3/4" Diameter, 8" Center to Center, Aluminum Door Pulls (Ives 8102HD-8) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $65.67 x 1.3250 = $87.01 $87.01 User Note: Removal and replacement of existing pull handle. 102 087111002031 EA 3/4" Diameter, 8" Center to Center, Aluminum Door Pulls (Ives 8102HD-8) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $65.67 x 1.3250 = $87.01 $87.01 User Note: Door pull to match existing, to be removed and reinstalled at door #7 103 087111002044 EA 3-1/2" x 15" Aluminum Pull Plate Door Hardware (Ives 8302) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 3.00 x $39.23 x 1.3250 = $155.94 $155.94 User Note: New pull plates to match existing/supplied pull on one door panel for doors 1, 3, & 6. 104 087111002044 EA 3-1/2" x 15" Aluminum Pull Plate Door Hardware (Ives 8302) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $39.23 x 1.3250 = $51.98 $51.98 User Note: Removal and replacement of plate foe door pull on door #4. 105 087111002123 EA 3' Push Bar, Fire Rated, Rim Type, Exit Device (Von Duprin Series XP98- F/XP99-F) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 3.00 x $1,163.22 x 1.3250 = $4,623.80 $4,623.80 User Note: New push bar to match existing/ supplied van duprin push bars for 3 panels at doors 1, 3, & 6. 106 087111002123 EA 3' Push Bar, Fire Rated, Rim Type, Exit Device (Von Duprin Series XP98- F/XP99-F) Accepted Quantity x Unit Price x Factor LineTotal E s t� ca Price Proposal Detail Package Report Page 21 of 28 Q Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 73 2.6.a v Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Installation EA 1.00 x $1,163.22 x 1.3250 = $1,541.27 $1,541.27 User Note: New Von Duprin crash bar for door #4 107 087111002123 EA 3' Push Bar, Fire Rated, Rim Type, Exit Device (Von Duprin Series XP98- F/XP99-F) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $1,163.22 x 1.3250 = $1,541.27 108 109 $1,541.27 User Note: New Von Duprin crash bar assembly to match existing at door #7. 087111002221 Accepted EA Surface Mounted Heavy Duty Door Closer (LCN 4010/4020/4110 Series) Quantity x Unit Price x Factor = LineTotal Installation EA 6.00 x $438.14 x 13250 = $3,483.21 Demo EA 6.000000 x $23.45 x 1.3250 = $186.43 $3,669.64 User Note: Removal and replacement of door closer for each panel on 3ea double doors 087111002221 EA Surface Mounted Heavy Duty Door Closer (LCN 4010/4020/4110 Series) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $438.14 x 1.3250 = $580.54 Demo EA 1.000000 x $23.45 x 1.3250 = $31.07 $611.61 User Note: Demo and new door closure at door 2 110 087111002221 EA Surface Mounted Heavy Duty Door Closer (LCN 4010/4020/4110 Series) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $438.14 x 1.3250 = $580.54 Demo EA 1.000000 x $23.45 x 1.3250 = $31.07 $611 61 User Note: Demo and replace closer for door #4. 111 087111002221 EA Surface Mounted Heavy Duty Door Closer (LCN 4010/4020/4110 Series) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 2.00 x $438.14 x 1.3250 = $1,161.07 Demo EA 2.000000 x $23.45 x 1.3250 = $62.14 $1,223.21 User Note: Demo and replacement of closers at door #7. Price Proposal Detail Package Report Page 22 of 28 Q Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 74 2.6.a I I7 1 Price Proposal Detail Package Report Version: 2.0 Approved 09/19/202412:38:19 PM PST C. I City of Edmonds 121 5th Ave N Edmonds, Washington 98020 112 087111002221 EA Surface Mounted Heavy Duty Door Closer (LCN 4010/4020/4110 Series) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $438.14 x 1.3250 = $580.54 Demo EA 1.000000 x $23.45 x 1.3250 = $31.07 $611.61 User Note: New closer at door #5. 113 087111002221 EA Surface Mounted Heavy Duty Door Closer (LCN 4010/4020/4110 Series) Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $438.14 x 1.3250 = $580.54 Demo EA 1.000000 x $23.45 x 1.3250 = $31.07 $611.61 User Note: Remove and replace closer on door #8. Door panel is in good working order. 114 087111002467 EA Removal And Reinstallation Of Door Lockset, Entrance Accepted Quantity x Unit Price x Factor = Installation EA 1.00 x $60.66 x 1.3250 = User Note: Remove and reinstall existing Van duprin panic bar. 115 087111002469 EA Removal And Reinstallation Of Deadbolt Lock Accepted Quantity x Unit Price x Factor = Installation EA 1.00 x $64.71 x 1.3250 User Note: Removal and reinstallation of deadbolt/lockset at Door #5. 116 087111002472 EA Removal And Reinstallation Of Surface Mounted Panic Device Accepted Quantity x Unit Price x Factor = Installation EA 3.00 x $161.76 x 1.3250 = User Note: Removal and reinstallation of existing Van duprin panic bars, Sea door location. LineTotal $80.37 LineTotal $85.74 LineTotal $643.00 117 087111002472 EA Removal And Reinstallation Of Surface Mounted Panic Device Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $161.76 x 1.3250 = $214.33 $214.33 User Note: Remove and reinstall existing Van duprin panic bar. Price Proposal Detail Package Report Page 23 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 75 2.6.a ��t r: p Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST C. City of Edmonds 121 5th Ave N Edmonds, Washington 98020 118 087111002472 EA Removal And Reinstallation Of Surface Mounted Panic Device Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $161.76 x 1.3250 = $214.33 $214.33 User Note: Remove and reinstall existing Van duprin panic bar 119 087111002475 EA Removal And Reinstallation Of Surface Mounted Door Closer Or Holder Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.00 x $80.88 x 1.3250 = $107.17 Demo EA 1.000000 x $0.00 x 1.3250 = $0.00 $107.17 User Note: Removal and replacement of closer at door #5. This is the only hardware getting replaced at this door. 120 087111002476 EA Removal And Reinstallation Of Door Handles Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 3.00 x $12.14 x 1.3250 = $48.26 $48.26 121 122 User Note: For the existing 3 pulls to remain at doors 1, 3, & 6. 087233000006 LF 1-1/8" Width, 3/16" Height, Mullion Mount, Adhesive Backed Mullion Gasketing (Pemko 5110) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 21.00 x $3.09 x 1.3250 = $85.98 $85.98 User Note: New weather gasket for removable mullions in doors 1, 3, &6. 087233000006 LF 1-1/8" Width, 3/16" Height, Mullion Mount, Adhesive Backed Mullion Gasketing (Pemko 5110) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 7.00 x $3.09 x 1.3250 = $28.66 $28.66 User Note: New gasketing for mullion at door #7. 123 087233000043 LF 9/16" Neoprene Loop Insert, 3/4" Width, 1-3/8" Height, Surface/Mortise Mount, Clear Anodized Aluminum, One Piece, Meeting Stile Astragal (Pemko 314CN) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 17 00 x $24.18 x 1.3250 = $544.65 $544.65 User Note: Removal and replacement for door #8 gasketing, best fit. Price Proposal Detail Package Report Page 24 of 28 Q Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 76 2.6.a 0� f Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 124 087243000013 LF 8" Width, 1/4" Height, Aluminum Saddle Threshold (Pemko 2748A) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 20.00 x $43.10 x 1.3250 = $1,142.15 Demo LF 20.000000 x $8.08 x 1.3250 = $214.12 $1,356.27 User Note: New threshold for doors 1. 3, & 6. 125 087243000013 LF 8" Width, 1/4" Height, Aluminum Saddle Threshold (Pemko 2748A) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 4.00 x $43.10 x 1.3250 = $228.43 Demo LF 3.000000 x $8.08 x 1.3250 = $32.12 $260.55 User Note: Replacement of threshold for new door #2. 126 087243000013 LF 8" Width, 1/4" Height, Aluminum Saddle Threshold (Pemko 2748A) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 4.00 x $43.10 x 1.3250 = $228.43 Demo LF 4.000000 x $8.08 x 1.3250 = $42.82 $271.25 User Note: Replacement and demo of threshold for door #4. 127 087243000013 LF 8" Width, 1/4" Height, Aluminum Saddle Threshold (Pemko 2748A) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 4.00 x $43.10 x 1.3250 = $228.43 Demo LF 4.000000 x $8.08 x 1.3250 = $42.82 $271.25 User Note: Demo and removal of threshold at door #5. 128 087243000013 LF 8" Width, 1/4" Height, Aluminum Saddle Threshold (Pemko 2748A) Accepted Quantity x Unit Price x Factor = LineTotal Installation LF 7.00 x $43.10 x 1.3250 = $399 75 Demo LF 7.000000 x $8.08 x 1.3250 = $74.94 $474.69 User Note: Demo and replacement for threshold at door #7. 129 087243000013 LF 8" Width, 1/4" Height, Aluminum Saddle Threshold (Pemko 2748A) Accepted Quantity x Unit Price x Factor = LineTotal Price Proposal Detail Package Report Page 25 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 77 2.6.a 01- r•. U.t.Ir v J7i f Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Installation LF 4.00 x $43.10 x 1.3250 = $228 43 Demo LF 4.000000 x $8.08 x 1.3250 = $42 82 $27125 User Note: Removal and replacement of door #8 threshold. 130 088123130014 SF 3/16" Thick, Tempered, Clear Float Factory Installed Glass Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 12 00 x $4 69 x 1.3250 = $74 57 131 User Note: Tempered glazing for vision panels in doors 1, 3, & 6. 088123130014 SF 3116" Thick, Tempered, Clear Float Factory Installed Glass Accepted Quantity x Unit Price x Factor = Installation SF 2.00 x $4.69 x 1.3250 = User Note: Factory installation of glazing for vision panel in door #2 after manufacturing. 132 088123130014 SF 3/16" Thick, Tempered, Clear Float Factory Installed Glass Accepted Quantity x Unit Price x Factor = Installation SF 2.00 x $4.69 x 1.3250 = User Note: Factory glazing for door #4 after manufacturing. 133 088123130014 SF 3/16" Thick, Tempered, Clear Float Factory Installed Glass Accepted Quantity x Unit Price x Factor = Installation SF 2.00 x $4.69 x 1.3250 = $74.57 LineTotal $12.43 LineTotal $12.43 LineTotal $12.43 User Note: Factory installed glazing at door #5 after manufactoring. 134 088123130014 SF 3/16" Thick, Tempered, Clear Float Factory Installed Glass Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 400 x $4 69 x 1.3250 = $24.86 $24.86 User Note: Glazing, factory install in vision panel kit after door manufacturing for door #7 09 - Finishes $1,941.97 Price Proposal Detail Package Report Page 26 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 78 2.6.a ,f Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 135 090190520008 SF Up To 5,000 PSI Pressure Wash, Concrete And Masonry Surfaces, Surface Preparation Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 384.00 x $0.43 x 1.3250 = $218.78 $218.78 User Note: Surface cleaning prior to final touch up painting at each door location. Figure 96 square feet at 8 locations. 136 090190520014 SF Hand Wash, Minor Repair And Light Sanding Drywall Surfaces, Surface Preparation Accepted Quantity x Unit Price x Factor = LineTotal Installation SF 384.00 x $0.44 x 1.3250 = $223.87 $223.87 User Note: Hand washing and surface prep at each door location prior to final touch up painting. Figure 96 square feet per door at 8 locations. 137 099113000243 EA 2 Coat Paint, Brush/Roller Work, Paint Exterior Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 7.50 x $68.58 x 1.3250 - $68151 $681.51 User Note: Factory painting for 6 door panels and frames for doors 1, 3, & 6. 138 099113000243 EA 2 Coat Paint, Brush/Roller Work, Paint Exterior Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.50 x $68.58 x 1.3250 = $136.30 $136.30 User Note: Factory painting for door panel at door 2. 139 099113000243 EA 2 Coat Paint, Brush/Roller Work, Paint Exterior Metal Door Accepted Quantity x Unit Price x Factor = Installation EA 1.50 x $68.58 x 1.3250 = User Note: Factory painting for door panel and frame at door 4. LineTotal $136.30 140 099113000243 EA 2 Coat Paint, Brush/Roller Work, Paint Exterior Metal Door Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 1.50 x $68.58 x 13250 = $136.30 $136.30 User Note: Factory painting for door panel and frame at door 5. 141 099113000243 Price Proposal Detail Package Report EA 2 Coat Paint, Brush/Roller Work, Paint Exterior Metal Door Page 27 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 79 2.6.a Y r,. Price Proposal Detail Package Report Version: 2.0 Approved 09/19/2024 12:38:19 PM PST City of Edmonds 121 5th Ave N Edmonds, Washington 98020 Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 3.00 x $68.58 x 1.3250 = $272 61 $272.61 User Note: Factory painting for door panels and frame at door 7. 142 099113000243 Accepted EA 2 Coat Paint, Brush/Roller Work, Paint Exterior Metal Door Quantity x Unit Price x Factor = LineTotal Installation EA 1.50 x $68 58 x 1.3250 $136.30 $136 30 User Note: Finishes for door #8. 41 - Material Processing and Handling Equipment $1,324.79 143 410120130002 EA Regular Inspection Accepted Quantity x Unit Price x Factor = LineTotal Installation EA 300 x $333.28 x 1.3250 = $1,324.79 User Note: Quality control inspections on transferring of doors between vendors and processes between 3 locations greater the 75 miles apart. Proposal Total: $135,327.28 The Percentage of Non Pre -Priced on this Proposal: 0.0% This proposal total represents the correct total for the proposal. Any discrepancy between line totals, sub -totals and the proposal total is due to rounding of the line totals and sub -totals. Price Proposal Detail Package Report Page 28 of 28 Print Date: 09/19/2024 12:38:59 PM PST Packet Pg. 80 2.7 City Council Agenda Item Meeting Date: 10/15/2024 Building Controls - Global Control Device Replacement Staff Lead: Phil Williams Department: Public Works & Utilities Preparer: Royce Napolitino Background/History In 1999 and 2000 the City added Direct Digital Controls(DDC) to eight city owned buildings. These controls allow for remote viewing of indoor building conditions and HVAC operations. The remote interface is a web -based proprietary interface with the Alerton controls nationwide network, locally franchised with ATS Corporation. Staff Recommendation At this time, the Public Works Director recommends that City of Edmonds accept proposal to update building Global Controllers and forward to the Consent Agenda. This item is to be funded by the 016 fund allocated in the 2024 budget. Narrative This contract is for the replacement of obsolete DDC Building Global Controllers at the five city owned buildings, currently using existing legacy equipment. Three controllers are not functional, requiring replacement to be operational for the winter heating season. Individual controllers are no longer mix and match like the previous versions. A complete building retrofit of global controllers at each location is required. The city has suffered numerous failures of the legacy controllers (three in 2024) which control multiple heating/cooling zones at Public Works and Library plaza room and City Hall. With a third of the legacy controllers still in operation city wide, risk of failure is high. Failed components require building HVAC systems to be manually operated by city staff, and do not allow for building schedules or conservation optimization with temperature and program settings. Attachments: ATS Automation JMC24-163, Global Controllers with Sole Source Justification Packet Pg. 81 2.7.a Docusign Envelope ID: DC6B6141-535C-4BF1-9FC2-3FDDF2E05D2B ATS Automation, INC. 450 Shattuck Ave. South Renton, WA 98057 Phone: 206-471-4735 Customer: City of Edmonds Address: 250 5'h Ave N Edmonds, WA 98021 Attn.: Thom Sullivan Proposal: Global Controller Upgrades PROPOSAL M JMC24-163 Date: June 28, 2024 ATS Automation is pleased to offer this proposal to provide a solution to upgrade the legacy BCM and VLX controllers at the Library, Public Works, City Hall, Yost Pool, and Parks Facilities to the latest ACM Global Controller from Alerton. Library BCM to ACM Scope of Work: 1. ATS will provide, install, startup, and configure one new ACM with the needed licensing to accommodate the device count for the current BCM array. 2. ATS will verify proper operations of the new ACM as well as communications with the front-end software platform. Public Works BCM To ACM Scope of Work: 1. ATS will provide, install, startup, and configure one new ACM with the needed licensing to accommodate the device count for the current BCM array. 2. ATS will verify proper operations of the new ACM as well as communications with the front-end software platform. City Hall BCM To ACM Scope of Work: 1. ATS will provide, install, startup, and configure one new ACM with the needed licensing to accommodate the device count for the current BCM array. 2. ATS will verify proper operations of the new ACM as well as communications with the front-end software platform. Parks BCM to ACM Scope of Work: 1. ATS will provide, install, startup, and configure one new ACM with the needed licensing to accommodate the device count for the current BCM array. 2. ATS will verify proper operations of the new ACM as well as communications with the front-end software platform. Yost Pool VLX To ACM Scope of Work: 1. ATS will provide, install, startup, and configure one new ACM and AXM 1048 with the needed licensing to accommodate the device count for the current VLX array. 2. ATS will verify proper operations of the new ACM and AXM as well as communications with the front-end software platform. Packet Pg. 82 Docusign Envelope ID: DC6B6141-535C-4BF1-9FC2-3FDDF2E05D2B 2.7.a Exclusions and Clarifications: 1. Pricing excludes Washington State Sales Tax 2. Pricing excludes existing failed components outside the scope of this project. 3. Pricing excludes repairs due to failed points or end devices outside of the above scope. 4. Pricing excludes troubleshooting existing BAS issues as part of this proposal. 5. Pricing excludes premium or overtime labor. 6. Unless previously arranged with ATS Operations Management, the standard lead time for the start of this project is six (6) to eight (8) weeks from written authorization to proceed. This lead time allows for the engineering, material ordering & delivery and project scheduling. Library BCM to ACM Upgrade Project Price: $12,006 Public Works BCM to ACM Upgrade Project Price: $11,808 City Hall BCM to ACM Upgrade Project Price: $9,842 Parks BCM to ACM Upgrade Project Price: $11,385 Yost Pool VLX Array to ACM and AXM Upgrade Project Price: $14,964 Completed as one Project Price: $54,163 ATS Automation, Inc. is authorized to proceed with t Wx,g�,pfoposed. Signature At&lor kb, r6su& Print Name M sen Title Mike Rosen Date 7/10/2024 Proposal Submitted: ATS Automation Inc. Signature a l � Print Name J6e Cales Title Date Service Account Executive 6/28/24 Pricing is valid for 60 days Packet Pg. 83 2.7.a ALERTON 10-2-2024 Thom Sullivan City of Edmonds Reference: Alerton Sole Source Letter for ATS Automation Inc. SUBJECT: City of Edmonds Thom, I am writing to provide a description of the status of the Alerton dealership in the state of Washington. ATSAutomation, Inc. is the only Alerton dealer directly authorized to sell, install, and service our products throughout the state of Washington with the exception of the following counties near Portland, Oregon: (Wahkiakum, Cowlitz, Clark, Skamania and Klickitat Counties). As the Alerton dealer for Washington, ATS Automation, Inc. has factory -trained personnel on staff and has access to proprietary products and information that are part of the Alerton Building Management System. This training and the experience ATS Automation, Inc. has with the Alerton product line makes ATS Automation an unparalleled provider of Alerton products and the services that support those products. Please let me know if you have further questions. We appreciate your support. Sincerely yours, Thomas Tierney Alerton Regional Sales Manager — NW, Alaska and Hawaii thomas.tierney@Alerton.com 715 Peachtree St NE, Atlanta, GA 30308 Honeywell Packet Pg. 84 2.8 City Council Agenda Item Meeting Date: 10/15/2024 Building Controls - Public Safety Controls Update Staff Lead: Phil Williams Department: Public Works & Utilities Preparer: Royce Napolitino Background/History In 1999 and 2000 the City added Direct Digital Controls(DDC) to eight city owned buildings. These building controls help to optimize building mechanical system operation to aid in building efficiency and align operation with industry best practices for indoor comfort and resource conservation of HVAC and plumbing equipment. Staff Recommendation At this time, the Public Works Director recommends that City of Edmonds accept proposal to replace the Public Safety building trunk line #2 Variable Logic Controllers and forward to the Consent Agenda. This item is to be funded by the 016 fund allocated in the 2024 budget. Narrative This contract is for the replacement of obsolete DDC Variable Logic Controllers at the Public Safety building on trunk line # 2 which is the lower floor. The VLC's allow for individual pieces of mechanical equipment to optimize efficient operation with variable speed controls of pumps and fans. The current TUX style VLC's are no longer available and are failing after their 25 year use. Replacement of the trunk line #2 will free up 12 known working TUX style VLC's for use to support the other 60+ still in operation at city buildings. This will replace the two non -operational TUX VLC's at Public Safety and upgrade the currently operational 12 devices, and leave the city with 12 known good spares to support the legacy TUX controllers at Public Safety trunk #1 & 3 and the other seven building locations. This project will provide resilience and aid in continuity of city operations and resource conservation at city owned buildings. Attachments: ATS Automation JMC24-160, Police Station Trunk 2 with Sole Source Packet Pg. 85 2.8.a ATS Automation, INC. 450 Shattuck Ave. South Renton, WA 98057 Phone: 206-471-4735 Customer: City of Edmonds Address: 250 51h Ave N Edmonds, WA 98021 Attn.: Thom Sullivan Proposal: Police Station Trunk 2 TUX Upgrade PROPOSAL #: JMC24-160 Date: Sept, 3, 2024 ATS Automation is pleased to offer this proposal to provide a solution to upgrade the legacy TUX controllers for Trunk 2 of the police station public safety complex to the new VI -Cs from Alerton. Scope of Work: 1. ATS will provide, install, startup, and configure (13) new VI -Cs and (13) new zone sensors for the existing VAVs on Trunk 2. 2. ATS will provide, install, startup, and configure one (1) new VLC for control of exhaust fans 2, 6, and 8. 3. ATS will verify the proper operation of the new VLCs. 4. ATS will update graphics and as builts to include the new VI -Cs. Exclusions and Clarifications: 1. Pricing excludes Washington State Sales Tax 2. Pricing excludes existing failed components outside the scope of this project. 3. Pricing excludes repairs due to failed points or end devices outside of the above scope. 4. Pricing excludes troubleshooting existing BAS issues as part of this proposal. 5. Pricing excludes premium or overtime labor. 6. Unless previously arranged with ATS Operations Management, the standard lead time for the start of this project is six (6) to eight (8) weeks from written authorization to proceed. This lead time allows for the engineering, material ordering & delivery and project scheduling. Project Price: $34,753 Police Station Trunk 2 Alt Add MSTP Install: $1,542 ATS Automation, Inc. is authorized to proceed with the work as proposed. Signature Print Name Title Date Proposal Submitted: ATS Automation Inc. Signature �t� - Print Name J e Cales Title Date Service Account Executive 9/3/24 Pricing is valid for 60 days Packet Pg. 86 2.8.a ALERTON 10-2-2024 Thom Sullivan City of Edmonds Reference: Alerton Sole Source Letter for ATS Automation Inc. SUBJECT: City of Edmonds Thom, I am writing to provide a description of the status of the Alerton dealership in the state of Washington. ATS Automation, Inc. is the only Alerton dealer directly authorized to sell, install, and service our products throughout the state of Washington with the exception of the following counties near Portland, Oregon: (Wahkiakum, Cowlitz, Clark, Skamania and Klickitat Counties). As the Alerton dealer for Washington, ATSAutomation, Inc. has factory -trained personnel on staff and has access to proprietary products and information that are part of the Alerton Building Management System. This training and the experience ATS Automation, Inc. has with the Alerton product line makes ATS Automation an unparalleled provider of Alerton products and the services that support those products. Please let me know if you have further questions. We appreciate your support. Sincerely yours, Thomas Tierney Alerton Regional Sales Manager— NW, Alaska and Hawaii thomas.tierney@Alerton.com 715 Peachtree St NE, Atlanta, GA 30308 Honeywell Packet Pg. 87 2.9 City Council Agenda Item Meeting Date: 10/15/2024 Elevator Service Contract - Request for Proposal Consultant Staff Lead: Phil Williams Department: Public Works & Utilities Preparer: Royce Napolitino Background/History The City owns six buildings with elevators that require contracted on -call elevator services by a licensed elevator contractor. Currently, all elevators are on month -to -month agreements that are in need of updated expectations and critical service language. Staff Recommendation At this time, the Public Works Director recommends that City of Edmonds authorize the agreement with AEC, Architectural Elevator Consulting, LLC and forward to the Consent Agenda. Narrative Public Works is updating the required elevator services contract for the Six (6) Hydraulic Elevators. The proposal include preparing new performance agreement language. The document would become the standard elevator service contract and provide on -call and routine maintenance for all city owned building elevators. These contracts are required in order to operate elevators by the state, and include routine maintenance, on call safety response, annual testing and compliance related reporting. This contract will be competitively advertised to modernize and update contract language and expectations that have changed with market and industry best practices. Attachments: City of Edmonds - Maintenance Contract 9_18_18 AEC Fee Proposal - City of Edmonds Elevator RFP 8_20_24 Packet Pg. 88 2.9.a Exhibit `B" Elevator Maintenance Contract ELEVATOR MAINTENANCE CONTRACT For The Vertical Transportation System Located at: Edmonds City Hall Elevator 121 5th Avenue North Edmonds, WA 98026 Elevator Service Contractor, (hereinafter called Contractor) shall furnish services to City of Edmonds (hereinafter called Owner) on all elevator equipment listed in Appendix "A". 100. SCOPE OF WORK A. The entire elevator system shall be maintained as hereinafter described, in accordance with the following detailed terms: Trained employees of the Contractor will use all reasonable care to keep the elevators in proper adjustment and in safe operating condition, in accordance with all applicable Federal, State, and local laws, ordinances and regulations. B. This Contract establishes the minimum requirements for a full maintenance program, which shall be contracted for by the Owner with an approved Contractor. The full maintenance contract shall cover the elevator equipment as set forth in Appendix "A". C. All elevators under this Contract shall be maintained in first class operating condition and must comply with all maintenance and other requirements of the latest revised edition (as of the date bids are taken) of the American Society of Mechanical Engineers (ASME) Safety Code for Elevators, Dumbwaiters, Escalators and Moving Walks (ASME A17.1 2010), ASME Inspection Manual (ASME A17.2 - 2012) and all other applicable laws including but not limited to the State of Washington regulations, ordinances, codes, including WAC 296-96. Contractor shall have a Maintenance Control Program (MCP) in place that meets State of Washington requirements. Both sections of 8.6 and 8.11 shall be included. Should the AHJ Elevator Inspector call for a re -inspection as a result of Contractor not performing to this Contract, Contractor shall pay for the re - inspections costs. If the re -inspection is due to a building deficiency, then the Owner shall pay for the re -inspection. Within 5 days of receiving a preliminary order from the Owner, the elevator Contractor shall respond indicating which items are covered in the contract and which items are billable. For billable items Contractor shall provide a price to Owner for correcting the items. If items in the report are Owners responsibility Contractor shall so state in response. Edmonds City Hall ©AEC 2018 Page 1 of 15 Packet Pg. 89 2.9.a Exhibit `B" Elevator Maintenance Contract 101. CONTRACTOR INSURANCE A. During the term of this Contract, the CONTRACTOR shall maintain such insurance as will protect him from claims as set forth below which may arise out of or result from the CONTRACTOR'S operations, products and completed operations under the Contract, whether such operations be by himself or by a Subcontractor or Sub -subcontractor or anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be held liable. The Contractor shall provide the Owner, prior to commencement of work, a certificate of insurance naming Owner as "Additional Insured" and providing insurance coverage with the following minimum coverage: Worker's Compensation in accordance with applicable state laws and regulations and Employer's Liability Insurance with a limit of not less than $1,000,000.00. Contractor will provide a waiver of subrogation in favor of the Owner. 2. Commercial General Liability covering both operations, products and completed operations liability with a single limit of not less than $5,000,000 each occurrence and in the annual aggregate for Bodily Injury and Property Damage including loss of use. Personal Injury, Advertising Injury and Blanket Contractual Liability of not less than $5,000,000 each occurrence and in the annual aggregate. Contractor will add Owner as an "Additional Insured" on a Primary Basis for both operations and completed operations as per the Indemnification Agreement. Contractor will provide Owner with a waiver of subrogation in favor of the Owner. 3. Comprehensive Automobile Liability insurance including owned, non - owned, and hired vehicle coverage and with the same limits of liability of not less than $5,000,000. 4. Any deductible or retention, if applicable to loss covered by provided insurance or any self insurance program will be the responsibility of the Contractor. 5. Contractor shall maintain valid required insurance during all operations and services performed under this agreement. Contractor shall provide Owner with a Certificate of Insurance evidencing all required insurance conditions. The certificate of insurance shall provide the Owner with a minimum of thirty (30) days notice in case of cancellation, termination or non -renewal of insurance. B. Waiver of Subrogation. Contractor releases and relieves Owner, and waive the entire right of recovery for loss or damage to property or person located within or constituting a part or all of the Building to the extent that the loss or damage is actually covered (and claim amount recovered) by commercial insurance carried by Contractor and in force at the time of such loss or damage, or such loss would have been covered if Contractor had maintained the insurance required to be carried by this Agreement. This waiver applies whether or not the loss is due to Edmonds City Hall ©AEC 2018 Page 2 of 15 Packet Pg. 90 2.9.a Exhibit `B" Elevator Maintenance Contract the negligent acts or omissions of Owner or Contractor, or their respective officers, directors, employees, agents, contractors, or invitees. Contractor shall have its insurers endorse the applicable insurance policies to reflect the foregoing waiver of claims, provided, however, that the endorsement shall not be required if the applicable policy of insurance permits the named insured to waive rights of subrogation on a blanket basis, in which case the blanket waiver shall be acceptable. 102. WORK HOURS A. All work shall be performed during regular working hours of regular working days unless otherwise specified. Any regular time or overtime work not otherwise included in the contract shall be billed to the Owner after proper approval as an extra charge at the Contractor's billing rate as stated in section 121. B. The Contractor shall provide scheduled routine maintenance during regular hours for all elevators. C. The Contractor shall perform preventative maintenance, as a minimum, per the table below. If additional hours are required to maintain reliability, performance and overall safe operation of the elevators, then Contractor shall perform this additional work at no extra cost to Owner. Minimum Preventative Maintenance Hours Per Month/Per Unit Type of Equipment Frequency and Hours per visit for each unit Total Hours per Month Per Unit Hydraulic 1 hour per month 1 hour 103. INSPECTION OF EQUIPMENT AND CONDITIONS AT JOB SITE A. Prior to bidding, it shall be the responsibility of the Contractor to visit the job site and inspect each elevator to establish to its satisfaction the condition of the elevator equipment to be maintained and any other conditions affecting the work to be performed. The elevators shall be accepted in "as -is condition" and the Contractor shall be required to bring the elevators up to the performance level specified in this Contract within ninety (90) days. 104. WIRING DIAGRAMS A. Contractor shall provide to the Owner a set of reproducible wiring diagrams covering all changes, modifications, etc., which take place during the Contract term. These diagrams are to be furnished to the Owner immediately following modifications. Edmonds City Hall ©AEC 2018 Page 3 of 15 Packet Pg. 91 2.9.a Exhibit `B" Elevator Maintenance Contract 105. PERFORMANCE CONFERENCES AND REPORTS A. Annually the Contractor shall meet with the Owner's representative to review performance for the previous year and to schedule major repairs contemplated during the next year. The Contractor shall submit written performance reports on forms approved by Owner on the anniversary date of the contract. 106. CHECKING IN AND OUT AND COMMUNICATIONS A. The Contractor's personnel shall report to the Owner's Management office prior to commencing work and check out after completing the work. This requirement applies to regular maintenance, repairs and callbacks. At time of check -in, the Owner shall provide Contractor's personnel with a list of any reported problems requiring the Contractor's attention. The Contractor shall sign in and out of logbooks kept at the management office. In the event of an emergency such as an entrapment the Contractor shall go directly to the elevator. 107. BILLING PROCEDURE A. Contractor shall render a monthly billing for regular monthly maintenance service, and any Owner approved extra work, broken down by building name and elevator number along with purchase order number where applicable. 108. TIME SHEETS A. Each time an elevator is serviced, inspected, repaired, etc., whether emergency or regular, a report on an approved form shall be submitted to Owner's representative at the beginning of each month for the work performed during the previous month. The time sheet or ticket shall include the date the work was performed, a description of the work performed, the elevator number the work was performed on, along with the Owner name and number along with the time in and out of the building. Owner may at any time request a copy of the work order prior to the monthly report. Acceptance of work is subject to approval by the assigned Owner Representative. Signing of daily work reports is not considered approval. 109. SCOPE OF MAINTENANCE A. This specification provides for complete maintenance coverage including examinations, cleaning, painting, lubrication, adjusting, parts replacement, repairs, and testing on all parts of the elevator equipment including, but not limited to, machines, bearings, commutators, brushes, gears, hoist ropes, compensation ropes or chains, governor ropes, thrust bearings, drive sheaves, sheave bearings, brake pulleys, brakes, brake coils, linings, motors, tachs, controllers, selectors, relays, contacts, solid state devices, computers, monitors, transformers, resistors, and all related control equipment including card readers. Provide 24-hour phone monitoring and an offsite answering service in conjunction with the phone. If remote elevator monitoring for the control system is Edmonds City Hall ©AEC 2018 Page 4 of 15 Packet Pg. 92 2.9.a Exhibit `B" Elevator Maintenance Contract provided, the Contractor shall maintain the remote system and ensure all functions are working properly. B. It also includes safety governors, governor sheaves, car safeties, hydraulic oil, pump, motor, valves (main and seismic), plunger, above ground oil lines, jack packing, deflector and secondary sheaves, bearings, car and counterweight buffers, car and counterweight guide rails, limit switches, guide shoes (slide and roller), door operators, car and hall signal fixtures, remote hall call stations and all components, all car and hatch door equipment, contacts, interlocks, auxiliary door closing devices, infrared safety edges, fans, blowers, emergency lights, emergency phones, car frames, platforms, and all other elevator related devices. Contractor will change cab ceiling light bulbs when furnished by the Owner during preventative service visits. The following equipment is not included: Car enclosures including removable panels, door panels, hung ceilings, light diffusers, fluorescent tubes, fluorescent ballasts, handrails, mirrors, carpets, tile flooring, hoistway enclosure, door panels, frames, sills, underground hydraulic jacks, and underground oil lines. 2. Contractor is not responsible for any work required due to abuse, misuse, vandalism, negligence or other causes beyond their control. 110. SCHEDULED MAINTENANCE A. All preventive maintenance performed by the Contractor shall be scheduled elevator by elevator prior to commencement of the work and subject to final approval of the Owner. B. The preventive maintenance schedule, as prepared by the Contractor, shall show Owner name, elevator serial numbers, examination frequency, examination hours and be keyed to a preventive maintenance schedule prepared for the specific equipment covered by this specification. 1. Examine: The Contractor shall examine the equipment on a regular interval as set forth in Section 119 of this specification. a) When, as a result of an examination, corrective action is found to be the responsibility of the Contractor, the Contractor shall proceed immediately to make (or cause to be made) replacements, repairs and corrections. When such work is determined not to be the Contractor's responsibility, a written report, signed by the Contractor, shall be delivered to the Owner for further action. b) Items of an emergency nature shall be communicated to the Owner immediately and followed up in written form. c) Examinations of the equipment shall follow the basic procedures recognized by the elevator service industry. Edmonds City Hall ©AEC 2018 Page 5 of 15 Packet Pg. 93 2.9.a Exhibit `B" Elevator Maintenance Contract 2. Clean: The Contractor shall clean all of the elevator equipment as well as car and hoistway door sills and grooves, elevator equipment rooms, pits, and hoistway rail equipment. Cleaning of the equipment shall occur at regular intervals sufficient in frequency to maintain a professional appearance and preserve the life of the equipment. Minimum interval shall be as set forth in Section 119 of this specification. 3. Paint: The Contractor shall paint the elevator equipment, including the machine room, at intervals frequent enough to maintain a professional appearance, prevent rusting, and preserve the equipment. All paint shall be suitable for the purpose intended and be of a high quality. Application of the paint shall, in all circumstances, comply with applicable local codes and/or current ASME codes. Contractor shall consult with the Owner as to the best times to perform the work in an effort to minimize disruption to the building's operations due to paint odors. 4. Lubricate: The Contractor shall lubricate all moving parts of the equipment. Lubricants shall be applied at intervals recommended by the equipment manufacturer or as dictated through use of the equipment. All lubricants shall be suitable for the purpose intended and shall meet or exceed the minimum requirements specified by the manufacturer of the equipment to which the lubricant is applied. 5. Adjust: The Contractor shall adjust the equipment. Adjustments shall be made as necessary and when the operation of the equipment varies from its normal or originally designed performance standards, as a result of normal wear and use. See Section 120 for performance standards. a) Adjustments shall be made by qualified individuals properly equipped with tools and instruments, employed by the Contractor. Adjustments shall be made at regular intervals frequent enough to maintain the elevator in optimum operating condition. b) Parts or assemblies which have worn (or otherwise deteriorated) beyond "normal" adjustment limits shall be replaced as provided for under the "Replace" and/or "Repair" section of this specification. 6. Replace: The Contractor shall, when required, "replace" items covered under the contract during the course of scheduled preventive maintenance when in the reasonable opinion of Owner such replacement will prevent an unscheduled elevator shutdown and/or ensure the continued normal operation of the elevator or which otherwise will extend the useful life of the elevator. All replacements shall be made using original manufacturer's parts or Owner approved equal. Edmonds City Hall ©AEC 2018 Page 6 of 15 Packet Pg. 94 2.9.a Exhibit `B" Elevator Maintenance Contract 7. Replacement Parts: To assure the maximum use of elevators and a minimum shutdown time for emergency repairs, the Contractor shall be required to have and maintain on the job, in metal cabinets furnished by the Contractor, a supply of spare parts sufficient for normal maintenance and repair of the elevators. These spare parts and lubricants shall be equal to or better than original manufacturer's parts. All lubricants, oils and other flammable liquids shall be stored in a suitable UL listed metal cabinet. a) Motors, armatures, field coils, and any other component parts must be delivered within five (5) working days. b) Refurbished parts or parts that are equal to or better than genuine manufacturer's parts are acceptable and will be permitted, without prior approval. 8. Repairs: a) Repairs which are the responsibility of the Contractor: (1) Repairs shall be made by the Contractor to elevator components covered by the agreement. The Contractor shall make (or cause to be made) all repairs made necessary due to normal wear and use of the elevator system. The Contractor shall be responsible for all cost for labor, materials, expenses, and supplies that occur as a result of the stated repair. b) Repairs, which are the responsibility of the Owner: (1) Repairs shall be made by the Contractor, when authorized by the Owner, where such repairs are not included in the contract. The Contractor shall make (or cause to be made) all repairs made necessary for any reason during the term of the contract. The Contractor shall supply all labor, materials, and supplies at the Contractor's billing rates as stated in this agreement. On completion of all repair work, the Contractor shall submit to the Owner for payment an invoice detailing the nature of the work performed and related charges. (2) Prior to any repairs being made by the Contractor, the Contractor shall submit a written cost estimate to the Owner to obtain formal approval to proceed. Edmonds City Hall ©AEC 2018 Page 7 of 15 Packet Pg. 95 2.9.a Exhibit `B" Elevator Maintenance Contract 9. Perform Periodic Tests: The Contractor shall, during regular business hours, perform periodic Safety Tests of the elevator components, including monthly testing of Emergency Fire Service, telephone communications, emergency car light and alarm bell. The periodic tests and cleaning shall be conducted at the frequency stated in the ASME A17.2 code and follow the procedures set forth in said code. Test results shall be recorded on forms supplied by or acceptable to the Owner. Certified copies of the completed test forms shall be submitted to the Owner. a) Periodic inspections as required by city, county, state, federal government and/or insurance agencies or representatives are included in this specification. One (1) year tests and seismic rupture valve tests shall be included. 10. Callback Service: For the purpose of this specification, a "callback" is a request from the Owner to the Contractor, requesting the Contractor to go to a specific elevator to correct any elevator problem and/or condition, which in the Owner's opinion needs attention before the Contractor's next scheduled preventive maintenance visit. a) Additionally, a "callback" is work which can ordinarily be performed by one person working alone at the job site for a period of time not exceeding two hours. b) Work required in excess of the basic two hours and/or which requires a second person shall be considered "Repair" work and shall be governed by the "Repair" provisions and specifications set forth elsewhere in this specification. c) Callback service during regular working hours: (1) The Contractor shall, without additional charge to the Owner provide callback service during normal working hours for calls placed to the Contractor Monday through Friday/7:00 am to 5:00 pm. The Contractor shall respond to a callback within one (1) hour of the time reported to the Contractor. d) Callback service during overtime working hours: (1) The Contractor shall provide 24-hour callback service. Contractor shall bill for the overtime portion only if the call is performed during overtime. The Contractor shall respond to an overtime callback within two (2) hours of the time reported to the Contractor. e) Entrapments: Callbacks for entrapments shall be responded to by Contractor within 30 minutes of the call during normal working hours and one (1) hour after normal working hours. Edmonds City Hall ©AEC 2018 Page 8 of 15 Packet Pg. 96 2.9.a Exhibit `B" Elevator Maintenance Contract 111. CONTRACT TERMS A. It is the Owner's intention to award a contract covering an initial period of Three (3) years with the Owner having the option to renew the Contract thereafter for successive one (1) year periods or to terminate the Contract as provided for below in paragraph 112. At the end of the 112. TERMINATION OF CONTRACT A. This Contract terminates at the end of the first term and goes month to month until extended by Owner or cancelled by either party. The Owner has the option of renewing the Contract for two (2) additional successive one-year periods. It shall be the Contractor's responsibility to inform the Owner in writing, at least ninety (90) days prior to the expiration of the Contract period, of the upcoming date of expiration of the Contract so that Owner may decide whether or not to renew the Contract for successive one-year periods as provided for above in paragraph 111. The Owner may terminate the Contract for failure to perform as outlined in paragraph 113-B. If the Owner sells the building, the Contract will be cancelled with a thirty -day notice. Should the Owner decide to roll this agreement into a facility wide agreement, this Contract shall be cancelled with thirty (30) days notice. 113. FAILURE TO PERFORM A. Contractor shall guarantee all work required during the contract period for the duration of the Contract, and for a period of ninety (90) days after the termination date. Should the Owner determine during the Contract period or within thirty (30) days after termination that any required work has been performed improperly or not performed at all; the Contractor shall, after mailing of written notifications by the Owner, correct said difficulty within thirty (30) days. Failure to correct will be construed as default of the Contract and the Owner may secure others to perform the services and deduct the cost of these services from the contractual amount due under the Contract. B. All maintenance deficiencies brought to the Contractor's attention during the Contract period by the Owner which are the responsibility of the Contractor, shall be completed within thirty (30) days during the Contract period and on or before the abatement date of the report, or expiration of the Contract period, whichever is less. C. The Owner reserves the right to engage an independent party to perform an inspection to determine responsibility. 114. EQUAL OPPORTUNITY EMPLOYMENT STATEMENT A. The non-discriminatory clause contained in Section 202 Executive Order 11246, as amended by Executive order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex, or national origin, and the implementing rules and regulations prescribed by the Secretary of Labor, are Edmonds City Hall ©AEC 2018 Page 9 of 15 Packet Pg. 97 2.9.a Exhibit `B" Elevator Maintenance Contract incorporated herein. 115. INDEMNIFICATION AGREEMENT A. To the fullest extent permitted by law, Contractor shall indemnify, defend and save harmless the Owner against any and all liability, claims, expenses, costs and fees of whatsoever kind and nature for any injury to or death of any persons and for loss of or damage to any property in connection with or in any way incident to or arising out of the occupancy, use, service, operation, or performance of work pursuant to this agreement resulting in whole or in part from negligent acts or omissions of the Contractor or Subcontractor. In addition, the Contractor shall pay any and all royalties and license fees associated with its service and shall defend all suits or claims for infringement of any patent rights and shall hold the Owner harmless from and shall indemnify the Owner against any and all liability, claims, expenses, costs and fees associated therewith. B. Notwithstanding anything in this Agreement to the contrary, neither Contractor nor Owner shall be deemed in default under this Agreement nor liable for any damages arising from its failure to perform its duties and obligations hereunder if such default or failure is due to acts of God, acts of civil or military authorities, fires, floods, windstorms and other unforeseeable weather, strikes or labor disturbances, civil commotion, governmental delays, war or other similar causes beyond the reasonable control of , and not caused by, the party from which the performance is due (each an "Unavoidable Delay"). In the event of an Unavoidable Delay, the dates for the performance of the affected duties or obligations hereunder shall be extended by such number of days as reasonably necessary to compensate for such Unavoidable Delay. 116. COMMENCEMENT DATE(ANNIVERSARY DATE) A. This Contract shall commence on _/ /_. The Commencement Date shall also serve as the Anniversary Date for escalation and cancellation purposes. 117. CONTRACT EXCLUSIONS A. The Contractor shall not be responsible for the following: For the main line power feeders and associated disconnect switches and breakers. 2. For the elevator components specifically excluded under Section 109-B-1 118. EQUIPMENT COVERED BY THIS CONTRACT: A. Appendix "A" Equipment and Performance Tables. 119. ELEVATOR MAINTENANCE FREQUENCY AND TASKS (PER ELEVATOR) A. HYDRAULIC Edmonds City Hall ©AEC 2018 Page 10 of 15 Packet Pg. 98 2.9.a Exhibit `B" Elevator Maintenance Contract FREQUENCY: 4 WKS. 1. CLEAN AND INSPECT POWER UNIT, CONTROLLER, SELECTOR, VALVE, AND PUMP MOTOR. CHECK LEVELING, STOP SWITCH, COMMUNICATIONS AND DOOR PRESSURE. 2. CLEAN AND INSPECT CAR TOP, OPERATING SWITCHES, DOOR OPERATOR AND CONTROLS, CAR DOOR HANGERS, GIBS, PHOTO EYES AND SAFETY EDGE. CHECK DOOR RESTRICTOR FOR PROPER OPERATION. 3. CLEAN AND INSPECT HOISTWAY DOOR HANGERS, INTERLOCKS, LINKAGE, PICK UP ASSEMBLY, DOOR GIBS, NON -VISION WING AND HOISTWAY SWITCHES. 4. CLEAN PIT AND CHECK TRAVEL CABLE LOOPS. 5. CHECK OIL LEVEL AND JACK PACKING FOR PROPER SEAL. RECORD OIL LEVEL EACH MONTH IN A SPECIAL MACHINE ROOM LOG. RECORD AMOUNT OF ANY NEW OIL ADDED. IF NO OIL IS ADDED INITIAL THAT THE OIL LEVEL WAS CHECKED AND NO OIL WAS ADDED. FREQUENCY: 8 WKS. 6. CLEAN POWER UNIT, CHECK VALVE, CLEAN AND ADJUST CONTROLLER AND SELECTOR CONTACTS AND RELAYS. 7. CHECK CAR AND HALL STOPS, ALARM BELL TRAVEL CABLE. FREQUENCY: 26 WKS. FIXTURE LAMPS, LEVELING AND FLOOR AND EMERGENCY STOP, AND INSPECT 8. CHECK CONTROL AND MAIN LINE FUSES, VOLTAGE READINGS, PUMP MOTOR AND VALVE WIRE CONNECTIONS. FREQUENCY: 52 WKS. 9. CHECK CAR FRAME, GUIDE RAIL AND BRACKET FASTENINGS, CLEAN GUIDE RAILS AND BRACKETS, OVERHEAD SHEAVES DOOR HANGERS, SILLS AND PITS. 10. PERFORM ANNUAL STATIC AND PRESSURE RELIEF TEST INCLUDING CAT 1 TEST. 11. CHECK RUPTURE VALVE AND DEVICES. Edmonds City Hall ©AEC 2018 Page 11 of 15 Packet Pg. 99 2.9.a 120 Exhibit `B" Elevator Maintenance Contract FREQUENCY: 260 WKS. 12. PERFORM FIVE YEAR FULL LOAD RUPTURE TEST INCLUDING ALL CAT 1 REQUIREMENTS. PERFORMANCE STANDARDS A. It is the intention of this contract that the elevator equipment be maintained so as to preserve the operating characteristics in line with the original design. Should the Owner find through its own investigation or that of its representative that these standards are not being maintained, the Contractor will be given thirty (30) days to restore the performance to the required level. Failure by the Contractor to restore the performance to the required level within the thirty (30) day period shall constitute sufficient cause for termination of the contract by reason of default, at the option of the Owner, in accordance with Section 112. B. The following are performance levels which are a part of the original design and which shall be maintained at all times. Contract speed of all elevators, dumbwaiters and lifts shall be maintained, and brake to brake (flight times) shall be maintained as originally designed. 2. Leveling accuracy of all elevators shall be maintained at all times. Traction elevators shall be within 1/16" level and hydraulic elevators shall be within W level. 3. Opening and closing times of all hoistway and car doors shall be maintained within limits of ASME A17.1 Code, yet assuring minimum standing times at each floor. 4. Door reversals on all elevators equipped with mechanical safety shoes shall always be initiated within the stroke of the shoe. Light ray devices shall be operable at all times under normal operation. S. "Variable" car and hall door hold open times shall be maintained in accordance with original design and or local code requirements. Deviations from this will not be permitted. 6. Elevators operating under group supervisory systems shall operate at all times in accordance with original design specifications. The Contractor shall be required to periodically test these systems no less than annually and submit to the Owner test data indicating performance levels and proof that variable and fixed features are operating properly and all circuits and time settings are properly adjusted. 7. Emergency fire service operation, seismic operation, telephone communications, emergency car light and alarm bell shall be periodically tested to be sure it is functioning properly as required by ASME A17.1 Elevator Code. Edmonds City Hall ©AEC 2018 Page 12 of 15 Packet Pg. 100 2.9.a Exhibit `B" Elevator Maintenance Contract C. As a minimum requirement the performance levels for passenger and service cars shall be per Appendix "A" — Equipment and Performance Table. For the purpose of this Contract, the following performance criteria shall apply: Floor -to -floor time is the elapsed time in seconds from car doors starting to close until the doors are '/2 open at the next floor for side opening doors and 1/4 open for center opening doors on a one (1) floor run of approximately 12'-0" For traction elevators if the one floor run is above or below 12'-0", .25 seconds should be added or subtracted for each foot above or below 12'-0". For hydraulic elevators if the one floor run is above or below 12'-0" .50 seconds should be added or subtracted for each foot above or below 12'-0". 2. Door Open Time is the elapsed time in seconds from the time the car doors start to open after arriving at a landing until they are fully open. 3. Door Close Time is the elapsed time in seconds from the time the car doors start to close after a call is initiated until they are fully closed with the interlock engaged. Speed must not exceed requirements as set forth in All 7.1. 121. Compensation A. PAYMENT The Owner agrees to pay Contractor ($ ) every month for the term of this Contract. B. ANNUAL PRICE ADJUSTMENT The Contractor shall be entitled to a review of his labor and material costs for the purpose of adjusting the maintenance fee thirty (30) days prior to the annual anniversary date of this agreement. Upon submission of proof, satisfactory to the Owner, that the Contractor's actual labor and/or material costs for performance of service have changed, the monthly price for service coverage's shall be adjusted in an amount equal to the established variance based on the following formula; 1. Eighty percent (80%) of the fee shall be used to represent the labor portion of the contract. 2. Twenty percent (20%) of the fee shall be used to represent the material portion of contract. The current labor portion of the contract shall be increased or decreased by the percentage of increase or decrease of the current straight -time hourly rate for the Elevator Contractor Maintenance Mechanic, compared with same rate used for the previous year's labor portion of the agreement. The initial base labor amount Edmonds City Hall ©AEC 2018 Page 13 of 15 Packet Pg. 101 2.9.a Exhibit `B" Elevator Maintenance Contract is $ . This represents the Maintenance Mechanics hourly wage with associated cost fringe benefits. The current materials portion of the contract shall be adjusted based on the established monthly difference in the "Wholesale Metals and Metal Products Index" as published by the United States Department of Labor, Bureau of Labor Statistics. Using as the base month, the material factor is In any event, the total annual price adjustment (increase or decrease) shall not be more than 3% of the previous year's base monthly service charge pursuant to paragraph 121 A above. B. BILLING RATES: The following billing rates shall be used for extra work performed by the Contractor and pre -approved by the Owner. The rates shall be adjusted annually in accordance with paragraph 121.B. Overtime (M-F, 5:00pm to 7:00am, Saturday, Sunday and IUEC Holidays) (Bonus portion only — work is included in contract but Owner requests Contractor to perform work on overtime.): Overtime Portion Only — Included in contract but requested during overtime 1.7 Overtime Portion 2.0 Overtime Portion Mechanic Billing Rate Helper Billing Rate Team Billing Rate Billing Rates for Extra Work (Owner requests Contractor to perform work that is not included in the contract): Billing Rate for Extra Work Not In Contract Straight Time 7:00am to 5:00 m 1.7 Overtime 2.0 Overtime Mechanic Billing Rate Helper Billing Rate Team Billing Rate The above rates shall be adjusted annually in accordance with the labor portion of the maintenance agreement. The above rates are for small emergency repair type projects with estimated times of 1 to 8 hours. For larger size projects Owner has the right to negotiate better hourly pricing and/or fixed prices for specific work. Edmonds City Hall ©AEC 2018 Page 14 of 15 Packet Pg. 102 2.9.a Exhibit `B" Elevator Maintenance Contract ACCEPTANCE: Owner: City of Edmonds Department of Public Works & Utilities 7110 210th Street SW Edmonds, WA 98026 Contractor: Authorized Signature: Authorized Signature: Printed Name: Printed Name: Date: Date: End of Contract Appendix A — Equipment Detail and Performance Times Elevator No. Brand Type (i) Capacity (lbs) Speed (FPM) Door Type Door Size Number of Stops F/R (2) Door Open Door Close Floor -to - Floor 1 Dover Hydro 2,5001bs. 125 1SCO 42x84 4 4F 1.6 2.4 13.0 Edmonds City Hall ©AEC 2018 Page 15 of 15 Packet Pg. 103 2.9.b ARCHITECTURAL ELEVATOR CONSULTING, LLC August 20, 2024 Mr. Thom Sullivan Facilities Maintenance Manager City of Edmonds Department of Public Works & Utilities 7110 210th Street SW Edmonds, WA 98026 RE: Six (6) Hydraulic Elevators — City of Edmonds Elevator RFP Dear Thom, Architectural Elevator Consulting, LLC (AEC) proposes to provide the following elevator consulting services for the referenced elevators. Prepare New Performance Maintenance Agreement: 1. AEC will prepare a new maintenance elevator service agreement. The new full service agreement will become the standard elevator service contract for all elevators, dumbwaiters and wheel chair lifts at the building. The new maintenance agreement will be performance based and include preventative maintenance and callbacks. Benefits of the agreement include but are not limited to the following: a. Performance based provisions designed to ensure the elevator equipment is kept at peak performance at all times. b. Detailed list of items covered ensuring that all equipment is covered. c. Similar coverage at all locations. By contracting for the same coverage at each location the management of the contract will become much more simplified. d. Terms and conditions that favor Owner/Management Company. e. Increased coverage and detailed frequency of performance tasks resulting in lower liability for Owner/Management Company. f. Extended life of equipment due to a higher level of maintenance. 2. AEC will survey each of your elevators in order to put together an accurate listing of the equipment and performance tables. 3. An electronic copy, in Microsoft Word, will be provided to Owner/Management Company. 4. AEC will develop a performance penalty to be included as part of the contract. The penalty will encourage the elevator service companies to keep the number of service related callbacks to a minimum. A performance based cancellation clause will be included. 5. Once the scope of work has been defined AEC will work with Owner/Management Company to ensure the final contract meets the insurance and indemnification requirements and that the package is ready to go to bid. 6. AEC will work with Owner/Management Company in evaluating the bids and awarding the contract to the lowest qualified bidder. 7. Optional: AEC will conduct a job walk and survey the elevators with the prospective bidders. 1 326 FIFTH AVE., SUITE 630, SEATTLE, WA 951 ❑ 1 - P (206) 527-2049 - F (206) 624-7226 Packet Pg. 104 2.9.b Page 2 of 3 August 20, 2024 City of Edmonds Elevator RFP The above services will be provided for the following fees: Pri ing Schedule Type of Elevator Price/Elevator Number of units Total Items 1- 6 $600 6 $3,600.00 Item 7 — Optional Pre -bid Job Walk $200 6 $1,200.00 Total $4,800.00 Architectural Elevator Consulting, LLC Client's Acceptance Submitted by: (Signature)(Signature) A/_U� Accepted by: Printed Name: Bob Nicholson Printed Name: Title: President Title: Date: 8/20/24 Date: Co. Name: Architectural Elevator Consulting, LLC Co. Name: Upon review and approval sign, date and return two copies. Upon receipt we will countersign with our approval and return one fully executed contract for your files. Terms and Conditions of This Agreement: I. INSURANCE: Upon request by the Owner or Owners' representative, AEC will issue its standard professional and general liability insurance. Liability shall be limited to the fee proposal amount of this Agreement or $250,000 whichever is lower. 11. INDEMNIFICATION PROVISIONS: a. The Consultant shall be responsible for all of the work performed directly by their employees, any Associates or those persons retained or independently contracted by the Consultant to perform any of the work identified in this Agreement in concurrence with this project and the Consultant shall defend, indemnify and hold harmless the Owner/Client (as identified in the Agreement) against claims arising out of their sole negligence. b. The Consultant shall not be held responsible for any damages, injuries, etc., arising out of the acts and/or omissions of the Owner/Client or any of the Owners/Clients designated representatives, Agents, employees, other Consultants, Contractors, Sub -Consultant, Sub -Contractors, or any other persons performing any of the work requested by the Owner/Client. c. The Consultant shall not be held responsible for any delays to the project that is beyond their direct and immediate control. III. PROVISIONS FOR TERMINATION OF THE AGREEMENT: a. This Agreement maybe terminated by either party at anytime upon the receipt of a fifteen (15) calendar day written notice to the other party to this Agreement. Should the Agreement be terminated by the Owner/Client, the Owner/Client shall provide all up-to-date compensation to the Consultant for all work performed within fifteen (15) calendar days from the date of the termination letter. IV. MISCELLANEOUS PROVISIONS TO THE AGREEMENT: a. This Agreement is binding upon the parties identified in this Agreement and shall be binding upon their legal representatives, executors, heirs, or administrators. b. Should the Agreement have any provisions found to be invalid or unenforceable, the remainder of the Agreement shall continue to be in effect, less the offending provisions. c. The written Agreement shall constitute the binding requirements of the contract by both parties of the Agreement and shall not allow the introduction of any other oral and/or written agreements or understandings between the parties that are not properly identified in this Agreement. d. If the equipment is to be installed in a new or modified hoistway or in an existing hoistway, enclosure or structure, there exists the possibility that certain unforeseen field conditions may be encountered that could result in re- design work and/or additional services being required by the Consultant. If this unforeseen condition should arise, then this extra work shall be considered beyond the initial and original Scope of Work of this project as previously outlined. Therefore, any additional work required and authorized by the Owner/Client, shall be 1326 FIFTH AVE., SUITE 630, SEATTLE, WA 9S1 01 - P (206) 527-2049 - F (206) 624-7226 Packet Pg. 105 2.9.b Page 3 of 3 August 20, 2024 City of Edmonds Elevator RFP invoiced periodically, as the work progresses, utilizing a time card basis based upon the noted Hourly Rate Schedule. e. Architectural Elevator Consulting, LLC reserves the right to obtain the services of an Associate or Associates to assist with any of the services or work that has been identified in this Agreement. f. This Fee Proposal shall be valid for a total of sixty (60) calendar days from date of issuance. g. This proposal covers the use of any Architectural Elevator Consulting, LLC specifications, drawings and/or documents for the project that is identified in this Fee Proposal only. Any use of the specifications, drawings and documents provided to the Owner are prohibited from being copied and/or used by the Owner/Client for any other project or projects without express written permission and additional compensation provided to the Consultant. V. Excluded: Structural, electrical and mechanical engineering services are not part of this Agreement. We will provide preliminary loads for these items. Actual engineering for these items shall be by others and is not included in our fee proposal. VI. Expenses: Traveling expenses are not included in our proposal fee. We estimate that we will perform _field visits throughout this project. Our traveling expense per trip shall include hotel, airfare, parking, mileage, hotel, and other miscellaneous traveling expense and shall be billed at cost. VII. Reproduction Costs: We will email all our reports in PDF format as part of our base fee. If hardcopies of the report are needed we will charge for the reproduction costs. For the construction documents we will prepare PDF Electronic files and e-mail the documents to the bidders. Any bulk specification and/or document reproduction costs required for the project shall be billed as an extra at our cost. Vill. Billing/Payment: At the completion of the initial field review and submission of our report or contract documents we will invoice for the entire contract amount for said phase. During the Project Management phase we shall bill based work completed to date. All invoices shall be due within 30 days of invoice date. Invoices that are not paid within 60 days are subject to 1.5% interest per month or the highest legal amount permitted by state law, on the open balance. All legal and collection fees associated with collecting the fees shall be the responsibility of the Client/Owner. IX. Scheduling: As part of our work we will require to remove a (an) elevator from service. We will work with the building manager to schedule this during non -peak periods to ensure minimal disruption to the building operations. For the escalators we will require that the elevator service company have a mechanic on site to open and close the escalators and run the units so we can witness the operation and testing. The cost for the elevator service company's labor and expense is not included in our proposed fee. 1326 FIFTH AVE., SUITE 630, SEATTLE, WA 9B101 - P (206) 527-2049 - F (206) 624-7226 Packet Pg. 106 2.10 City Council Agenda Item Meeting Date: 10/15/2024 Discussion of Ecoremedy, LLC extended Operations and Maintenance Contract Staff Lead: Phil Williams Department: Public Works & Utilities Preparer: Royce Napolitino Background/History City Council authorized a contract and funding with the State Department of Enterprise Systems (DES) for design of the WWTP Phase 6 Energy Conservation Project - Carbon Recovery in the 2019 budget. City Council appropriated $11,037,000 in the 2020 budget for construction to begin. On June 2nd, 2020 City Council received a presentation on the current status of the Incinerator Replacement Project (Carbon Recovery Project). The presentation presented a summary of work done to -date to identify and screen available options, described the significant design work done on the short-listed options, and presented a recommended option for City Council to consider as the preferred alternative. The comparisons included data on how the options actually work as well as how they compare on initial cost, on -going maintenance costs, and environmental performance. On June 9th, 2020 City Council received an additional presentation on this recommended project. Staff was directed to again place the project on the Action Agenda for June 16th. On June 16th, 2020 Council reviewed some of the preliminary funding considerations for the project but due to time constraints that discussion was unfinished. On June 23rd, 2020 Council again reviewed the project and entertained taking action to approve the project using an ESCO delivery model but ultimately decided to hold an optional Public Hearing on July 7th to get comments from the public regarding the project, its required funding, financing methods, and rate impacts. July 7th, 2020 - upon conclusion of the Public Hearing, the Mayor was authorized to sign all necessary documents between the City and the Department of Enterprise Systems to deliver this project for the Guaranteed Maximum Cost of $26,121,040. October 27, 2021- Construction started, significant progress has been made and the project is starting the commissioning phase in February 2023. July 2023 - System placed into Operation in Measure and Verify status. Council received updates of project through reporting and previous discussion on Construction Status. Staff Recommendation Authorize the Public Works Director to continue work with Legal Staff for ongoing comments and revisions work and to agree to terms with Ecoremedy, LLC for an Operations and Maintenance contract. Narrative The work on the Wastewater Treatment Plant Incinerator project has entered the Operations and Maintenance (O&M) training phase of the Measure & Verify period. The contractor, Ecoremedy LLC, has Packet Pg. 107 2.10 a major responsibility to provide staff training to take over the operations of the facility. The City will enter into a six-month agreement for Operation and Maintenance training with a one -month extension. Further update and documentation provided during Council Committee presentation. Packet Pg. 108