Loading...
2021-06-08 City Council - Full PPW Agenda-28871 o Agenda Edmonds City Council PARKS AND PUBLIC WORKS COMMITTEE VIRTUAL ONLINE MEETING EDMONDS CITY COUNCIL MEETINGS WEB PAGE, HTTP://EDMONDSWA.IQM2.COM/CITIZENS/DEFAULT.ASPX, EDMONDS, WA 98020 JUNE 8, 2021, 4:00 PM DUE TO THE CORONAVIRUS, MEETINGS ARE HELD VIRTUALLY USING THE ZOOM MEETING PLATFORM. TO VIEW OR LISTEN TO THE COMMITTEE MEETING IN ITS ENTIRETY, PASTE THE FOLLOWING INTO A WEB BROWSER USING A COMPUTER OR SMART PHONE: HTTPS://ZOOM. US/J/95798484261 OR JOIN BY DIAL -UP PHONE: US: +1 253 215 8782 WEBINAR ID: 957 9848 4261 COUNCIL COMMITTEE MEETINGS ARE WORK SESSIONS FOR THE COUNCIL AND CITY STAFF. COMMITTEE MEETING AGENDAS DO NOT INCLUDE AUDIENCE COMMENTS OR PUBLIC HEARINGS. CALL TO ORDER COMMITTEE BUSINESS 1. 4th of July Parade & Fireworks, Edmonds Spring Fest and Edmonds Arts Festival Event Contracts (15 min) 2. Johnson Property Right of Entry Agreement (5 min) 3. Job Order Contracting - Proposal and Agreement (10 min) 4. Small Wireless Right of Way Construction Permit Fee (10 min) ADJOURN Edmonds City Council Agenda June 8, 2021 Page 1 2.1 City Council Agenda Item Meeting Date: 06/8/2021 4th of July Parade & Fireworks, Edmonds Spring Fest and Edmonds Arts Festival Event Contracts Staff Lead: Shannon Burley Department: Parks, Recreation & Cultural Services Preparer: Shannon Burley Background/History The Council authorizes Event Agreements on behalf the City of Edmonds. In 2020 all but one contracted special event ("The Market") was cancelled due to COVID. Thus far Council has authorized the Market contract for 2021. At this meeting City Staff is presenting Event Agreements for the 4th of July Parade & Fireworks, Edmonds Spring Fest and the Edmonds Arts Festival. Staff Recommendation Staff recommendation is the City Council support the Event Agreement between the City of Edmonds and Chamber of Commerce for the 4th of July Parade and Firework display; the agreement between the City of Edmonds and Urban Craft Uprising for Edmonds Spring Fest and the agreement between the City of Edmonds and the Edmonds Arts Festival Association for the Edmonds Arts Festival and forward them to the June 15, 2021 Consent Agenda. Approval on consent would authorize the Mayor to sign the contracts. Narrative The Event Agreements are very similar to agreements in previous years. All three event producers are required to follow the COVID guidelines set forth by the State of Washington and the Snohomish County Health Department at the time of the event. The contracts assume that restrictions for holding events and large gatherings will be lifted on June 30, 2021 as indicated by the Governor. If restrictions are not lifted, the events will not be authorized to take place or significant modifications will be required to maintain compliance. The contracts have been reviewed and approved by our internal team (Police, Fire, Public Works, Parks, Recreation & Cultural Services, Development Services, and Economic Development Departments) and approved as to form by the City Attorney. 4th of July contract with the Chamber of Commerce: The 4th of July contract is for the parade and fireworks display. It does not include the "Beat the Brackett" 5K race as that was previously approved through the City's special event process as a small event largely taking place in Woodway this year. In 2021, there will not be a children's parade due, in large part, to children remaining unvaccinated. The Main Parade route remains unchanged and will intersect Walkable Main Street on 5th Avenue at the Fountain, turn West towards 4th Avenue and then North along 4th Avenue. Event producers will be Packet Pg. 2 2.1 required to replace barricades as the end of the parade passes through Walkable Main Street and there will not be parade vendors at the Fountain this year. The Fireworks Display will take place at Civic Park. The contract includes a clause that would allow the City to collect damages if construction on the renovation of the park is not allowed to begin on July 5 as a result of this event. Delay of construction unrelated to this event will not be the Chambers responsibility. It should be noted that production of both the Parade and Fireworks Display typically requires months of planning and given the abbreviated timeline, there is still a possibility that the Chamber may not be able to secure the community support needed to produce the events. As requested by the Edmonds Police Department, the Chamber will be required to provide 20 volunteers for the parade and 5 volunteers for the fireworks show to work under the direction of the police assisting in traffic safety. South County Fire will conduct require an inspection of the pyrotechnics upon arrival at the park and will remain on -site throughout the event. Spring Fest Contract with Urban Craft Uprising: This event is typically held on Mother's Day (thus the name "Spring Fest") at Civic Park. In previous years it was authorized under the City's special event process for smaller events. In 2020, City Council authorized the event contract shortly before COVID hit and it was cancelled. In 2021 this one -day event will be held on July 24 at the Frances Anderson Center field. The event will feature numerous craft booths. Eighth Avenue will limited to local access only between Main Street and Dayton Street to allow for food trucks to park and provide food service in the street on the East side of the Field. This event is free and open to the public, it does not include service of alcohol or live music. The name of this years event is still under consideration due to the delay of the event but may end up being advertised as "Summer Fest" for one year. It is the goal of this promoter to return to offering this event on Mother's Day in the future. Edmonds Arts Festival Contract with the Edmonds Arts Festival Association: This event is typically held on Father's Day weekend but has been delayed to August 27-29 2021. There will not be a fundraising gala in 2021 thus eliminating the alcohol and mid -week evening component in the contract. The remainder of the public event will be largely the same but dependant on the restrictions in place at the time of the event. At this time the Festival Association plans to use the Frances Anderson Center Field, Frances Anderson Center Gymnasium and classrooms as well as the Library Plaza Room and outside plaza space. Eighth Avenue will be restricted to local access only between Main and Dayton Streets to allow for Food Truck Vendors. Attachments: 2021 July 4 Parade and Firework Display Contract 2021 Edmonds Spring Fest Contract 2021 Edmonds Arts Festival Contract Packet Pg. 3 2.1.a THE CITY OF EDMONDS, WASHINGTON AND GREATER EDMONDS CHAMBER OF COMMERCE FOURTH OF JULY EVENT AGREEMENT Sunday, July 4, 2021 This agreement ("Agreement") is hereby entered into by and between the CITY OF EDMONDS (hereinafter referred to as "City") and the GREATER EDMONDS CHAMBER OF COMMERCE (hereinafter referred to as "Chamber") (collectively, the "Parties"). WHEREAS, the Chamber proposes to conduct a public celebration honoring Independence Day - 4th of July through a parade and fireworks display (AS ALLOWED BY STATE AND FEDERAL COVID-19 REOPENING RESTRICTIONS); and WHEREAS, the City Council finds that it is in the public interest to participate in the sponsorship of such events by providing the consideration set forth in this Agreement in order to enhance the safety of the public celebrations for its citizens and to offer a reasonable alternative to the use of private fireworks which the Council finds in many situations to be unsafe; NOW, THEREFORE, in consideration of the promises, covenants, conditions and performances set forth below, the Parties hereto agree as follows: 1. Responsibilities of the City City shall provide: 1.1 Use of Civic Center Playfield for setup to start at 8:00 a.m. on July 3, 2021; Fireworks to occur at approximately 10 p.m., July 4, 2021. 1.2 Use of Hazel Miller Plaza for small stage, amplified sound and parade announcements throughout parade on July 4, 2021. 1.3 Use of City streets as diagrammed in Exhibit A - Parade Route, for parade to occur on July 4, 2021. City will provide traffic barriers as identified in Exhibit A. 1.4 Installation of banners at approved sites. 1.5 Use of 6th Avenue South between Bell Street and Sprague Street from 3:00 p.m until 11:00 p.m. (vendors setup at this location starting at 3:00 p.m.). 1.6 Barricades at 6th Avenue South and Bell, and 6th Avenue South and Sprague. If barricades are not set up by the City by 3:00 pm, the Chamber can move the barricades into the street at 3:00 pm. 1.7 Two signs at each entrance to Civic Park indicating no fireworks, pets or alcohol allowed. Packet Pg. 4 2.1.a 1.8 A list of acceptable compostable and recyclable food ware items and of suppliers for the compostable items. The City shall provide signage for the on -site collection containers, and any additional containers, if needed. 1.9 Marking to indicate the safe distance perimeter from the pyrotechnic staging area, where the Chamber will place fencing (230' radius) (See Section 2.6, below). 1.10 Use of flat bed truck provided by facilities. 2. Responsibilities of the Chamber 2.1 To assume all responsibility for coordination of the 4th of July Parade, including but not limited to hiring off -duty police officers to police the route and assuring that all participants are informed of and abide by the parade rules to ensure that no participants draw people viewing the parade onto the parade route. 2.1.1 Due to the late notice of this request and the ongoing impacts of COVID, Edmonds Police Department will be unable to provide the full staffing that is required for this event. As such, the Chamber will be required to provide at least 20 volunteers or hired security officers for the parade and 5 volunteers or hired security officers for the fireworks show. These individuals will be utilized by the Edmonds Police Department to help manage pedestrian and vehicular traffic at various road closure locations. 2.2 To obtain the necessary Street Banner Application (from Public Works 425-771- 0235) and Parade Permit (Police Department 425-771-0200). Fees for the preceding two permits will be waived for this event. A Street Use Permit is not needed. Chamber will ensure that pyrotechnic provider submits Application for Fireworks Display Permit accompanied by a public display permit fee (Fire Marshal 425-771-0215). A copy of their State pyrotechnic license shall be provided with their application. The Chamber shall obtain ASCAP and any other copyright licenses necessary. 2.3 To return all Walkable Main Street barricades to original locations at the end of the parade, exact locations to be determined by the Streets Department and will likely include barricades on 5t' Avenue N, near the fountain and on 4t' Avenue. 2.4 To provide for security and sani-cans along the parade route and near the fireworks display. 2.5 To provide signs one (1) week prior to the event to indicate that chairs cannot be placed early. Signs must be laminated, no exceptions. 2.6 To consult with the City Electrician and Parks Maintenance Manager before installing any electrical service or stakes in the ground. The City Electrician shall have final say in all electrical matters. No ground penetrations are allowed unless authorized first by the City electrician and City Parks Department. Any unauthorized ground penetrations may be subject to Packet Pg. 5 2.1.a fine and/or damage cost recovery from the Chamber. It is not allowed to fasten anything to the buildings, structures or trees; doing so may result in damage cost recovery and /or fine. City staff will coordinate any utility locates. areas. 2.7 To install fencing that clearly delineates spectator areas from fireworks staging 2.8 To provide ten (10) yards of sand or sand bags for the pyrotechnic display. 2.9 To assume all responsibility for the fireworks display. A State -licensed pyrotechnics operator shall abide by local ordinances and make necessary permit applications for local approval. State guidelines and operational requirements shall be adhered to for safe operation of fireworks. 2.10 To schedule and coordinate a walkthrough with Fire prevention (South County Fire) and pyrotechnic company prior to event. Fire prevention must be contacted prior to firework products being delivered to site. Fire Prevention will be onsite for delivery and during the event. 2.11 To authorize a maximum of three (3) stationary self-contained vendors on closed sections of 5th or Main Streets off the parade route. No vendors will be authorized along the parade route, and no more than twenty (20) vendors will be authorized on 61h Avenue South between Bell Street and Sprague for the evening fireworks. Vendors shall operate at specified locations and shall not block park entrances or fire hydrants. Vendors must be self-contained; no power hookups are available for vendors. Vendors are responsible for having appropriate permits and for compliance with all local and state requirements. 2.12 To provide a Certificate of Insurance evidencing commercial general liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. City shall be named as an additional insured on the Commercial General Liability insurance policy and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The insurance policy shall contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. The City shall be named as an insured on the Chamber's General Liability insurance policy. The insurance policy shall contain, or be endorsed to contain that the Chamber's insurance coverage shall be primary insurance. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Chamber's insurance and shall not contribute to it. The Chamber shall provide a certificate of insurance evidencing the required insurance before using the property described herein. Insurance shall be placed with insurers with a current A.M. Best rating of not less than A:VII. 2.13 To restore all public spaces to their original condition, including removing and disposing of any and all litter and trash to the size of a cigarette butt, including metal and litter 3 Packet Pg. 6 2.1.a debris, equipment, and any and all other items made necessary by or used in the provision of this event. 2.14 To comply with First Amendment protections. The Chamber agrees that the 4th of July celebration is a public event. The Chamber further agrees that areas constituting the City - Provided sites that are covered under this Agreement, including but not limited to public right of way, streets, sidewalks, parks, parking lots, gardens, meeting halls and squares, are traditional public forums. As a result, the Chamber shall permit citizens attending events open to the general public at the City -Provided sites during the 4th of July celebration to exercise therein their protected constitutional right to free speech without interference. 2.15 To comply with Chapter 6.80 ECC, which restricts the use of single -use plastic checkout bags. The restrictions do not apply to plastic bags used to carry out cooked food or provided solely for produce, bulk food or meat. The Chamber of Commerce will encourage its vendors to comply with the purposes of the ordinance by utilizing paper bags or encouraging the use of reusable totes whenever practicable. 2.16 To comply with RCW 70.93.093, concerning event recycling. The Chamber will place clearly marked recycling containers throughout the Event area for the collection of aluminum cans, glass and plastic bottles from event participants, and arrange for recycling services. 2.17 To comply with Chapter 6.95 ECC, which prohibits the use of plastic straws, stirrers and cutlery at public events requiring a contract with the City beginning in 2019. The Chamber will ensure that food vendors at this public event provide only certifiable compostable straws, stirrers and cutlery to event participants. Pursuant to Chapter 6.90 ECC, the goal of which is to promote the use of certifiable compostable food service wares and packaging, the Chamber will also strongly encourage food vendors at this public event to provide other certifiable compostable food service wares to package and present food to event participants. Aluminum and steel cans, plastic bottles and certain plastic cups that are accepted as recyclable continue to be acceptable for vendor use. When certifiable compostable food service wares and packaging are used, and recyclable containers are offered, event organizers will provide for the on -site collection of compostable and recyclable materials from event participants, using designated color -coded collection containers. Event organizers shall ensure that on -site collection containers are serviced properly and continually during each event. A Chamber representative shall meet with the City's Recycling Coordinator or representative prior to June 29, 2021, in order to be educated on the 3-container system to maximize diversion of compostable and recyclable materials from the garbage. 2.18 To defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits, including attorney fees, arising from or in connection with the Chamber's performance, or nonperformance, of this Agreement, except to the extent that claims, injuries, damages, losses or suits are caused by the sole negligence of the City, its officers, officials, employees or volunteers. This promise to indemnify and hold harmless shall include a waiver by the Chamber of the immunity provided under Title 51 RCW, but only to the extent necessary to fully effectuate this promise. This provision shall survive the termination and/or expiration of this Agreement. 4 Packet Pg. 7 2.1.a 2.19 To comply with Chapter 70.160 RCW (hereinafter the "smoking ban") pursuant to which smoking is prohibited in indoor areas, within 25 feet of vents or entrances and in outdoor areas where public employees of the City, and employees of any vendor at the event or of the contracting organization are required to be. This general description of the provisions of the statute is included for the purpose of reference and is not intended to expand or contract the obligations created by the smoking ban. The Chamber warrants that it will comply with the smoking ban and will utilize the services and advice of the Snohomish County Health District in assuring compliance during the event described in this Agreement. 2.20 To comply with the Governor's Fairs and Special Events COVID-19 Requirements, as they are set forth in the attached Exhibit C (dated April 26, 2021), or as they are hereafter amended. An electronic copy of this document, which contains hyperlinks to related resources, and any updates to its requirements, may be found at: https://www. govemor.wa. gov/issues/issues/covid-19-resources/covid- 19-reopening _,guidance. In the event that the Governor's COVID-19 Requirements in place at the time of the event do not allow for the full implementation of the event plan, for the health and safety of the public, the Chamber may make adjustments to the event plan. Depending on the Governor's Requirements, the Chamber may decide to cancel the parade and/or either cancel the fireworks display or prohibit on -site viewing of the fireworks display. 2.21 To reimburse the City for any and all expenses incurred that are associated with delaying the currently scheduled Civic Park improvement project, in the event project construction is delayed as a result of holding this event. 3. Miscellaneous. 3.1 Entire agreement, integration and amendment. This Agreement contains the entire agreement and understanding between the Parties relating to the rights and obligations created hereby, and supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the Parties. Any prior discussions or understandings are deemed merged with the provisions herein. This Agreement shall not be amended, assigned or otherwise changed or transferred except in writing with the express written consent of the Parties hereto. Any action to interpret or enforce this Agreement shall be brought before the Superior Court of Snohomish County, Washington, and the Parties agree that, as between them, all matters shall be resolved in that venue. 3.2 Force majeure. The Parties shall not be liable for failure to perform or delay in performance due to pandemic -related restrictions, fire, flood, strike or other labor difficulty, act of nature, act of any governmental authority, riot, embargo, fuel or energy shortage, car shortage, wrecks or delays in transportation, or due to any other cause beyond the Parties' reasonable control. In the event of delay in performance due to any such cause, the date of delivery or time for completion will be extended by a period of time reasonably necessary to overcome the effect of such delay. 5 Packet Pg. 8 2.1.a 3.3 Relationship between the Parties. Nothing in this Agreement shall be interpreted to or in fact create an agency or employment relationship between the Parties. No officer, official, agent, employee or representative of the Chamber shall be deemed to be the same of the City for any purpose. The Chamber alone shall be solely responsible for all acts of its officers, officials, agents, employees, representatives and subcontractors during the performance of this Agreement. DATED this day of , 2021. CITY OF EDMONDS: GREATER EDMONDS CHAMBER OF COMMERCE: Mike Nelson, Mayor Greg Urban, President and CEO ATTEST/AUTHENTICATED: Scott Passey, City Clerk APPROVED AS TO FORM: Office of the City Attorney Packet Pg. 9 2.1.a North / / / - Sunset ve / 410, Post Office <Sp Mini Park CO ✓��FS STD P ALDER ST Wildlife Refuge HOWELL WAY City Park I rn W City Park Q 2 F v July 2021 Exhibit A Parade Site Plan _ Edmonds A�OHA WAY methodist ALOHA ST Church unds L -Traffic Map CAROL WAY — Holy Rosary Private School i ,Center for — _ _ Z the Arts w r DALEYY ST Z °D L WI Q SPRAGUE ST Civic SPRAGUE ST Fire Playfield Station 1 Civic Center Poll nd t4 E is Playfield EDMONDS ST EDMONDS ST ice nici pa :ourt F �Z � W h Veterara n's � Edmonds Centennial Plaza Q City Hall Plaza B ST F CoI °o fain MAI� Cl Sno-Isle Frances Frances An Z Library Anderson Center ■ Center Anderson Fields DAYT T Centerielr!—_I rn - w H el Ier Christian Q za Science _ Church MAPLERT 00 I ■ — -- -- F ALDER ST HEMLOCK WAY Exhibit B — Road Closure Barricade MAIN PARADE ■ Registration Staging Area Route SPRUCE PL to W HEMLOCK ST Q Co 7 Packet Pg. 10 2.1.a I Fireworks Site Plan W _ 1 6th Ave ' x � i �.+ .. b' ■ • $ : m T ■ 11 IIFo� ■C 7aTI o ^ ` ■ + ■ g ■ a fi T n a ■ ~ p 0 C fC n ■ VI 3n > C ri n O LA W LA n tD n C H P+ CA f0 N VI xxx 11 I! 11 I I W ro m I`I lJl C CD N TI a off, — ro CD cu R 0 rt =r C rn 7 S 7 � p4 r1 rf v r • • elf AV! W Packet Pg. 11 2.1.b EVENT AGREEMENT CITY OF EDMONDS AND URBAN CRAFT UPRISING Event Date — July 24, 2021 THIS AGREEMENT ("Agreement") is entered into by and between the CITY OF EDMONDS (hereinafter referred to as the "City"), and the URBAN CRAFT UPRISING (hereinafter referred to as the "UCU") (collectively, the "Parties"). WHEREAS, the UCU has conducted a public event known as "Edmonds Spring Fest" (hereinafter referred to as the "Event") in 2018 and 2019, planned to hold it in 2020 and proposes to do so again in 2021; and WHEREAS, the City Council finds that the Event will enhance tourism and promote economic development, as well as providing an opportunity for good clean fun to its citizens; and WHEREAS, the City Council finds that the considerations the City provides are more than adequately recompensed by the promises of the UCU and the public benefit to be derived from this Agreement; NOW, THEREFORE, in consideration of the promises, covenants, conditions and performances set forth below, the Parties hereto agree as follows: 1. Responsibilities of the City (certain UCU obligations included). 1.1 The City will provide use of the Frances Anderson Center Playfield ("Playfield") and 8t' Avenue between Main Street and Dayton Street (depicted on the Site Map in Exhibit A) (collectively referred to as the "City -Provided Site") so as to allow for the following: 1.1.1 The Event setup will begin on Friday, July 23, 2021 at 4:00 p.m.; barricades to be in place by Friday, July 23, 2021 at 4:00 p.m. 1.1.2 The Event will run from 11:00 a.m. to 6:00 p.m. on Saturday, July 24, 2021 1.1.3 The Playfield will be used for the craft and food booths. The section of 8t' Avenue depicted in Exhibit A will be utilized as an area for food trucks. 1.2 All surfaces listed will remain available to the UCU for Event purposes until Saturday July 24, 2021 at 10:00 p.m. Final cleanup will take place as set forth in paragraph 2.14, below. 1.3 The City may sprinkle the field prior to the event to reduce dust. The Playfield irrigation system will be turned off by 8:00 a.m. on Friday, July 23, 2021. The UCU agrees to cover the infield dirt. 1.4 The City will provide up to ten (10) picnic tables, to be delivered to the Playfield. The UCU will provide crew members to assist with the moving and placement of the picnic tables. The UCU will be responsible for providing compost, recycle and garbage collection and removal of all trash. Packet Pg. 12 2.1.b 1.5 All use and configuration of structures, booths and other permanent or temporary facilities used in the Event may be inspected and reviewed by City Fire Chief, Police Chief, Building Official and Parks and Recreation Director or their designees to determine the facilities in use comply with the provisions of State and local law, as well as to ensure that no lasting or permanent damage will be done to any public facility or property. 1.6 Edmonds Fire Marshal will inspect the facilities prior to the opening to the general public on or before 10:00 a.m., July 24, 2021, as the Parties will agree, and note all potential problems. Prior to the opening of the Event, the UCU will correct all problems related to fire safety. In the event that such problems are not corrected, the City may at its sole discretion cancel the Event or prohibit the attendance of the general public in certain areas, if in the opinion of the Fire Marshal and at the sole discretion of the City, any violation or other condition that threatens life, health or property has not been corrected. 1.7 Alcohol will not be served at the Event. 1.8 The City will provide safety barriers at the following two (2) locations for street closures required to contain the City -Provided Site described in Paragraph 1.1 (see Traffic Control Plan in Exhibit B): 1.8.1 8th Avenue at Main Street, to close 8th Avenue 1.8.2 8th Avenue at Dayton Street, to close 8th Avenue 1.9 The City will identify ADA parking stalls and provide official handicapped parking signs. One load/unload space each will be marked on Dayton and Main Street. 1.10 The City has the right to check the noise level of any amplified sound equipment or other source and require that the volume be reduced if it exceeds the safety limits recommended by the Seattle King County Department of Health or levels set forth in the ordinances of the City of Edmonds. 1.11 The City will provide and oversee police supervision of the Event under the command of the Chief of Police or his/her designee. Police staffing levels and fees to be paid to the City, if any, will be mutually determined by the Chief of Police, or his/her designee, and the UCU. 1.12 The City will supply a list of acceptable compostable and recyclable food ware items and of suppliers for the compostable items. 1.13 The UCU must supply power as needed. The City Electrician will have final say in all electrical matters. (No ground penetrations are allowed unless authorized first by the City Electrician and City Parks Department). Any unauthorized ground penetrations may be subject to fine and/or damage cost recovery from the UCU). The UCU is not authorized to fasten anything to the buildings, structures or trees. Doing so may result in damage cost recovery and/or fine. 1.14 The UCU must have temporary panels and power poles if applicable, removed by 12:00 noon on July 25, 2021. Packet Pg. 13 2.1.b 2. Responsibilities of the UCU. 2.1 The UCU will operate the Event. Neither the UCU nor any of its officers, agents or employees will discriminate in the provision of services under this Agreement against any individual, partnership, or corporation based upon race, religion, sex, creed, place of origin, or any other form of discrimination prohibited by federal, state or local law. 2.2 The Parties acknowledge that, pursuant to the provisions of Chapter 70.160 RCW (hereinafter the "smoking ban"), smoking is prohibited in indoor areas, within 25 feet of vents or entrances, and in outdoor areas where public employees of the City and employees of any vendor at the Event or of the contracting organization are required to be. This general description of the provisions of the statute is included for the purpose of reference and is not intended to expand or contract the obligations created by the smoking ban. The UCU warrants that it will comply with the smoking ban and will utilize the services and advice of the Snohomish County Health District in assuring compliance during the Event described in this Agreement. 2.3 The UCU agrees that the Event is a public event. The UCU further agrees that areas provided by the City that are covered under this Agreement, including but not limited to public right of way, streets, sidewalks, parks, parking lots, and gardens, are traditional public forums. As a result, the UCU will permit citizens attending events open to the general public during the Event to exercise therein their protected constitutional right to free speech without interference on City property. 2.4 Pursuant to the provisions of RCW 70.93.093, concerning event recycling, the UCU will place clearly marked recycling containers throughout the Event area for the collection of aluminum cans, glass or plastic bottles from Event participants, and arrange for recycling services. 2.5 Chapter 6.80 of the Edmonds City Code ("Plastic Bag Reduction") restricts the use of single -use plastic checkout bags. The restrictions do not apply to plastic bags used to carry out cooked food or provided solely for produce, bulk food or meat. The UCU will encourage its vendors to comply with the purposes of the ordinance by utilizing paper bags or encouraging the use of reusable totes whenever practicable. 2.6 Pursuant to the City's Resolution 1412, which prohibits the use of plastic straws, stirrers and cutlery at public events requiring a contract with the City beginning in 2019, food vendors at the Event will provide only certifiable compostable straws, stirrers and cutlery to Event participants. Pursuant to the City's Resolution 1357, the goal of which is to promote the use of certifiable compostable food service wares and packaging, food vendors at the Event are strongly encouraged to provide other certifiable compostable food service wares to package and present food to Event participants. Aluminum and steel cans, plastic bottles and certain plastic cups that are accepted as recyclable, can continue to be acceptable for vendor use. When certifiable compostable food service wares and packaging are used, and recyclable containers are offered, Event organizers will provide for the on -site collection of compostable and recyclable materials from Event participants, using designated color -coded collection containers. Event organizers will ensure that on - site collection containers are serviced properly and continually during the Event. A UCU representative will meet with the City's Recycling Coordinator or representative prior to Packet Pg. 14 2.1.b April 15, 2020, in order to be educated on the 3-container system to maximize diversion of compostable and recyclable materials from the garbage. 2.7 The UCU may in its discretion limit the participation of any vendor who produces duplication in order to adequately recognize limitations of space, failure to comply with applicable State or local health, liquor, or other requirements of law, and in order to provide an adequate and interesting diversity compatible with the recreation of the citizens of Edmonds. 2.8 The UCU will be responsible for restoring the premises to its original condition. A UCU representative will meet with a member of the City's Parks and Recreation Department on the afternoon of July 23, 2021 to inspect the facility to document the "original" condition of the Playfield. Following the Event the Parks and Recreation Department will inspect the field, document and communicate with the UCU if any damage is located. 2.9 The UCU will provide sufficient portable sani-cans and wash stations. 2.10 The UCU will be responsible for all required city and state permits. The UCU will submit the fee for the park usage permit provided for by this Agreement. 2.11 The UCU will obtain any copyright licenses necessary for presenting licensed live and recorded music. 2.12 The Parks Director will provide a temporary exemption to the No Dogs on playfields ordinance and allow dogs to be on leash at the Event. The UCU will ensure dogs do not enter the playground area and will ensure all dog waste is removed from the site. Police will be notified of any aggressive dog behavior. The Parks Director retains the right to suspend this temporary exemption at any time. 2.13 Garbage service will be contracted and paid for by the UCU. 2.14 The UCU will be responsible for clean-up of the Playfield no later than 12:00 noon, Sunday, July 25, 2021, as follows: 1) Restore all areas to their original condition. 2) Pick up all trash and remove all items and equipment related to the Event. 3) Pick up and remove all garbage to the size of a cigarette butt, debris, litter, equipment, and any and all other items made necessary by or used in the provision of the Event. 2.15 A final inspection of the Event area will be conducted by the City Parks Maintenance Division to determine if all areas are clean and returned to their original condition. 2.16 The UCU will submit a cleaning/damage deposit of $500.00 to the City prior to Tuesday, June 15, 2021. The deposit will be refunded to the UCU if, upon inspection, all is in order, or a prorated portion thereof as may be necessary to reimburse the City for loss or cleaning costs. Packet Pg. 15 2.1.b 2.17 The UCU will pay the City Three Hundred Seventy -Five Dollars ($375.00) for the above -mentioned facility use prior to Tuesday, June 15, 2021. 2.18 The UCU will provide a fire watch for all times the Event is open to the general public. The Fire Marshall or representative will inspect the Playfield with the UCU designated representative prior to the Event opening to the public, and any potential problems will be noted and reported to the City prior to the Fire Marshall's briefing. At 9:00 AM on June 24, 2021, the Fire Marshal will brief designated representatives of the UCU of the location and use of fire service features (fire extinguishers, pull stations, etc.) in the Frances Anderson Center, as well as inspect for any electrical and fire safety hazards. The UCU and appointed representatives will be the responsible individuals for performing fire prevention and fire watch activities. 2.19 The UCU will insure that: 1) Kilns, barbecues, forges and other sources of heat will be insulated from turfed areas to prevent the heat from killing the grass and sterilizing the soil. All heat producing appliances in locations other than the food vending area will be approved by the Fire Department and may require conditions for their acceptable use. Food vendor installations will be inspected prior to the Event opening. Tarps, tents, canopies and covers will be listed and labeled for flame resistance. 2) Vehicles will only be allowed on turfed areas to load and unload, with adjacent streets used for parking during the Event. The UCU will notify all individual residents of the affected areas of 8th Avenue and provide general notice to all the citizens of the closure of 8th Avenue. 3) Tents are held down with sandbags and not stakes. 2.20 The UCU will defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits, including attorney fees, arising from or in connection with the UCU's performance, or nonperformance, of this Agreement, except to the extent that claims, injuries, damages, losses or suits are caused by the sole negligence of the City, its officers, officials, employees or volunteers. This promise to indemnify and hold harmless will include a waiver by the UCU of the immunity provided under Title 51 RCW, but only to the extent necessary to fully effectuate this promise. This provision will survive the termination and/or expiration of this Agreement. 2.21 The UCU will provide a Certificate of Insurance evidencing insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. The City will be named as an additional insured on the Commercial General Liability insurance policy and a copy of the endorsement naming the City as additional insured will be attached to the Certificate of Insurance. The insurance policy will contain a clause stating that coverage will apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The City will be named as an insured on the UCU's General Liability insurance policy. The insurance policy will contain, or be endorsed to contain that the UCU's insurance Packet Pg. 16 2.1.b coverage will be primary insurance. Any insurance, or insurance pool coverage, maintained by the City will be in excess of the UCU's insurance and will not contribute to it. The UCU will provide a certificate of insurance evidencing the required insurance before using the premises described herein. Insurance will be placed with insurers with a current A.M. Best rating of not less than A:VII. 2.22 The UCU agrees to the following general open hours for the Event: Saturday, July 24, 2021 11:00 a.m. — 6:00 p.m. 2.23 The UCU will provide any and all security services necessary during the night time hours (night time hours being defined as those hours which the Event is not in operation), sufficient to reasonably secure the area and facilities provided. The City will have no responsibility or liability for the provision of security services, nor will it be liable for any loss or damage incurred by the UCU or the participants in the Event. 2.25 The UCU is responsible for contracting with appropriate vendors for power. Further, the UCU will arrange for a walk-through with the City Electrician to obtain approval for the accommodation of power and electricity needs. 2.26 All requests for additional services and concerns of the Event will be directed by the UCU to the City's designated representative, Parks Deputy Director, who may be contacted at 425-771-0230. 3. Miscellaneous 3.1 Entire agreement, integration and amendment. This Agreement contains the entire agreement and understanding between the Parties relating to the rights and obligations created hereby, and supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the Parties. Any prior discussions or understandings are deemed merged with the provisions herein. This Agreement will not be amended, assigned or otherwise changed or transferred except in writing with the express written consent of the Parties hereto. Any action to interpret or enforce this Agreement will be brought before the Superior Court of Snohomish County, Washington, and the Parties agree that, as between them, all matters will be resolved in that venue. 3.2 Force majeure. The Parties will not be liable for failure to perform or delay in performance due to fire, flood, strike or other labor difficulty, act of God, act of any governmental authority, riot, embargo, fuel or energy shortage, car shortage, wrecks or delays in transportation, or due to any other cause beyond the Parties' reasonable control. In the event of delay in performance due to any such cause, the date of delivery or time for completion will be extended by a period of time reasonably necessary to overcome the effect of such delay. 3.3 Relationship between the Parties. Nothing in this Agreement will be interpreted to or in fact create an agency or employment relationship between the Parties. No officer, official, agent, employee or representative of the UCU will be deemed to be the same of the City for any purpose. The UCU alone will be solely responsible for all acts of its officers, officials, agents, employees, representatives and subcontractors during the performance of this Agreement. Packet Pg. 17 2.1.b DATED this day of , 2021. CITY OF EDMONDS: URBAN CRAFT UPRISING: Mike Nelson, Mayor ATTEST/ AUTHENTICATED: Scott Passey, City Clerk APPROVED AS TO FORM: Office of the City Attorney Lindsey Ross, Owner EXHIBIT A: SITE MAP Packet Pg. 18 EXHIBIT B: TRAFFIC CONTROL PLAN r u L O U r c m W is N LL N r L a oa LL �L Q i O L L O U r m LL c �L Cl) N C O E W N O N C N E t V 2 Q Packet Pg. 19 2.1.b VCity of Ed monds5pri rig Fest Traffic Plan EDMONDS ST z z z r� BELL ST I— o 0 0 0 MAIN 4�.-ater Barricades and Barricad a Sins provided by Pub lic VvGrks. Closed taall tra:kil, --4 �:- - - Car6rFe� — -- Water Barricades and Borricad eSign s 0AYTON , providedbyFub11cWorks.LocaIAccess Dnly W Q MAPLE ST U� V! � W � ALDER ST Road Closure BarricadE ResenredfarACA 0 Parki%Signs F and Trucks WALNUTST West-rdeonhf Mzr 2c2C r U L O U c d W is N LL N r L a oa m LL C �L Q O O U r m LL C CI) N C O W N O N C w �a a Packet Pg. 20 2.1.c fI)c HIM CITY OF EDMONDS 700 MAIN ST I EDMONDS, WA 98020 1425.771.0230 1 FAX 425.771.0253 PARKS, RECREATION AND CULTURAL SERVICES DEPARTMENT EVENT AGREEMENT CITY OF EDMONDS, WASHINGTON AND EDMONDS ARTS FESTIVAL ASSOCIATION, INCORPORATED Event Dates — August 25 — 31, 2021 MIKE NELSON MAYOR The following is an agreement ("Agreement") between the CITY OF EDMONDS (hereinafter referred to as the "City"), and the EDMONDS ARTS FESTIVAL ASSOCIATION, INCORPORATED (hereinafter referred to as the "Festival Association") (collectively, the "Parties"). WHEREAS, the Festival Association has for many years sponsored a public event known as the Edmonds Arts Festival, which provides educational and artistic benefits to the citizens of Edmonds; and WHEREAS, the City Council finds that in addition to providing an educational opportunity, the Edmonds Arts Festival showcases Edmonds' artists and helps promote tourism and thereby the economy of Edmonds; and WHEREAS, the City Council finds that the considerations to be provided to the Festival Association by the City are more than adequately recompensed by the compensation provided by the Festival Association and from the public benefits received by the citizens of the City; NOW, THEREFORE, in consideration of the promises, covenants, conditions and performances set forth below, the Parties hereto agree as follows: 1. Responsibilities of the City (certain Festival Association obligations included). 1.1 The City will provide the following spaces at the Frances Anderson Center to the Festival Association: August 23 at 8:00 am to August 30 at 5:00 pm Rooms 114, 115, 123, 206, 207 and 301 for nonpublic use. August 23 at 8 am to August 30 at 5 pm Gymcm N r August 25 at 8:00 am to August 31 at 8 am d Playfield and amphitheater z c� The Frances Anderson Center playfield ("Playfield") will be used for Artwork Booths. The Q City may sprinkle the Playfield prior to the Festival to reduce dust. The Playfield irrigation system will be turned off by 8:00 am on August 24, 2021. The Festival Association agrees to cover the infield dirt only. The courtyard area (West of the outdoor stage) may be used for a food concession area. The City will provide up to fifteen (15) picnic tables at the concession area and up to fifteen (15) • Incorporated August 11, 1890 • Sister City - Hekinan, Japan I Packet Pg. 21 2.1.c garbage cans around the outside area. The Festival Association will also provide crew members to assist with the moving and placement of picnic tables and garbage cans. The Festival Association will be responsible for providing a dumpster for trash and grease traps for waste water disposal. The Festival Association will provide the City with a list of supplies (trash can liners, paper towels, etc.) which the City will order. The Festival Association will pay the invoices for all supplies in a timely fashion. Under no circumstances will the Festival Association have access to Rooms 210 and 211 1.2 The City will provide the following spaces at the Edmonds Library Plaza to the Festival Association to be used for special functions: August 26 at 8:00am to August 30, at 5 pm. Plaza Room and Plaza Patio 1.3 All of the rooms identified herein will be under the exclusive control of the Festival Association during the period identified due to the high value of the arts and crafts works that will be located therein. The City will make its best efforts to limit foot traffic not related to the Festival Association. 1.4 The City will check out two (2) sets of the required keys plus three (3) additional room keys to the Festival Association President, or designee, who will be responsible for security of all Festival Association displays and supplies. 1.5 Eighth Avenue will be closed between Main Street and Dayton Street for an additional food concession area and eating tables from August 26 at 8:00am until August 30 at noon. The City will provide and install safety barriers at both ends of the closed street. The Festival Association will ensure that these safety barriers are kept in place and filled with water for the duration of the event. 1.6 Except as provided below, the City grants the Festival Association the exclusive use of the parking lot between the Anderson Center and the Edmonds Library for permit parking from August 25 through August 30, 2021 provided, however, that the Festival Association will provide nine parking permits and marked stalls for Library staff/patrons, which include three handicapped parking stalls. The Dayton Street book drop and the Library receiving area must remain open at all times. The City will provide official handicapped parking signs. One load/unload space each will be marked on Dayton and Main Street, and up to two (2) spaces on 8th Avenue. 1.7 The City will install Edmonds Arts Festival street banners at all approved sites. The Festival Foundation will provide a site map where these are to be installed. 1.8 The City will provide (one) 200-amp panel of electrical service for (the festival); the Festival Association must supply any additional power. A Festival Association representative and a City Public Works representative will meet prior to August 15, 2021, to draw up an interior and exterior electrical plan. The Festival Association is responsible for notifying the PUD of hookups and scheduling inspection of temporary panels (including any necessary permits). The City will provide the City Electrician on an "on Call" basis, and is subject to reimbursement from the Festival Association for time and materials, minimum 4- hour overtime callback. The City Electrician will have final say in all electrical matters. (No ground penetrations are allowed unless authorized first by the City electrician and City Parks Department). Any unauthorized ground penetrations may be subject to fine and/or damage a • Incorporated August 11, 1890 • Sister City - Hekinan, Japan I Packet Pg. 22 2.1.c cost recovery from the Festival Association). (It is not allowed to fasten anything to the buildings, structures or trees, doing so may result in damage cost recovery and/or fine). 1.9 The Festival Association must have temporary panels and power poles removed by noon on August 31, 2021. 1.10 The City will supply a list of acceptable compostable and recyclable foodware items and of suppliers for the compostable items. The City will provide signage for the on -site collection containers, and any additional containers, if needed. 2. Responsibilities of the Festival Association. 2.1 The Festival Association will operate the Edmonds Arts Festival consistent with its educational purposes and will not illegally discriminate in the provision of the event or in its entrance requirements against any person or organization in violation of state or federal statute or local ordinance. 2.2 In addition, the Parties acknowledge that, pursuant to the provisions of Initiative 901 as codified in Chapter 70.160 RCW (herein after the "smoking ban"), smoking is prohibited in indoor areas, within 25 feet of vents or entrances and in outdoor areas where public employees of the City and employees of any vendor at the event or of the contracting organization are required to be. This general description of the provisions of the initiative is included for the purpose of reference and is not intended to expand or contract the obligations created by the smoking ban. The Festival Association warrants that it will comply with the smoking ban and will utilize the services and advice of the Snohomish County Health District in assuring compliance during the event described in this Agreement. 2.3 The Festival Association agrees that the Edmonds Arts Festival is a public event. The Festival Association further agrees that areas provided by the City that are covered under this Agreement, including but not limited to public right of way, streets, sidewalks, parks, parking lots, gardens, meeting halls and squares, are traditional public forums. As a result, the Festival Association will permit citizens attending events open to the general public during the Edmonds Arts Festival to exercise therein their protected constitutional right to free speech without interference on City property. 2.4 Pursuant to the provisions of RCW 70.93.093, concerning event recycling, the Festival Association will place clearly marked recycling containers throughout the event area for the collection of aluminum cans, glass and plastic bottles and other recyclable materials from event participants. The Festival Association will be responsible for providing recycling, compost, and garbage collection and removal services (see also Section 2.6, below). 2.5 Chapter 6.80 of the Edmonds City Code ("Plastic Bag Reduction") restricts the use of single - use plastic checkout bags. The restrictions do not apply to plastic bags used to carry out cooked food or provided solely for produce, bulk food or meat. The Festival Association will encourage its vendors to comply with the purposes of the ordinance by utilizing paper bags or encouraging the use of reusable totes whenever practicable. 2.6 Pursuant to Chapters 6.90 and 6.95 ECC, which prohibit the use of noncompostable food service containers and single -use plastic utensils (such as straws, stirrers and cutlery) at public events requiring a contract with the City, food vendors at this public event will provide only compostable food service containers and utensils, as defined in Chapters 6.90 and 6.95 ECC to event participants. The Festival Association will provide for the on -site collection of N O N c d E z cc a • Incorporated August 11, 1890 • Sister City - Hekinan, Japan Packet Pg. 23 2.1.c compostable and recyclable materials and garbage from event participants, using designated color -coded collection containers. The Festival Association will ensure that on -site collection containers are serviced properly and continually during the event. A Festival Association representative will meet with the City's Recycling Coordinator or representative prior to August 25, 2021, in order to be educated on the 3-container system to maximize diversion of compostable and recyclable materials from the garbage. 2.7 Displays and artworks will not be hung from conduits or sprinkler pipes. Exits and exit signage will not be obstructed except with specific approval of the Fire Marshall or his designee. Nothing will be attached to any piece of art displayed by the City, or on any metal surface, within the Edmonds Art Festival premises made available by the City to the Festival Association and covered by this Agreement. The Festival Association will be responsible for removing all paint, wires, and modifications made to the building for the Festival and restoring the premises to its original condition. No stakes will be used on grassy areas of the Plaza. A Festival Association representative will meet with a member of the City's Parks and Recreation Department prior to August 25, 2021 and on August 31, 2021 to inspect the facility to document the "original" and post event condition of the Anderson Center, the Plaza Rooms, and outside areas. 2.8 The Festival Association will provide sufficient portable sani-cans and wash stations. The Festival Association will take over cleaning and stocking the restrooms from August 23 at 8:00 am until August 30. The Festival Association will meet with the City's Lead Custodian to review cleaning expectations prior to event. In the event of a call -out during the event, the Festival Association will reimburse the City for time and materials, at a minimum rate of 4- hour Overtime Callback. 2.9 The Festival Association will provide manpower to assist with the tear -down of Room 207, date and time TBA prior to August 23, 2021. Also, City clients will have access to the weight room (200A) for drop -in use up until 1:00 p.m., Wednesday, August 25, 2021, and starting again at 8:30 a.m., Tuesday, August 31, 2021. The clients will use the alternate Main Street entrance (no access through the gym). The City will secure the hallway between the gymnasium and the weight room by 12:00 noon, Monday, August 23. The hallway must be opened by 2:00 p.m., August 24 and must remain open, clear and unobstructed for egress during the Edmonds Arts Festival. 2.10 Permits: The Festival Association will be responsible for all required city and state permits. The Festival Association will submit all required application(s) and fees(s) for the Street Banner Permits provided for by this Agreement. All permits will be arranged through a designated representative of the City. The Festival Association is responsible for obtaining any necessary permits for serving alcohol on the premises from the state. 2.11 Clean -Up: The Festival Association will be responsible for clean-up of the festival grounds and indoor spaces as follows: 1) Restore all areas to their original condition. 2) Pick up all trash and remove all items and equipment related to the Edmonds Arts Festival by Noon, August 31, 2021 (including grounds and buildings). 3) Plaza room carpet will be professionally cleaned so that it is dry and ready for use by 8:30 am on Tuesday, August 31, 2021 N O N c d E z c� a • Incorporated August 11, 1890 • Sister City - Hekinan, Japan I Packet Pg. 24 4) Carpet/rugs, hard floor surfaces, and stairs will be professionally cleaned, and otherwise restored to their original condition (with the exception of the gym) no later than August 31 at noon. 5) Restroom facilities will be professionally cleaned and ready for public use no later than August 30 at noon. 6) Power wash cleaning of the following: a. All paved food concession areas; b. Edmonds Library Plaza patio; and c. All pedestrian walkways/steps around amphitheater, Frances Anderson Center, and Library Plaza area. 7) Wash east -facing windows on the first and second floor of the Frances Anderson Center by 4:OOpm on August 31, 2021. (Care must be taken particularly with the Daycare windows below ground level, which have exhaust fans that are not able to be sealed). 8) Install drain guards on all affected storm drains prior to the beginning of the Festival, and for removing them after clean-up is complete. Drain guards will be provided by the City. Power washed materials (litter, etc.) must be collected and disposed of and not pushed to adjacent areas. 9) Disposal of waste water will be according to the City policy using grease traps provided, cleaned and picked up, by the Festival Association. 2.12 Fire Watch: The Festival Association will provide a fire watch for all times the buildings and displays are open to the general public. The Fire Marshall or representative will inspect the Frances Anderson Center with the Festival Association President, or designated representative, prior to August 23, 2021 and any potential problems will be noted and reported to the City prior to Fire Marshall's briefing. At 9:00am on August 27, 2021 Fire Marshal will brief designated representatives of the Festival Association of the location and use of fire service features (fire extinguishers, pull stations, etc.) in the Anderson Center and Edmonds Plaza Room as well as inspect for any electrical and fire safety hazards. The Festival Association President and appointed representatives will be the responsible Festival Association individuals for performing fire prevention and fire watch activities. 2.13 The Festival Association will insure that: 1) Kilns, barbecues, forges and other sources of heat will be insulated from turfed areas to prevent the heat from killing the grass and sterilizing the soil. All heat producing w appliances in locations other than the food vending area will be approved by the Fire c Department and may require conditions for their acceptable use. Food vendor N installations will be inspected prior to the Edmonds Arts Festival opening. Tarps, tents, d canopies and covers will be listed and labeled for flame resistance. z c� 2) Vehicles will only be allowed on turfed areas to load and unload. Food Court a concessions will use the Main Street entrance for loading and unloading. The Festival Association will notify all individual residents of the affected areas of 8th Avenue and provide general notice to all the citizens of the closure of 8th Avenue. 3) Precaution and measures are taken to prevent from water entering into the interior of the Frances Anderson Center buildings. • Incorporated August 11, 1890 • Sister City - Hekinan, Japan I Packet Pg. 25 2.1.c 2.14 Fees: The Festival Association will pay a fee of $5,500.00 for Anderson Center, under stage storage, Plaza Room and environs to the City for the use and services of the above - mentioned facilities in this Agreement no later than July 15, 2021. The Festival Association will pay directly to the contractor for supplies provided through the City for the actual cost of supplies furnished by the City within thirty (30) days of mailing of a final bill by the City. 2.15 Damage Deposit: The Festival Association will submit a cleaning/damage deposit of $1,000.00 to the City no later than July 15, 2021. The deposit will be refunded to the Festival Association if, upon inspection, all is in order, or a prorated portion thereof as may be necessary to reimburse the City for loss or cleaning and supply costs. 2.16 Indemnification: The Festival Association will defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits, including attorney fees, arising from or in connection with the Festival Association's performance, or nonperformance, of this Agreement, except to the extent that claims, injuries, damages, losses or suits are caused by the sole negligence of the City, its officers, officials, employees or volunteers. This promise to indemnify and hold harmless will include a waiver by the Festival Association of the immunity provided under Title 51 RCW, but only to the extent necessary to fully effectuate this promise. This provision will survive the termination and/or expiration of this Agreement. 2.17 Insurance: The Festival Association will provide a Certificate of Insurance evidencing insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. The City will be named as an additional insured on the Commercial General Liability insurance policy and a copy of the endorsement naming the City as additional insured will be attached to the Certificate of Insurance. The insurance policy will contain a clause stating that coverage will apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. The City will be named as an insured on the Festival Association's General Liability insurance policy. The insurance policy will contain, or be endorsed to contain that the Festival Association's insurance coverage will be primary insurance. Any insurance, or insurance pool coverage maintained by the City will be in excess of the Festival Association's insurance and will not contribute to it. The Festival Association will provide a certificate of insurance evidencing the required insurance before using the premises described herein. Insurance will be placed with insurers with a current A.M. Best rating of not less than A:VII. 2.18 Notices. All requests for additional services and concerns of the Festival Association will be Ui directed by the Festival Association President to the City's designated representative, Parks c Deputy Director 425-771-0232. cm c d 2.19 The Festival Association will comply with the Governor's Fairs and Special Events COVID- z 19 Requirements, as they are set forth in the Attachment A (dated April 26, 2021), or as they are hereafter amended throughout the term of this Agreement. An electronic copy of this a document, which contains hyperlinks to related resources, and any updates to its requirements, may be found at: https://www.govemor.wa.gov/issues/issues/covid-l9- resources/covid-I9-reopening-guidance. Miscellanenns • Incorporated August 11, 1890 • Sister City - Hekinan, Japan I Packet Pg. 26 2.1.c 3.1 Entire agreement, integration and amendment. This Agreement contains the entire agreement and understanding between the Parties relating to the rights and obligations created hereby, and supersedes all prior and contemporaneous negotiations, understandings, and agreements, written or oral, between the Parties. Any prior discussions or understandings are deemed merged with the provisions herein. This Agreement will not be amended, assigned or otherwise changed or transferred except in writing with the express written consent of the Parties hereto. Any action to interpret or enforce this Agreement will be brought before the Superior Court of Snohomish County, Washington, and the Parties agree that, as between them, all matters will be resolved in that venue. 3.2 Force majeure. The Parties will not be liable for failure to perform or delay in performance due to pandemic -related restrictions, fire, flood, strike or other labor difficulty, act of nature, act of any governmental authority, riot, embargo, fuel or energy shortage, car shortage, wrecks or delays in transportation, or due to any other cause beyond the Parties' reasonable control. In the event of delay in performance due to any such cause, the date of delivery or time for completion will be extended by a period of time reasonably necessary to overcome the effect of such delay. 3.3 Relationship between the Parties. Nothing in this Agreement will be interpreted to or in fact create an agency or employment relationship between the Parties. No officer, official, agent, employee or representative of the Festival Association will be deemed to be the same of the City for any purpose. The Festival Association alone will be solely responsible for all acts of its officers, officials, agents, employees, representatives and subcontractors during the performance of this Agreement. DATED this day of , 2021. CITY OF EDMONDS: Mike Nelson, Mayor ATTEST/ AUTHENTICATED: Scott Passey, City Clerk APPROVED AS TO FORM: EDMONDS ARTS FESTIVAL ASSOCIATION: LIN Its: a • Incorporated August 11, 1890 • Sister City - Hekinan, Japan Packet Pg. 27 2.1.c Office of the City Attorney a Incorporated August 11, 1890 Sister City - Hekinan, Japan Packet Pg. 28 2.2 City Council Agenda Item Meeting Date: 06/8/2021 Johnson Property Right of Entry Agreement Staff Lead: Angie Feser Department: Parks, Recreation & Cultural Services Preparer: Angie Feser Background/History Edmonds resident Shirley Johnson has donated to the City her 1-acre property located at 9309 Bowdoin which is adjacent to Yost Park. (Map attached) Ms. Johnson passed away in January of this year and the property will be available for Council consideration to accept later this summer. The property has a house, one outbuilding and a considerable amount of personal items which the City will become responsible for once the property changes ownership. In the meantime, the City has requested from the Estate the ability to access the site for initial assessments to be able to manage the site once it becomes city property. Gaining access to the site and buildings priority to the property transfer will be beneficial in planning efforts to secure and maintain the site. As mentioned earlier, the Council's consideration to accept the donated property will be in within a few months and this Right of Entry Agreement (Attached) does not commit the city to be responsible for the property in any way. Staff Recommendation Staff recommends the Parks & Public Works Committee approve advancing this item to June 15, 2021 Regular Council Meeting Consent Agenda for consideration of Council to authorize the Mayor to sign a Right of Entry Agreement with the Shirley Johnson Estate for access to property located at 9309 Bowdin Way in Edmonds. Narrative <Type or insert text here> Attachments: Johnson Property- ROE FINAL Johnson Property Arial Map Packet Pg. 29 2.2.a RIGHT OF ENTRY THIS RIGHT OF ENTRY is entered into by and between the City of Edmonds, a municipal corporation organized under the laws of the State of Washington, hereinafter referred to as the "City," and the Estate of Shirley Johnson (Snohomish County Cause # 21-4-00397-31), by Personal Representative, Blair J. Bennett, hereinafter referred to as the "Estate". RECITALS A. The Estate owns real property located at 9309 Bowdoin Way, Edmonds, WA 98020, which real property is legally described in Exhibit A, attached hereto, and incorporated herein by this reference, hereinafter referred to as the "Property." For definition purposes the Property includes any structures on the real property described in Exhibit A. B. The City has requested to have its employees and/or consultants perform activities ("Work") at the Property and such Work will require access onto the Property. The Work to be performed is as follows: The Work will include access to the Property to view, inspect, inventory and all other activities required to document the Property for planning and preparation purposes in anticipation of the title transfer of the Property to the City, including the assignment of all tangible personal property on the premises. C. The Estate is agreeable to have the City and its employees and/or consultants conduct the Work, provided the terms and conditions of this Right of Entry are followed by the City. RIGHT OF ENTRY 1. RIGHT OF ENTRY. The Estate hereby authorizes the City, its employees, and/or subcontractors, under the direction of any of the above, to come onto and access the Property during the time period from 3-10-2021 forward and indefinitely until the end of this Estate for the purpose of performing the designated work pursuant to standard industry practices. If requested by the Estate, the City shall restore the Property to reasonably the same condition as existed prior to its activities on the Property at its sole cost and expense. During the City's Work the City shall not be responsible for securing the Property. 2. NON -EXCLUSIVITY. The parties agree that this Right of Entry is non-exclusive and is subject to all valid existing and future rights in the Property. The Estate reserves the right to grant others the privilege to use the Property. 3. INDEMNIFICATION. The City shall defend, indemnify and hold harmless the Estate, its officers, officials, employees and volunteers from and against any and all claims, suits, actions, or liabilities for injury or death of any person, or for loss or damage to property, which arises out of the use of the Property or from any activity, work or thing done, permitted, or suffered 1 JM 1183 5\0002\00887692.v 1 Packet Pg. 30 2.2.a by City in or about the Property, but only to the extent that such injury or damage shall have been occasioned by the sole negligence of the City, its officers, officials, employees and volunteers. The Estate shall defend, indemnify and hold harmless the City, its officers, officials, employees and volunteers from and against any and all claims, suits, actions, or liabilities for injury or death of any person, or for loss or damage to property, which arises out of the condition of the Property or from any activity, work or thing done, permitted, or suffered by Estate in or about the Property, except only such injury or damage as shall have been occasioned by the sole negligence of the City, its officers, officials, employees and volunteers. 4. INSURANCE. The City shall maintain liability insurance coverage, the scope of which shall include claims that may arise under this Right of Entry with coverage limits of at least one million dollars ($1,000,000.00) per occurrence combined single limit for bodily injury and property damage liability and with an annual aggregate of at least two million dollars ($2,000,000.00). Evidence of such insurance compliance shall be provided to the Estate upon request. ESTATE OF SHIRLEY JOHNSON By Blair J. Bennett, Personal Representative of the Estate of Shirley Johnson Dated: 2021 CITY OF EDMONDS By Mike Nelson Mayor Dated: 2021 JM 1183 5\0002\00887692.v 1 4 Packet Pg. 31 2.2.a STATE OF WASHINGTON ) ) ss. COUNTY OF SNOHOMISH ) I certify that I have evidence that Mike Nelson is the person who appeared before me, and he acknowledged that he signed this instrument, on oath stated that he was authorized to execute the instrument and acknowledged it as the Mayor of the CITY OF EDMONDS to be the free and voluntary act of such party for the uses and purposes mentioned in the instrument. DATED: STATE OF WASHINGTON ss. COUNTY OF SNOHOMISH 2021 PRINTED NAME: NOTARY PUBLIC in and for the State of Washington. My commission expires: I certify that I have evidence that BLAIR J. BENNETT, signed this instrument, on oath stated that he was authorized to execute the instrument and acknowledged it, as the Personal Representative of the Estate of SHIRLEY JOHNSON to be the free and voluntary act of such parry for the uses and purposes mentioned in the instrument. DATED: 2021 PRINTED NAME: NOTARY PUBLIC in and for the State of Washington. My commission expires: JEW\l 1835\0002\00887692.v 1 Packet Pg. 32 2.2.a EXHIBIT A Property commonly known as: 9309 Bowdoin Way, Edmonds, WA 98020 and legally described as follows: Lot 9 and west 12.25 feet of Lot 10 (as measured along north line of said Lots), Block 5, Alderwood Manor No. 9, according to plat thereof recorded in Volume 10 of plats, page 6, records of Snohomish County. Subject to covenants, restrictions, reservations and easements of record, if any. Two Tax parcel #s: 00373600500901 (portion of land and buildings) (1 acre) and 00373600500905 (portion of land only) (excess of 1 acre, outside Sr discount) 2 JM 1183 5\0002\00887692.v 1 Packet Pg. 33 2.2.b ,oil Johnson Property . F IP -aim L W 4- O r a C O 0 y �d a Q .� O C o Ch c d r Packet Pg. 34 2.3 City Council Agenda Item Meeting Date: 06/8/2021 Job Order Contracting - Proposal and Agreement Staff Lead: Phil Williams Department: Public Works & Utilities Preparer: Royce Napolitino Background/History During the 2019 Legislative Sessions, RCW 39.10.420-460 was amended to allow all public agencies to use Job Order Contracting (JOC) for public works projects when a determination is made that the use of job order contracts will benefit the public. The Job Order Contracting program is anticipated to benefit multiple divisions and departments, including Public Works Engineering and Construction, Road Maintenance, Wastewater, Surface Water, Facilities, Parks, Recreation and Cultural Services and other public works projects. March 9, 2021 - The Parks and Public Works committee and the Finance committee approved the Job Order Contracting agenda bill for consent on the City Council's full agenda. April 6, 2021 - The City Council consented the approval of Job Order Contracting initiating staff process for advertising a Request for Proposal. Staff Recommendation At this time, the Public Works Director recommends that City of Edmonds accept the proposal for JOC services from Gordian Inc. Further, to approve and enter into a standard Professional Services Agreement(PSA) for JOC services with Gordian and to forward the recommendation to the June 15t" City Council consent agenda for full approval by the City Council. Narrative The objectives of the City's JOC program are to rapidly engage contractors in the performance of small to medium sized public works projects; to reduce construction, design, and planning costs; and to develop relationships and contracts with contractors to more quickly and efficiently respond to emergency situations. The PSA will allow the City to partner with Gordian to create and administer the Job Order Contracting program for the City in compliance with RCW 39.10.410.420.460. Attachments: Proposal to City of Edmonds - RFP for Job Order Contracting Consulting Services DRAFT Gordian JOC Professional Services Agreement (clean) 5.20.2021 Packet Pg. 35 2.3.a w 0 GORDIAN @ Packet Pg. 36 2.3.a Table of Contents ExecutiveSummary...............................................................................................1 Approach................................................................................................................ 2 RelatedExperience................................................................................................ 3 ProjectTeam......................................................................................................... 4 Cost..................................................................................................................5 Exceptions..............................................................................................................6 Appendix — Supplemental Information.. (excluded from page count).....................7 Staff Resumes Sample Construction Task Catalog (Unit Price Book) Sample Technical Specifications Sample Reports and Forms The information and data, furnished in connection with this Proposal to provide Job Order Contracting products and services shall not be disclosed outside of the City of Edmonds (the "City' and shall not be duplicated, used, or disclosed in whole or in part for any purpose other than to evaluate this proposal, except as required by law; provided, that, if a contract is awarded to this offeror as a result of or in connection with the submission of this information or data, the City shall have the right to duplicate, use or disclose the information or data to the extent provided for in the contract. The information and data subject to these restrictions as noted above are appropriately marked "Confidential and Proprietary". Cop right ©2021 by The Gordian Group Inc. All rights reserved. Job Order Contracting Core, ob Order Contracting Advanced, Job Order Contracting Complete, Job Order Contracting omplete Maria ement, eGordian, ezIQC and Construction Task Catalog are either registered trademarks or trayemarks of The Gordian Group, Inc. The names of actual companies and products mentioned herein may be the trademarks of their respective owners. City of Edmonds Proposal for JOC Consulting Services Packet Pg. 37 2.3.a G ORDIAN@ May 12, 2021 City of Edmonds City Clerk's Office 121 5' Avenue North Edmonds, WA 98020 Attention: City Clerk's Office Re: Request for Proposals (RFP) for Job Order Contracting QOC) Consulting Services The Gordian Group, Inc. ("Gordian") is pleased to submit our Proposal in response to the Request for Proposals for Job Order Contracting UOC) Program for the City of Edmonds (the "City"). We are in receipt of the City's RFP issued on April 16, 2021. Our South Carolina corporate office, located at the address and telephone number shown below, employs a largely remote workforce, with team members serving clients across the US and Canada. Within a staff of more than 600, Gordian has more than 300 JOC professionals with extensive experience in all areas of consulting, planning, construction, information management systems, database administration, construction cost data, estimating, training, project management, operations and maintenance. The Gordian Group, Inc. 30 Patewood Drive, Bldg. 2, Suite 350 Greenville, SC 29615 800-874-2291 Joie Serra, Region Director for Pac North will manage the Washington -based team of David Ruelas, Senior Account Manager, and Charles Meyer, Account Manager. The breadth of support provided to the City is not limited to the direct day-to-day interaction with this management team, but will cover all aspects of our organization dedicated to supporting our JOC clients. Gordian is the best -qualified firm to provide the requested products and services for the following reasons: • We are the leading firm that can provide single point responsibility for all of the products and services necessary for a JOC program. We prepare, customize and support, with in-house staff, the Contract Documents, Construction Task Catalog, Technical Specifications and the JOC Information Management System that we provide to our clients. We do not rely on third parties or independent vendors, and we do not subcontract or white -label third -party products. We will be 100% responsible for the success of your JOC program using in-house resources for software, data and services. • Gordian has successfully implemented and supported our JOC solutions for over 250 public owners throughout the United States, including the City of Bellevue, Snohomish County, Port of Everett, and City of Everett. Since 2015, Gordian JOC systems have enabled the procurement of more than $9 billion dollars in renovation, repair, maintenance and new construction work, with more than $4 billion dollars procured in the past two years alone. c c� N O C. 0 a` c M c 0 U 2 d Em O 0 3. 30 Patewood Drive, Suite 350, Greenville, SC 29615 P: 800.874.2291 E: info@gordian.com w: www.gordian.com Packet Pg. 38 2.3.a March 12, 2020 Page Two Building a JOC program takes more than preparing customized documents and providing software. The devil is in the details. Our experience provides us with the knowledge to develop a comprehensive, fully functioning JOC program that will deliver the most value possible. We possess the best personnel, software, and construction cost data in the industry. No other firm has our knowledge, experience and available resources for establishing and managing JOC programs. We appreciate the opportunity to present our Proposal for Job Order Contracting products and services to the City of Edmonds. If you have any questions concerning the information provided in this response, please contact me at (800) 874-2291 or R. Horn&gordian.com. Sincerely, leaac% {{ow,r Randy Horn Director of Business Development, Western Region D Patewood Drive, Suite 350, Greenville, SC 29615 r: 800.874.2291 e: info@gordian.com w: www.gor Packet Pg. 39 2.3.a Approach Gordian has assembled a team of over 300 full-time JOC professionals throughout the country that have extensive experience in all areas of consulting, planning, construction, information management systems, database administration, construction cost data, estimating, training, project management, operations and maintenance. As industry leaders, we fully understand the problems and complexities that our clients face each and every day. We operate under a team concept that allows for the liberal transfer of personnel, ideas and information, providing our clients with a truly integrated project delivery approach. Gordian has hand picked a team for the City's JOC program that has a proven track record of working together and bringing strong expertise, responsiveness and client focus together on behalf of their clients. A description of all phases of Gordian's approach to developing, implementing and supporting JOC programs is provided below. Gordian will provide any and all services required by the RFP or offered in this proposal to ensure that the City of Edmonds ("City") has a successful JOC program. Methodology The core of Gordian's approach to JOC is the rigorous and proven process we will follow to identify the City's needs and create a customized Job Order Contracting program around those needs. We do not cobble together generic unit price books or limited purpose software off the shelf and try to make them work. Our experience has taught us that to achieve maximum performance, a JOC program needs to be carefully crafted using a disciplined and thorough process. The process has been time tested and designed to minimize the effort required by the owner while producing maximum repair, alteration and minor construction results. Gordian will provide on -going technical support for the City's JOC program for the duration of the contract term, including outreach and education initiatives, JOC program updates to the Contract Documents, Construction Task Catalog and Technical Specifications, Job Order development services, additional contractor procurement, contract implementation support and training, and IMS maintenance, upgrades and system support. Gordian's job order development services, which will be included for all Job Orders, include onsite assistance with the Joint Scope Meeting, development of the Detailed Scope of Work, review and revision of the JOC contractor's Price Proposal and facilitation of the NTP from the City to the JOC contractor. Additional detail on these services will be available to the City during the evaluation process if requested. Work Plan The Work Plan for our comprehensive Job Order Contracting Solutions details the major resource components necessary for a successful JOC program: Data, Technology and Services. A detailed description of our approach to develop, implement and support the City's JOC program is provided below. Program Development The Program Development process incorporates all the activities necessary to establish the structure of the City's JOC program. While JOC is a method of procurement, it is very different City of Edmonds 2.2 Proposal for JOC Consulting Services Packet Pg. 40 2.3.a Approach from the traditional methods and many factors must be considered when organizing a JOC program. We will assist the City in making educated decisions about the structure of its JOC program, from the minimum and maximum value of the contracts to the geographic area supported by each contract. We will not reinvent the wheel or learn as we go. We will bring with us our experience and knowledge gained from other similar facility and infrastructure owners. To ensure a successful JOC program, the proper policies and procedures must be prepared and implemented. Our experience will enable us to develop a comprehensive set of Execution Procedures that adhere to the City's general operating and organizational philosophies, as well as the applicable provisions of the State of Texas governing Job Order Contracting. These Execution Procedures must incorporate all phases of the JOC process. Specific issues that must be addressed include: • Project Initiation How is a JOC project identified? Who approves projects for JOC? When is a JOC Project Number assigned? How is the JOC Project Number to be structured? • Project Development How will a preliminary Detailed Scope of Work be documented and refined? Who needs to attend the Joint Scope Meeting? What documentation will a contractor submit with the Price Proposal? Will liquidated damages apply? • SDB Compliance Procedures What compliance forms will the contractor submit with each Price Proposal? Who will verify compliance? What documentation will need to be developed? • Permit Procedures Are permits required for a specific project? Are permit requirements different for different buildings or uses? How and when will permits be submitted? Who will verify permits? What documentation will need to be developed? • Project Review and Approval Who will prepare the independent estimate? What pricing source will be used to develop the independent estimate? Who will verify the estimate? What documentation will need to be developed? Who will review the contractor's Price Proposal and how? Who will approve and sign Job Orders? • Construction Inspection and Acceptance City of Edmonds 2.3 Proposal for JOC Consulting Services Packet Pg. 41 2.3.a Approach Who will inspect the ongoing JOC work? Who will accept the final JOC project? Who will provide quality assurance? How will submittals and shop drawings be handled? What documentation will need to be developed? • Project Close Out Procedures Who will certify final completion? How will the close out documentation provided by the contractor be handled? How will warranty information be filed and tracked? • Payment Policy and Process Who will certify final payment? What documentation needs to be submitted with a JOC payment request? What is the step by step payment process? Our experience has given us insight into each of these issues and allows us to make proven, efficient and cost effective recommendations. We propose to organize and manage a series of conferences and meetings with key City staff to identify and detail specific internal Execution Procedures. Each procedural step and policy will be fully documented in written Execution Procedures for the prevention of fraud, waste and abuse. Construction Task Catalog (Unit Price Book) The construction cost data we provide is unmatched and provides the most comprehensive, accurate and detailed cost data availabe in the market today. When we build a new Construction Task Catalog, we start with our 380,000 task database that is continually improved and updated. As part of our ongoing support role, we produce updated Construction Task Catalogs for each JOC solicitation, which can be intended for general construction or a range of specialty work including paving, painting, electrical, plumbing, demolition and more. Gordian's dedicated construction cost data team works nonstop, year after year, to ensure our JOC clients are using the most accurate, up- to-date construction cost data available. Research E� pedioged team of €onstruction cost researchers who source local materialr labor and equipment pricing, Engineering Dedlratedtedrn of €Dst engineers with Specialties irr, Civil, meclmnical, electrical, plumbing etc. Anaiytics 19 Vedifate� team of data sr:ie ntists reNgporigibl2 for statistical validation of cost data. QA & Delivery Q> oedi€ated team of catalogue trlginte rs a rlSuring data fidelity for el ient specifi Ms. The construction cost database is continuously researched through a structured, formulaic methodology that ensures accuracy and consistency across all tasks. Each line item contains national, City of Edmonds 2.4 Proposal for JOC Consulting Services Packet Pg. 42 2.3.a Approach regional or local material, labor and equipment costs, targeting the appropriate source for each. During the course of each year, Gordian's cost data team performs the following tasks: Our construction cost database is built using unmatched expertise that relies on exhaustive research coupled with decades of historical data analyzed by our team of data scientists to ensure any pricing anomalies are identified, reviewed and verified prior to publication. No firm in the world can match the level of resources we've dedicated to ensuring the accuracy and breadth of our construction cost database. Research Development Methodology logy * Material Price Indicators * Modifiers * Live Dala Requevs + Union Wages + Davis - Bacan Prevailing Wages Local Requirements * Rental Equipment CDr. tF. City of Edmonds 2.5 Proposal for JOC Consulting Services Packet Pg. 43 2.3.a Approach During the past 31 years, our team of experienced cost estimators has prepared more than 3,000 customized Construction Task Catalogs, specifically designed for JOC programs. Gordian CTC's support over 380,000 construction tasks, with prices that are localized and time specific for each contract publishing. This work involves a team of over 50 people including cost engineers, cost researchers, data scientists, quality control experts, and data collection tool developers. The data consistency is a product of over 22,000-man hours of cost research efforts every year. Construction tasks are derived from the combination of materials, labor and equipment cost compiled together by an algorithm, that proportions each element as it is required to complete each task, and a determination of the hours of work (productivity) involved per task UOM. Data science and quality control contribute to the consistency and the segmentation of cost, to determine drivers that are statistically defendable at the local, regional or national level, utilizing 100 years of cost collection data delivery. Every year Gordian revalidates tasks (27,000 last year) to update work to today's construction standards. The results of this work produce fair and equitable, mean costs, that represent the midpoint of localized bare construction cost data (does not include overhead or profit for the prime or sub -contractors). The adjustment factor submitted should include these costs. Gordian continually enhances the breadth of our task portfolio to keep up with current construction trends and utilizes our experience with over 600 active JOC programs to provide the construction tasks that make for a successful program. Revision Methodology As part of our ongoing support role, we will produce an updated Construction Task Catalog for each new City JOC contract. When we notice areas for improvement, we bring in our cost estimating and engineering team to incorporate the improvement into the very next published book using our DMAP (Database Manager and Publishing) software and its component pricing capability. As described above, Gordian has substantial resources dedicated to the continuous tracking, updating and development of construction costs. Our construction cost database is updated every day to ensure that the unit prices provided as part of each bid package are the most accurate on the market today. Updates are not an "as -needed" exercise; they are performed continuously across all markets to ensure that when updated cost data is required, it's readily available in all 930 geographic regions served by Gordian's Construction Task Catalog. No other firm can come close to matching the dedicated resources and expertise of Gordian when it comes to building an updated, accurate and flexible construction cost database. In addition to continuous updates, Gordian's account team will work with our Data and Engineering team to develop and publish any construction tasks identified as recurring non-prepriced tasks during a previous JOC contract term. Localized Pricing We use local prevailing wages and local material and equipment costs (which we obtain directly from local subcontractors and suppliers) to price our Construction Task Catalog. That allows us to be extremely accurate. The pricing of the Construction Task Catalog will be specific for the City and will incorporate current actual local equipment and material prices, along with local area prevailing wage rates. Gordian currently serves several agencies surrounding the Snohomish County metropolitan area and the City of Edmonds. We are continuously collecting, analyzing and compiling new and updated construction tasks within Snohomish County and the surrounding area. City of Edmonds 2.6 Proposal for JOC Consulting Services Packet Pg. 44 2.3.a Approach If any items are not already included in our database, Gordian will gladly develop them for the City. These new tasks will be for the exact construction product or material that the City requires for its projects including, if necessary, unique owner supplied material and equipment. Prior to the publication of any new Construction Task Catalog, Gordian can identify and provide all non- prepriced tasks approved by the City under the previous contracts. Working directly with the City, Gordian can create line items for recurring non-prepriced tasks which are anticipated for the new contracts. We understand that new technologies and materials are being developed every day, as these materials become available, Gordian will assist the City with incorporating these new tasks into current and future Construction Task Catalogs. Technical Specifications — We have prepared more than 3,000 sets of Technical Specifications specifically for JOC. The Technical Specifications will include the same CSI specification numbers as the applicable tasks, and dictate the quality of the workmanship and the quality of the materials for the tasks detailed in the Construction Task Catalog. Customization of the JOC Technical Specifications will also allow the City the flexibility to standardize equipment and materials. Preferred vendors and suppliers can be incorporated into the Technical Specifications with the City having the final approval of "or equal" substitutions. Procurement Support This phase incorporates all the activities necessary to establish the structure of the City's JOC program, inform internal City staff and the contracting community about JOC, and procure the JOC contractors. Specific services will include preparing and conducting an external marketing program, an internal marketing program and pre bid seminars. External Marketing and Outreach Program Gordian proposes to coordinate and conduct the external marketing of the JOC concept to the local contractor community. The purpose is to explain the JOC concept to the local contracting community. We will accomplish this portion of the program by meeting with various contractor groups, trade organizations and bonding companies, as necessary, in order to solicit support for the JOC program. Intending bidders will have many questions and concerns that must be fully addressed before they will feel comfortable in submitting a bid. Internal Marketing Program Gordian will conduct internal marketing of the JOC program by holding orientations and seminars for the City. These orientations and seminars are essential in obtaining staff support and cooperation. Pre -Bid Seminars A central feature of Gordian's procurement plan for Job Order Contracting is the pre -bid seminar for intending bidders. Since most facility owners want to attract local contractors, but often many of the local contractors are not familiar with the JOC process, it is essential that a proactive educational program occur prior to bidding. Gordian believes that the increased information exchange between the owner and the intending bidders will lead to a better understanding of the JOC program, less bid risk for the contractors and ultimately, lower bids. City of Edmonds 2.7 Proposal for JOC Consulting Services Packet Pg. 45 2.3.a Approach The first section of the pre -bid seminar focuses on explaining the overall JOC process, the number, size and types of JOC contracts being bid, and an in-depth discussion of the owner's expectations for the JOC contractor. The second section presents information on understanding and applying the Construction Task Catalog, the costs that must be included in the Adjustment Factors, and different methods for the contractors to calculate their Adjustment Factors. Contractors are also taught how to build sample Price Proposals. This section concludes with an extensive question and answer session. If the client prefers, this seminar can be presented in two separate sessions. We will take the lead in reaching out to local contractors to inform them about JOC. We will prepare and conduct extensive pre -bid conferences that have been refined over time to secure for the City the very best qualified contractors at a meaningful, competitive price. Gordian will assist the City throughout the procurement process. In addition to the pre -bid activities outlined above, we will assist with the evaluation of bids and the contract awards, as requested by the City. Software Gordian will include unlimited access to our IMS (the "JOC Software") that is required to run a Gordian JOC program as part of our deliverables. Our JOC Software is capable of generating all of the JOC documents, including the contractor's Price Proposal, the independent estimate, Job Orders, and all management reports and forms. Our proven software was specifically designed to support JOC programs and will be configured to meet the information management needs of the City's JOC program. It is essential to optimizing the efficiency and convenience of a Gordian JOC system. Gordian's JOC Software is a web solution, making it accessible anytime and anywhere there is an Internet connection. Best of all, the JOC Software can handle an unlimited number of Users, Job Orders, Construction Task Catalogs and other information. As part of the JOC System License, the City will receive with a Gordian JOC solution, you will be provided with unlimited access to the JOC Software for the term of the contract. The JOC Software is a critical component of any JOC program, and it must be designed and configured specifically for JOC. Gordian's JOC Software was developed using 30+ years of experience in managing JOC programs, and it ensures efficiency, ease of use, and maximum control at each step in the JOC process. For instance, our JOC Software enables tracking of price proposal revisions to ensure no changes go unnoticed, locks adjustment factors and unit prices to ensure no price manipulation can occur, and can generate custom reports and forms which will enable the City to tailor the software to its workflow, and ensure proactive management with advanced reporting capabilities. Additional information, including a full demonstration of our JOC Software, can be provided either in -person or remotely upon request. The JOC Software contains functionality that is used to track and report on Job Orders. The primary modules are for Price Proposal development and review, but others include the ability to manage budgets, contractor evaluations, invoices, logs, meetings, submittals, tracking dates and more. Gordian will work with the City to develop the program and infrastructure procedures and administration processes necessary for success. Our implementation experts are experienced with working with information system professionals in coordinating all aspects of the system software. City of Edmonds 2.8 Proposal for JOC Consulting Services Packet Pg. 46 2.3.a Approach The City will find that our JOC Software is extremely powerful and flexible when it comes to security, integration and reporting. Gordian is successful at producing great JOC software because we understand JOC and we build our software to the expectations of our users. This was a challenging task considering we have almost 8,000 users. Our software accomplishes three important goals that are common with all of our users: • Security at all levels: users, groups, forms, fields and reports. • Ease of use: works like other applications to reduce the learning curve. • Flexible: must adapt to the user's specific environment through configuration. In addition to these goals, the JOC Software accomplishes more than any other JOC information management software in the way of- Import/Export: ability to import data from other systems and export in almost any format. • Support and Maintenance: unlimited support and maintenance. • Updates: no user action required. • Hardware Requirements: any computer connected to the Internet. • Features and Components: more features and components and management capability than any other software package. • Architecture: Built with Microsoft's .NET development tool utilizing Microsoft's SQL Server as the database. Security At the top level of security is the System Administrator. This person has complete access to all of the Software features. They can make custom changes to components, add or change users and groups, and configure security settings. It starts with the administrator's module. Only administrators can see this module in the software. From there administrators can manage security settings. Administrators use this tool to establish users and groups, add users to groups, and apply permissions for each user and group as needed. The administrator can apply, read, modify and delete privileges for users and groups at any level in the JOC Software. For example, some groups may not have access to a project, others may have read only access, others may have full access, and others may have access to only select fields. This is the most flexible security system of its kind. Ease of Use • Reports and forms are linked to components, making it simple for users to find the forms and reports they need. • Email is integrated with the users email system. Thereby allowing a tracking history of emails sent out. City of Edmonds 2.9 Proposal for JOC Consulting Services Packet Pg. 47 2.3.a Approach • Users can copy information from and to popular programs like Word and Excel and the format is maintained. • The JOC Software allows the user to use common formatting features to format text. This can make Detailed Scopes of Work and other documents more readable. • There is a spell checker to help with the spelling in text fields. Flexible No two facility owners are the same and therefore, the software to manage their JOC programs should not be the same. The JOC Software allows administrators to configure the way it works for their organization. It can have components removed that are not being used, field titles changed to reflect use, lists modified to perfectly match existing systems, forms and reports created or modified exactly as needed, security applied at any level, and policies set to control how it works. Import/Export The JOC Software provides a number of ways to import and export data. The simplest of these is to copy and paste the information to or from another source. It also makes extensive use of XML, a protocol now understood by most popular applications and the Internet. Exporting information can also be accomplished with the reporting tool. Every form or report can be exported in several formats including: PDF, Excel, Word, Rich Text and Text. Software Support and Maintenance In terms of supporting and maintaining system applications for JOC, Gordian is the most experienced firm. Our in-house software design and development team created and supports the JOC Software. They are available 8:00 AM EST — 10 PM EST, Monday thru Friday. When you need help, we are there. Our JOC Software is a web -based information management tool that aides in every aspect of the JOC process. It is imperative that we ensure it is properly configured for your JOC program. Together with your staff, Gordian will fully test the system and certify that it is optimally configured according to your requirements. We will provide unparalleled support following the configuration and testing of the software. The support will be a combination of on -site personnel, remote access and a toll -free support hot line. No action is required by the end user to update the software. As updates are completed and fully tested they are immediately made available to all users. A message is placed on the login web page to notify users prior to the release of an update. This message will include a link to instructional material, when necessary, so that the users can become familiar with the update before it is released. Hardware Requirements Being a web -based application, any computer device with access to the Internet can use the JOC Software. A broadband connection of lmbps or higher is recommended, and an internal processor speed of 1GHz or above. It is operating system independent, so users on Windows, Mac or Linux City of Edmonds 2.10 Proposal for JOC Consulting Services Packet Pg. 48 2.3.a Approach based operating systems can access the application with any leading web -browser (Internet Explorer 9+, Chrome and Firefox). Features and Components The JOC Software manages all aspects of the JOC Process, and will also fulfill the Option 2 Scope of Services estimating function at no additional cost to the City. The primary function is to manage Job Orders within projects. Users can track budgets, locations, people, meetings, cost estimates, Proposals, Proposal reviews, submittals, subcontractor and MBE/WBE participation, project logs, invoices, evaluations and tracking dates. The following is a description of each of the features and components, including features and functionality that are currently in development and will be provided to the City upon release. • Project Basic information is entered for the project such as project number, title, and description. • Job Order Pertinent Job Order information can be entered on the Job Order screen. Job Order number, title, status, contract, schedule, work type, specialties involved, drawings and submittals required, special instructions, the final Detailed Scope of Work and notes. Project Managers will rely on this information daily to view new projects. • Budget Budget information can be added and tracked for a Job Order based on specific budget lines. • Workflow The JOC Software creates an orderly progression through the Job Order stages including initiation, Joint Scope Meeting, RFP, Price Proposal review, authorization and NTP; ensuring each stage is completed before moving to the next. • Location One or several locations can be added for a Job Order. The locations tie back to a list of locations to give consistency between the job Order and full capability to do proper tracking. • People Any people associated with a particular Job Order can be added for easy reference and tracking purposes. • Meeting You determine the types of meetings necessary and track information such as dates, times, attendees and notes. Typical meetings might include Joint Scope Meetings and Pre -Construction Meetings. • Cost Estimate You can develop cost estimates for each Job Order. The cost estimate can utilize the Construction Task Catalog data, which reflects current prevailing wage rates, and equipment and material prices researched and adjusted for the San Luis Obispo construction market. The cost estimate can be used City of Edmonds 2.11 Proposal for JOC Consulting Services Packet Pg. 49 2.3.a Approach to establish accurate budget information and comparisons between initial estimates and proposed project costs are readily available. • Price Proposal The contractor can quickly create a Price Proposal utilizing the electronic Construction Task Catalog. The Adjustment Factors are entered during setup of the software and are automatically applied to tasks as they are entered. Like estimates, the contractor can develop several Price Proposals for one Job Order and combine them when responding to a request. When new tasks are needed, the user can easily create them in custom catalogs and use them on any Job Order. Co - authorizing of Price Proposals can be enabled to track which user made changes and when. The system will prevent changes to the price proposal once it has been submitted to the Owner or Contractor. When Supplemental Job Orders are issued, the system allows "child" job orders for additional work when there are changes in scope, unforeseen conditions, etc. • Proposal Review The JOC Software automatically scans the contractor's Price Proposal for errors to determine if the proper Adjustment Factors were used and to confirm that the math is correct. It also compares revised Price Proposals to previously submitted Price Proposals saving the client's Project Managers hours of review time while keeping an audit trail of all changes. The Project Managers can enter notes and alternative quantities for each task and transmit their comments to the contractor. All Price Proposals received are saved to preserve the audit trail. Proposal Review Notes provide a conversational history of the online proposal review process. • Subcontractors and DBE/MBE/WBE Our JOC Software tracks subcontractor utilization by Job Order to track the utilization of small, minority, women or disadvantaged owned businesses. The contractor can also use this tool to track subcontracts and payments to subcontractors. • Evaluation Project Manager's will have a customizable evaluation form to critique the contractor's performance on each Job Order. This feature tracks a contractor's performance and leads to performance improvement. • Tracking Dates You can track an unlimited number of dates in the JOC Software. Update dates and statuses with the click of a button as each milestone is completed. • Contract Close-out Officially close-out contracts when they've expired or reached capacity. • Forms Forms are driven by Crystal Reports, the leader in data formatting and reporting. This will give you the power to create forms and documents needed for JOC like never before. Users can produce any form a Project Manager may require from a Notice of Joint Scope Meeting to a Project Closeout Form. Project Managers can spend their time managing construction, not typing. Forms are easily City of Edmonds 2.12 Proposal for JOC Consulting Services Packet Pg. 50 2.3.a Approach organized with the same interface that you use to organize your JOC information. You can also link forms and reports to any icon in the explorer to give you one button printing. • Management Reports Like forms, management reports are also driven by Crystal Reports and the JOC Software's reporting capability is flexible enough to handle just about any request. A report can be created to list every project in a program area or managed by a particular Project Manager. Reports can be created which list a certain group of projects and the critical dates for each such project. This allows the Project Manager or administrator to track the progress of a certain project or series of projects. Reports can also be created that provide information such as how much volume was completed by each contractor or for each program area. Sample forms and Reports are included in the Appendix of this proposal. Administration You can control every aspect of the JOC Software from the administration module. Edit lists, modify forms and reports, change program policies, add users and change security settings are just a few of the controls. The easy to use interface will have you up and running within minutes. • Security There is a security module that manages both user and groups. The security can be set for each field within the JOC Software. Each user and group is given or denied read, write, modify and delete access to every aspect of the software including administrative functions. • Find Find is a feature that works with almost all components in the JOC Software. This tool is used when a user is searching for information within the JOC Software and needs to find it quickly. It is most often used with the Construction Task Catalog to find specific tasks. • Online Help Help is a keyboard stroke away. The context sensitive help will provide you with specific help on the component you are using at that time. You can also use Index and Search to find help on other topics. Training Gordian will be responsible for providing a comprehensive JOC Master Training Program, which will include different course modules so that all elements of the City and JOC contractor staff will receive specialized training. Gordian will develop and publish all training aids and materials necessary to support the JOC training courses. The JOC Master Training Program will be modified to fit the City's processes and procedures. Below is a description of each module: The JOC Overview Module is a general purpose introduction designed to familiarize the City staff with the JOC concept. Topics include an overall JOC orientation as well as a discussion of how JOC will be implemented. In addition, JOC is presented from a contractor's perspective so the City staff City of Edmonds 2.13 Proposal for JOC Consulting Services Packet Pg. 51 2.3.a Approach can better understand the contractor's risk and potential reward. Included in this module is a discussion of how a contractor prepares a JOC bid. The JOC Contract Documents Module is a detailed discussion of the contractual terms of the contract. This module is designed for project managers and procurement staff. The contract documents are the "rules" under which the JOC program will be implemented. It is critical that key operational and procurement staff fully understand the Contract Documents. Copies of all materials and the contract terms and conditions are contained in the training manual. The JOC Program Execution Module includes a detailed, comprehensive review of the City's approved JOC Execution Procedures. Training for this module includes ensuring that the City facilities and procurement staff have a full understanding of the procedures and forms that will be used to approve JOC work. The Job Order Development Module includes training on a complete series of practical exercises designed to prepare a complete Job Order based on actual City projects. Gordian will be performing the Job Order development tasks for the City under this contract, but will provide an overview of the process for the benefit of City staff. The JOC Software Module provides a thorough overview of our proprietary JOC Software, designed for project managers. JOC Software training is provided for each step of the JOC process, from project initiation, to reviewing and validating a contractor's Price Proposal, to project closeout. Because the primary interface is Windows Explorer -based, the City staff will readily adapt to the user-friendly nature of our software. This Module is presented in a mixed lecture and practical exercise format using computer generated overhead projection materials, handouts and hands-on computer exercises. JOC Refresher Training Gordian will provide refresher training as needed or requested by the City. Our refresher training consists of a workshop discussion of all aspects of the JOC process and is offered to those who have had an opportunity to get some actual experience with the JOC process. The focus of this session is on the lessons learned and the sharing of those lessons with other staff members. We recommend that everyone attend at least two refresher training workshops; one after about a months experience and the second one after three months experience. Gordian will conduct as many training sessions as required to ensure that City staff and the JOC contractors are fully prepared to execute the JOC program. Training will include a comprehensive training/reference manual with sample Job Orders, flowcharts, and forms. Technical Support Gordian will provide ongoing technical support in a number of areas during the term of the contract. Specific technical assistance will include: JOC Program Updates During the term of the contract, Gordian will provide continual updates for the City's JOC program as follows: • Provide the City updated JOC Contract Documents for all new JOC contracts and JOC re -bids. This support will include: updating Construction Task Catalogs and Technical Specifications; monitoring recent changes and recommending improvements to the Contract and General Conditions to clearly specify the requirements of the City; further developing and implementing pre -award criteria; identifying new processes to further define contract City of Edmonds 2.14 Proposal for JOC Consulting Services Packet Pg. 52 2.3.a Approach requirements and contractor capabilities to ensure that the City retains qualified JOC contractors; and customizing the JOC process and documents to meet the ever changing needs of the City. • Provide procurement and marketing support during the solicitation of JOC contracts. This support will include preparing all necessary documents and notices, preparing and participating in all pre -bid conferences, external marketing to the local contracting community, evaluating the contractor's proposed management plan, staffing and personnel plans, and assisting new contractors during mobilization. Project Organization and Staffing With an employee count of more than 600, including more than 300 JOC professionals, no other firm can match the level of experience Gordian possesses in connection with the advertisement, evaluation and award of JOC contracts. The breadth of support provided to the City is not limited to the direct day-to-day interactions with our account management team, but will cover all aspects of our organization dedicated to supporting our JOC clients. Gordian's direct support for the City's program will include members of the following teams: Program Development, Program Management, Software and Construction Cost Data. Additional resources are provided by Program Analysts, Product Management, Engineering Cost Research and Customer Support. Organizational Chart CITY OF EDMONDS W A S H I N G T 0 N Program Development I Program Management Director of Develop & Implementation Kelly Mingle 1p Contracts & Execution Procedures Laura Albright Erica Ventura Senior Account Manager David Ruew Account Manager Charles Meyer L Software & Data VP, Product VP, Data & Director of Customer Management Software Experience Ted Kali Mike Hailingsimrth Bill Duff JOC Product Construction Task Catalog &Technical specifications Customer Support Team Team Paul Cowan John Melin I Engineering & Cost Research Team City of Edmonds 2.15 Proposal for JOC Consulting Services Packet Pg. 53 2.3.a Approach Program Management Key Staff is comprised of three Program Management team members. This team is led by Joie Serra, Region Director of the PacNorth Operations. Ms. Serra is the JOC Project Executive with primary oversight of the development of the City's JOC system. She becomes the management point of contact for communications with the City, relevant stakeholders, and the public. Reporting directly to Ms. Serra, David Ruelas, Senior Account Manager will serve as the Lead Consultant/Project Manager for the City's JOC program. His primary responsibilities will include overseeing the implementation phase, training, and day-to-day management and support of the City's JOC program. Mr. Ruelas will collaborate with the City staff as part of their JOC bidding process, and assist to develop and finalize bidding documents; customize the Construction Task Catalog; participate in pre -bid presentations; conduct scope identification and proposal review; and assist with JOC Contractor training. Mr. Meyer will be directly supported by Charles (Chuck) Meyer, Account Manager for the City's JOC Program. Mr. Meyer will assist with responsibilities that include day-to-day development, implementation, training and support of the City's JOC program. Program Development This team is led by Kelly Mingle, Director of Development and Implementation. Ms. Mingle will manage Gordian's activities relating to the compilation of bid documents, general conditions, and other program documents required to procure the City's JOC contractors. This includes the citation and incorporation of best practices during each rebidding process, and providing standard work for contractor outreach and pre -bid meetings. The team includes a Contracts and Execution Procedures Specialist, Laura Albright, and works under the guidance of our Vice President and General Counsel, Ammon Lesher. As a licensed attorney, Mr. Lesher will work with Ms. Mingle and her team to ensure all contracts and bid documents meet City requirements. Software and Data The Software and Data team is led by Noam Reininger, Chief Data & Product Officer for Gordian. Mr. Reininger leads all aspects of product development and management, including product & data strategy, innovation, software development & data operations. He will be supported by Ted Kail for Product Management; and Mike Hollingsworth, VP of Data and Software, together with John Melin and Paul Cowan for Estimating services. Implementation and Project Schedule Gordian can develop and implement a JOC program for the City within 120 days of the receipt of a contract. Meeting the 120-day schedule will require working as a team. An Implementation Schedule is provided at the end of this section. Timely response from the City staff to our requests for information and requests to review draft documents is critical to the development and implementation process. We are aware that your staff has multiple demands placed on them in addition to your JOC program. Experience has shown us that it is best to work in our client's facilities during the early stages of the contract, so we are available to meet with client staff at their convenience. We request that the City assume the following duties and responsibilities: City of Edmonds 2.16 Proposal for JOC Consulting Services Packet Pg. 54 2.3.a Approach • Review all documentation and requests for information submitted by Gordian in a timely manner. • Provide full information regarding requirements for the JOC program, including but not limited to, facilities lists, current Owner procedures, programs, technical specifications and bidding information. • Designate, in writing, a representative who shall render or obtain decisions pertaining to the JOC program in a timely manner. • Provide work space and access to the Internet, copiers, printers, facsimile machines, and local telephone service for use by Gordian's on -site JOC development staff, which shall consist of two on -site employees during the program development phase and one employee during implementation and support phases. • Provide reproduction services for the Construction Task Catalog, Technical Specifications, Contract and General Conditions, Instructions to Bidders and Bid Forms, including the bid packages distributed to construction contractors. City of Edmonds 2.17 Proposal for JOC Consulting Services Packet Pg. 55 o • Meeting GISP 01 _ L N rn �� o Gordian Task City of Edmonds 2.3.a �LQ°cYn �U c, �o� a)� >_ �� �CityTasl< JOC Program Development and Implementation Schedule �rW0Q0����E o " :� o - L L Proposal for Consultant Services for CL 2 OL i U N O O (0 Job Order Contractin (JOC) System N o -F Y 3 L .� �_ J `�_ y L c•p U c � � oU c � " TASKS DAYS 01 Q (n d O U in d O U U U U maw, �onmrn�� ,.+��,��ro^,o� �nN�nrynryryo� mM.n�nmMo �c mo,o� MN�nNnNNo m mmo ,.,^�,� ro�,o a aae� aaa�a 000n 000no F� is moo ao�m�"mmaommmrnmmmmmmmm �o mmo a mm0000�00000�� 'a ✓ ✓ ✓ ✓ ✓ Orientation Kick Off Meeting •N / / / / ✓ / JOC Front End Documents Kick-off Meeting • City Compiles Draft Documents for Gordian Review 1 0 City Delivers Draft Documents to Gordian • Meeting to Discuss Method for Customizing Documents • d / Gordian Customizes City Documents for JOC Gordian Submits Draft Documents for City Review • sm City Reviews Draft Documents & Comments :r Meeting to Discuss City Comments • tv Gordian Revises Draft Documents r Gordian Delivers 2nd Draft for City Review • • • 0 U `m O p V / / ✓ / City Reviews & Approves Contract Documents Gordian Publishes Contract Documents ,/ ,/ Construction Task Catalog (CTC) Kick-off Meeting Gordian Provides Sample CTC for City Review ✓ / City Reviews CTC and Prepares Comments City Collects Sample Drawings for Gordian Review / City Delivers Sample Drawings to Gordian • • w v N CO) c Gordian Compares Drawings to CTC to Identify Additions Meeting to Discuss Changes to the CTC ✓ ✓ Gordian Customizes CTC (Create New Work Tasks, Delete Extisting Tasks) Gordian Provides 2nd Draft CTC for City Review City Reviews Current Draft CTC & Comments Meeting to Discuss Final Changes to the CTC Gordian Customizes CTC with Final Changes tOn Gordian Provides Final CTC to City • 0 City Reviews and Approves Final CTC U Gordian Publishes City CTC / ✓ / / / Technical Specifications Kick-off Meeting • City Compiles Specifications for Gordian Review tv City Delivers Specifications to Gordian • / ,/ Gordian Customizes JOC Specifications : O ✓ ✓ Gordian Provides Draft Specs for City Review • U L ✓ ✓ City Reviews Current Draft Specs & Comments m Meeting to Discuss Final Changes to the Specs • O ✓ ✓ Gordian Customizes Specs with Final Changes ✓ / Gordian Cross References City Specs with CTC Elmo ✓ ✓ Gordian Provides Final Specifications to City • L City Reviews and Approves Final Specifications ✓ ✓ Gordian Publishes Technical Specifications Organize Workshops for Execution Concepts tt ✓ Gordian Develops Draft Internal Execution Procedures Meeting to Discuss Draft Execution Procedures • N City Reviews & Approves Execution Procedures O ✓ Gordian Finalizes Execution Procedures Internal and External Marketing Presentations W / ✓ Gordian Conducts Internal Presentations for City Personnel • ,� / ✓ Gordian Conducts External Presentation for Contracting Community • O / ✓ ✓ JOC Software System Gordian Configures JOC Software System U 0 �a • U) 0. O a • v ✓ / Gordian Loads CTC into JOC Software Gordian Tests JOC Software / ✓ ✓ Gordian Conducts Client JOC Software Training Gordian Conducts Contractor JOC Software Training - After Contract Award Procurement Support for Job Order Contracts Gordian Provides Bidding Related Support Gordian Prepares Contract AdvertisementsAaw City Advertises Job Order Contracts ✓ ✓ ✓ ✓ Gordian Conducts Pre -Bid Conference Gordian Assists City with Bid Opening/Analysis +o Develop JOC Training Program & Reference Manual Q Gordian Conducts Client JOC Training - After Contract Award / ,/ ✓ / / Gordian Conducts Contractor JOC Training - After Contract Award Packet Pg. 56 ✓ ✓ ✓ ✓ Gordian Prepares Initial Project Package - After Contract Award Related Experience 2.3.a The Scope of Work for the following six clients include the products and services required by the City's RFP. EVERETT WASHINGTON City of Everett Services Provided: Implementation and Support of a Job Order Contracting Program, including Job Order Development, Construction Management, and Estimating Services Construction Value: $20,600,000 of construction completed to date Period of Service: July 2014 — On Going Reference: Ms. Theresa Bauccio-Teschlog, Purchasing Manager 3200 Cedar Street, Door #5 Everett, WA 98201 Tel.: (425) 257-8901 TBaucciogeverettwa.gov Gordian was awarded a contract in July 2014 for the full development and implementation of a Job Order Contracting program for the City of Everett. Projects vary in size and scope and occur throughout the area. The City has accomplished over $20 million in construction using JOC since 2014. Projects range in size from $10,000 to $499,000. Parks, Facilities, Public Works, and Transit Departments all use the program with a current pool of 15 managers participating. "We've had a JOC program for three years now, and we originally implemented it to improve staff efficiency. Now our city uses it for everything — minor seismic upgrades, roof repairs and ongoing street improvements. It saves a lot of time when writing specifications because you're working one-on-one with the contractor to find better means and methods to get work done. It really streamlines the process." - Theresa Bauccio-Teschlog, Purchasing Manager City of Edmonds 3.1 Proposal for JOC Consulting Services Packet Pg. 57 2.3.a Related Experience F County of Monterey Services Provided: Implementation and Delivery of a JOC Complete Solution and JOC Complete Solution+ Construction Value: $87,276,057 of construction completed to date thru 03/21 Period of Service: April 2013 — Ongoing Reference: Mr. Michael R. Derr Contracts/Purchasing Officer & Fleet Business Manager 1488 Schilling Place Salinas, CA 93901 Tel.: (831) 755-4992 Fax: (831) 755-4969 derrm@co.monterey.ca.us In April 2013, the Board of Supervisors for the County of Monterey awarded a sole -source consulting contract to Gordian for the development and implementation of a JOC program that includes Job Order development, construction management, and estimating services. With a current population of more than 415,000, the County of Monterey provides a wide range of services across a myriad of departments including: Hospitals, Parks, Libraries, Roads, Facilities, Social Services, Capital Projects, Agriculture Commissioner, Fleet, Human Resources, and Health. Gordian provides JOC solutions for the County of Monterey, which is responsible for the management, maintenance and repair of more than 3.8 million square feet of space in over 100 County facilities. Gordian has assisted with strategizing and scope development for various projects, ranging in scope from multi -trade remodeling projects, to hospital repairs, to road and parking lot improvement projects. Gordian manages and administers the complete JOC program on behalf of the County. Gordian involvement has significantly reduced the time investment from County project managers in the initial development and active management of projects in the field, as well as contractor coordination, allowing for increased project manager bandwidth in the development and oversight of other projects in the pipeline. County benefits have included: Increased construction and technical expertise to safeguard County interests. Complete contract understanding and enforcement, including effective contractor negotiation and claims avoidance. Accurate project documentation and closeout management for County historical record. County representation in the field and collaboration throughout process. Timely delivery of projects and ultimate end user department satisfaction. The County has eight (8) general contractors in three areas: 2 contracts specializing in hospital work (OSHPD), 3 contracts specializing in vertical work (building) and 3 contracts specializing in horizontal works (roads and bridges). The contracts represent an annual construction capacity of $40,000,000 available to the County. City of Edmonds 3.2 Proposal for JOC Consulting Services Packet Pg. 58 2.3.a Services Provided: Construction Value: JOC System Status: Period of Service: Reference: Related Experience Citv of Bellevue Development and Implementation of a Job Order Contracting Program, including Job Order Development $22,600,000 of construction completed to date Fully operational December 2009 — On Going Ashley Clericus, , JD, MBA, CPPB, CPCM, Assoc. DBIA Procurement Assistant Manager City of Bellevue 1205 Craftsman Way, Suite 200 Everett, WA 98201 Tel.: (425) 452-7252 aclericusgbellevuewa.gov Gordian was awarded a contract in December 2009 for the full development and implementation of a Job Order Contracting program for the City of Bellevue (City). The City has initiated more than 479 projects with $22.6 million in completed construction since the inception of the program. These projects range in size from under $10k to $491,000. City of Bellevue uses the Job Order Contract to target projects for Utility upgrades, facility modernization and repair, Right of Way repairs and improvements, Traffic revisions, and Roadway repairs. City of Edmonds 3.3 Proposal for JOC Consulting Services Packet Pg. 59 2.3.a Related Experience Port of ERETT Port of Everett Services Provided: Development and Implementation of a Job Order Contracting Program, including Job Order Development Construction Value: $6,200,000 of construction completed to date JOC System Status: Fully operational Period of Service: July 2014 — On Going Reference: Maija Lampinen, CPPB - Contracts Administrator 1205 Craftsman Way, Suite 200 Everett, WA 98201 Tel.: (425) 388-0606 maij alkl2ortofeverett.com Gordian was awarded a contract in July 2014 for the full development and implementation of a Job Order Contracting program for the Port of Everett (POE). POE has initiated more than 111 projects with $6.2 million in completed construction since the inception of the program. These projects range from under $10k to up to $500,000. Port of Everett uses the Job Order Contract to target projects for time sensitive procurement and technical execution with little design/documentation upfront. They rely on the program to deliver a no-nonsense procurement for quick transition into construction. They have used the JOC for critical infrastructure upgrades and repairs when a more traditional, longer procurement would have interfered with their operations. City of Edmonds 3.4 Proposal for JOC Consulting Services Packet Pg. 60 2.3.a Related Experience ��� 9AN798 9 r"q�1F04ti���County of • , Services Provided: Implementation and Development of a Job Order Contracting Program that includes, as -needed Construction Management and Estimating services Construction Value: $8,234,982.00 of construction completed to date thru 04-21 JOC System Status: Fully operational Period of Service: September 2015 — April 2021 Reference: Patrick Zuroske, Assistant Director General Services 105 East Anapamu Street Santa Barbara, CA 93101 Tel.: (805) 568-3096 12zuroske9coun1yofsb.org Gordian was awarded a contract in September 2015 to develop, implement and support a Job Order Contracting UOC) program for the County of Santa Barbara, General Services and Public Works Departments. The scope of work included establishing a customized JOC program for each department, ongoing support for the pricing system and JOC program, an unlimited license to the JOC information management application, development and management of the Construction Task Catalog, development of Technical Specifications, development of execution procedures, procurement support and ongoing training of County and JOC contractor staff Gordian successfully delivers millions of dollars in construction for the County, working closely with key upper level and project management staff, as well as high performing contractors. Construction Management services have been utilized on key projects requiring additional support and oversight in the field. Estimates are also provided for both JOC and major capital during early project development and budgeting phases. Gordian has worked to expedite the delivery of numerous projects for County, resulting in reduced staff time, design, and construction savings. Integration with existing County staff is critical to overall program success. Gordian continues to meet all contract requirements and exceeds expectations in the delivery of JOC services. City of Edmonds 3.5 Proposal for JOC Consulting Services Packet Pg. 61 2.3.a O O U D cqG/FORA Cou Services Provided: Construction Value: JOC System Status: Period of Service: Reference: Related Experience of Alameda Implementation and Delivery of a JOC Complete Solution with optional JOC Complete Solution+, and Estimating $36,000,000 of construction completed to date Fully operational June 2008 — On Going Alan Baxter, Chief Deputy, Operations County of Alameda, General Services Agency 1401 Lakeside Drive Tel.: (510) 208-9618 alan.baxter@acgov.org Gordian was awarded a contract in June 2008 to develop, implement and support a Job Order Contracting UOC) program for the County of Alameda. In 2019, the County increased the level of service provided by Gordian to include JCS, JCS+, and estimating services. The County of Alameda is responsible for the management, maintenance, and repair of more than 166 County -owned and leased facilities equaling approximately 6.7 million square feet of building space. The County provides a wide range of services to its 1.67 million residents. This includes court houses, social services, detention facilities, animal shelters, sheriff offices, roads and parking lots, and capital projects. Gordian provides JOC solutions for Alameda Counting, assisting with strategizing and scope development for various projects such as roof, chiller, and generator replacements, ADA repairs, and road and parking lot improvements. Gordian manages and administers the complete JOC program on behalf of the County. Gordian's involvement has dramatically increased the number of projects the county is able to complete annually. Gordian helps fill the project management void within the county. By utilizing Gordian and the JOC program, the county can tap into their contractors' expertise and experience to complete projects with minimal preliminary scopes of work. This partnership with contractors is instrumental in keeping projects on budget and bringing value engineering opportunities to the county. The County has five general contractors this year. The contracts represent an annual construction capacity of roughly $15 million available to the County. City of Edmonds 3.6 Proposal for JOC Consulting Services Packet Pg. 62 2.3.a Expertise of Project Team Project Team Experience Joie Serra serves as Region Director for PacNorth Operations. As such, she is the JOC Project Executive whose primary role will be oversight of the development and migration of the City's JOC system. She becomes the management point of contact for communications with the City, relevant stakeholders, and the public. Mrs. Serra has been with Gordian for 10 years and is currently responsible for operations of many Pacific Northwest programs. While the amount of time spent at each client is determined by the volume of construction being procured by that client, Ms. Serra anticipates devoting 15% of her time overseeing the team for the City's new JOC Program. During her time with Gordian, she has worked on the following JOC programs (current programs in bold): • Jackson Health System • Miami Dade County Schools • City of Miami & City of Miami Beach • City of Miami Beach • Broward County • Pinellas County • Palm Beach County • City of Portland • Anchorage School District • Hawaii Dept. of Education • Seattle Housing Authority • City of Kirkland • City of Everett • City of Bellevue • Snohomish County • City of Shoreline David Ruelas, Senior Account Manager will serve as the Lead Consultant/Project Manager for the City JOC Program. Mr. Ruelas has been supporting PacNorth region programs for more than four years, and will be the City's primary point of contact for all day-to-day activities associated with the implementation and execution of the JOC program. His primary responsibilities include assisting with developing the structure of the JOC program, as well as assisting with preparation of the contract documents, and development of the JOC execution procedures. While the amount of time spent at each client is determined by the volume of construction being procured by that client, it is anticipated that Mr. Ruelas will devote 20% of his time to the City. Mr. Ruelas will continue working with the following JOC programs: • Port of Portland • Anchorage School District • City of Vancouver • HUBWorks, US Postal Service • Seattle Housing Authority Charles (Chuck) Meyer will serve as Account Manager in direct support to the Lead Consultant/Project Manager for the City. Mr. Meyer has been supporting PacNorth region programs for more than four years, and has been involved in all aspects of the programs. Before joining Gordian Mr. Meyer worked for 5 years as a project manager on JOC projects for a local contractor. He will collaborate with Gordian and City staff as part of the City's JOC bidding process, will assist to develop bidding documents, and to customize the Construction Task Catalog. While the amount of time spent at each client is determined by the volume of construction being procured by that client, it is anticipated Mr. Meyer may devote 40% of his time to the City. Mr. Meyer has worked on the following JOC programs (programs in bold are current assignments): • City of Richmond, BC • Snohomish County • Whatcom Transit Authority • Community Transit • City of Everett • City of Bellevue • Port of Everett • City of Shoreline City of Edmonds 4.1 Proposal for JOC Consulting Services Packet Pg. 63 2.3.a Cost Gordian Fees A significant benefit of Gordian's approach to providing our JOC solutions is that we do not charge an upfront fee to our clients to implement a JOC program. Our contracts are pure performance - based contracts; we do not succeed unless you succeed. Accordingly, there is no risk to the City for the development and implementation of a Gordian JOC program since the City is under no obligation to use the program once it is operational. However, we are 100% confident that the City will see the substantial time and cost savings afforded by a Gordian JOC program. The pricing set forth below includes all of the development, implementation and technical support services required by the RFP, as well as the Job Order Development Services Gordian will provide for every project. The fees for these products and services consist of a City License Fee and Job Order Development Fee, as set forth below: City License Fee: One and ninety-five hundredths percent (1.95%) of the value of construction work procured through the City's JOC program; and Job Order Development Fee: Three and five hundredths percent (3.05%) of the value of construction work procured through JOC program. The City License Fee and Job Order Development Fee are payable upon the issuance of each Job Order by the City. It is important to note that the pricing set forth above includes additional training for new employees and contractors beyond the implementation period, which is included at no additional cost. Contractor License Fee In addition to the fees assessed to the City, Gordian will charge each JOC contractor a contractor license fee ("Contractor License Fee") of one percent (1.00%) of the value of each Job Order, Purchase Order, or similar purchasing document issued to the JOC contractor by the City. The Contractor License Fee is assessed to the JOC contractor in return for their access to our proprietary construction data and JOC applications, and is not a direct cost to City. Gordian is responsible for all administrative duties related to the invoicing and collections of the Contractor License Fee. The Contractor License Fee is payable by the JOC contractor when a Job Order is issued by City. JOC System License Gordian's implementation of the City's JOC program includes a license to our proprietary JOC System and other related materials. Our proposed License Fee is submitted with the understanding that City agrees to incorporate into any agreement between City and Gordian the following JOC System License: The Gordian Group, Inc. ("Gordian") hereby grants to the City of Edmonds (the "City"), and City hereby accepts from Gordian for the term of this Agreement, a non-exclusive, non -transferable right, privilege and license to Gordian's Job Order Contracting System and other related proprietary materials (collectively referred to as "Proprietary Information") to be used for the sole purpose of operating the City Job Order Contracting program. The City of Edmonds 5.1 Proposal for JOC Consulting Services Packet Pg. 64 2.3.a Cost parties hereby agree that Proprietary Information shall include, but is not limited to, Gordian's JOC software applications and support documentation, Construction Task Catalog® (also commonly referred to as a unit price book), training materials and other proprietary materials provided by Gordian. In the event this Agreement expires or terminates as provided herein, this JOC System License shall terminate and City shall return to Gordian all Proprietary Information in City's possession. City acknowledges that disclosure of Proprietary Information will result in irreparable harm to Gordian for which monetary damages would be an inadequate remedy and agrees that no such disclosure shall be made to anyone without first receiving the written consent of Gordian. City further acknowledges and agrees to respect the copyrights, registrations, trade secrets and other proprietary rights of Gordian in the Proprietary Information during and after the term of this Agreement and shall at all times maintain complete confidentiality with regard to the Proprietary Information provided to City, subject to federal and state laws related to public records disclosure. Gordian agrees to grant a license to each contractor that is awarded a JOC contract by City, provided the JOC contractor agrees to pay Gordian's contractor license fee at the time of contract award, and provided City includes licensing language in the JOC contract similar in form to this JOC System License. Upon expiration or termination of this Agreement as provided herein, Gordian shall provide all data generated by City in a form accessible by a standard database program, such as Microsoft® Access& In the event of a conflict in terms and conditions between this JOC System License and any other terms and conditions of this Agreement or any purchase order or similar purchasing document issued by City, this JOC System License shall take precedence. City of Edmonds 5.2 Proposal for JOC Consulting Services Packet Pg. 65 2.3.a Exceptions Gordian Exceptions to Terms and Conditions Section 3. Gordian is providing license to its Job Order Contracting System and other related proprietary materials (collectively referred to as "Proprietary Information'. All rights in Proprietary Information shall be governed by that license. Accordingly, Gordian request addition of the following language to this Section: "Use of Gordian's Job Order Contracting System and other related proprietary materials (collectively referred to as "Proprietary Information"), shall be governed by terms and conditions of the license agreement attached as Exhibit C." Section 6. Gordian's insurance policies will provide additional insured coverage through a blanket additional insured endorsement rather than an endorsement specifically naming additional insureds. Accordingly, Gordian requests replacement of the term "named" with "covered." Section 11. Gordian requests addition of a reference to the license agreement in the section. City of Edmonds 6.1 Proposal for JOC Consulting Services Packet Pg. 66 2.3.a Appendix - Supplemental Information ➢ Staff Resumes ➢ Sample Construction Task Catalog ➢ Sample Technical Specifications ➢ Sample Reports ➢ Sample Forms City of Edmonds 7.1 Proposal for JOC Consulting Services Packet Pg. 67 2.3.a Staff Resumes Noam Reininger Chief Product & Data Officer 4 years of employment with Gordian and over 15 years of Data and IT industry experience Education • B.B.A., Information Systems and East Asian Studies, University of Wisconsin Experience Gordian Mr. Reininger is the Chief Product & Data Officer responsible for the development of Gordian's portfolio of technology and data solutions that solve the unique challenges of the construction industry. Mr. Reininger leads all aspects of development including product & data strategy, innovation, software development & data operations. Other Experience Dun & Bradstreet As the Senior Vice President, Master Data and Data -as -a Service Solutions, lead global product management organization responsible for $330 million in annual revenue. Organization includes both strategy and execution teams with over 150+ cross -functional staff members responsible for D&B's Master Data & Data -as -a -Service Portfolio. DELL As the Director of Solution Centers started up and led an enterprise class pre -sales organization from the ground up. Hired, trained and lead a staff of 22 solution architects and oversaw multi- million -dollar facility bring -ups in Austin, Chicago, DC and New York. Engaged with senior government dignitaries and drove media relation activities. SALESVU As the Chief Operating Officer was a founding member, started up, staffed and oversaw offshore development and drove sales and marketing activities. Responsibilities included investor relations, strategy and operations. Packet Pg. 68 Staff Resumes 2.3.a Joann Medelman Vice President — West Region Operations 10 years of employment with Gordian Education • B.S. Business Administration; University of Phoenix Relevant JOC Experience Gordian As Vice President of the West Region, and formerly Region Director of this region with Gordian Ms. Medelman is tasked with overseeing JOC operations staff in the region, including Region Directors and their Program Management teams. She provides guidance to the Region Directors on client management, staffing and ensuring that critical communications and best practices are incorporated throughout the regional teams. Ms. Medelman has also served as a JOC Territory Manager responsible for oversight of the development and implementation and management of the JOC program in Southern California. She was the point of contact for all Southern California JOC and ezIQC clients. Her tasks include assisting with coordination and development of the pre -bid, advertisements, and development of contract terms and conditions. She worked closely with owners and our marketing group to develop and execute marketing and community relations activities related to the program. Other Experience Gerald Martin Construction Management Owners Representative/Construction Manager that managed over $287 million of work as an Owner's Representative from pre -design to post occupancy. Responsibilities included; Architect and Engineer selection, document review, preparing and leading pre -bid conferences, contract review and procurement, leading weekly construction meetings with project team, developing and delivering daily, weekly and monthly reporting and project close out. Intrawest — Director of Property and Construction Management Managed multiple luxury resort properties for international development firm. Managed staff of 50+, contractor and subcontractor workloads to ensure all construction projects were identified, procured and managed. Professional Associations • Member: Center for JOC Excellence Packet Pg. 69 2.3.a Staff Resumes Joie M. Serra Region Director, PacNorth Operations 10 years of employment with Gordian Education • B.S., Architectural Engineering; University of Miami, FL • A.A., Edison State College, FL Relevant JOC Experience Gordian As the Region Director, Ms. Serra is responsible for the overall development, implementation and continued support of the Job Order Contracting Program. Her duties include directly supervising and training all personnel assigned to the PacNorth client accounts. Ms. Serra previously held a position as Account Executive with Gordian, where she worked closely with upper management for JOC clients in order to maintain a successful and sustainable JOC program. This role created and utilized program reports consisting of data analysis and benchmarks. She was also responsible for identifying new revenue opportunities across Gordian's solution offerings and partnering with Gordian's product team to ensure innovations and enhancements to our services, data, and software satisfy clients' needs. Other Experience F.H. Paschen, S.N. Nielsen As a Project Engineer, Ms. Serra supported all Miami office contracts regarding permits, notice of commencement as well as project close out. She was responsible for preparing scopes of work, PROGEN proposals and estimates, developed schedules, field reports and submittals. Pulte Homes As an Assistant Superintendent responsible for in assisting on all phases of home construction. Constructed two sales models to new national specifications. Assisted customer relations manager on service appointments and homeowner meetings. Packet Pg. 70 2.3.a Staff Resumes David Ruelas Senior Account Manager/Lead Consultant 5 years of employment with Gordian Over 5 years of Construction Management experience Education • Masters, Urban and Regional Planning, Portland State University • B.S., Public Policy, Management and Planning, University of Southern California • A.A., Business Administration, Marymount College Relevant JOC Experience Gordian As the Senior Account Manager/Lead Consultant, Mr. Ruelas is responsible for assisting with developing the structure of the JOC program, as well as assisting with preparation of the contract documents. He also helps to prepare the JOC execution procedures and implement the JOC program. Mr. Ruelas has been responsible for JOC programs as Senior Account Manager for the following current and former clients: • Port of Portland • City of Vancouver • Seattle Housing Authority • Anchorage School District • HUBWorks, United States Postal Service Other Experience Bienestar As a Housing Director, coordinated and built relationships with local and state government. Presented developments to funding agencies within local, county and state partners. Worked and coordinated with architects, engineers, and planners for multifamily housing development. Handled all operational aspects of Bienestar properties including oversight of property management functions and property management agent (financial tracking, marketing and leasing, meeting compliance obligations, building maintenance and repairs). Collaborated with property management agent to prepare annual operating budgets and monitor conformance with them. Supervised property management agent, conducted regular inspections of properties to assess physical conditions and developed capital needs budgets, preventive maintenance plans, emergency response plans, and implemented capital improvement projects. Managed construction of all capital projects including new construction and rehabilitation of existing properties. Analyzed portfolio status, performance and financial position, made any recommendations, and reported monthly to Executive Director and Board committees. Ensured compliance with funding sources (HUD, LIHTC, RD, etc). Prepared and presented written reports internally to Executive Director, Housing Committee, and/or Board of Directors; and externally to governmental agencies, investors and funders. Packet Pg. 71 2.3.a Staff Resumes Hacienda Community Development Corporation Housing Development Associate responsible for preparing documents for funding real estate development projects. Coordinated Low Income Housing Tax Credits, state and city RFPs, conventional financing, loan closings and project construction. Provided project management and facilitation services to align the team, built momentum and kept the projects moving forward. Identified, cultivated and managed relationships with the Portland Housing Bureau, developers, market and finance professionals, architects, and planners to support the real estate development department. Pima Association of Governments As a Senior Programming Planner responsibility included managing and analyzing programming strategies to support development and approval of regional transportation improvement and capital improvement programs to maximize funding levels. Provided oversight to local governments for procurement of transportation construction projects including JOC and traditional procurement methods. Ensured projects were procured per state policies. Represented Pima Association of Governments in state and regional meetings concerning transportation projects and served as liaison with local agencies and other regional transportation planning and funding organizations. Prepared and presented financial programming scenarios to support development and selection of transportation financing alternatives. Provided technical support to development of local, Federal, and state transportation finance and project delivery plans. Tracked funding needs and interagency funding commitments for transportation projects and programs; monitored funding agreements with state and local agencies. Packet Pg. 72 Staff Resumes 2.3.a Charles (Chuck) Meyer Account Manager 4 years of employment with Gordian Over 19 years of Construction Experience Education B.S., Architecture, The Ohio State University, Columbus OH Relevant JOC Experience Gordian Mr. Meyer provides management services and communicates with clients to ensure JOC products and services are implemented and properly carried through. He conducts pre -bid presentations, assists with training of staff and new contractors, and responds to questions involving tasks in the CTC, bids or proposals. Mr. Meyer's JOC program experience includes the following: • City of Everett • Community Transit • Port of Everett • City of Bellevue • Snohomish County Other Experience Hazel Point Company As Project Manager and Lead Carpenter, duties included executing and managing all phases of construction. Supervised all subcontractor coordination including contract negotiation, change order log, and SOV approvals. Worked directly with architects. Forma Construction Co. Project Manager responsible for managing multiple projects simultaneously to complete over 80 JOC Work Orders in 4 years. Developed job means and methods of execution while value engineering project scope to meet jurisdictional budget requirements. Full project management from initial scoping to negotiation of contract, buy-out, procurement of materials, processing submittals, and securing change orders. Coordinated with superintendents to manage budgets, schedules, and subcontractors to deliver projects on -time and within budget. Trained and supported new employee PEs and Managers on adjacent JOC contracts within the company. Charles Meyer Design, LLC As the General Contractor, procured, bid, managed and supervised the project with responsibilities that included conducting value engineering meetings with the owner and architect. Coordinated, scheduled and supervised subcontractors and suppliers to deliver the completed project on time, within budget, and with desired quality standards. Certifications • Construction Management Certificate • OSHA 30 • 48-Hour Revit Certificate • Certified Lead Renovator Packet Pg. 73 2.3.a Staff Resumes Kelly Mingle Director of Development and Implementation 11 years of employment with Gordian Education • A.S., Environmental Design/Architecture, Cosumnes River College Relevant JOC Experience Gordian As Director of Development and Implementation, Ms. Mingle coordinates the accurate development and preparation of Contracts and General Conditions used to procure the JOC construction contractors. In her previous role as an Account Manager, Ms. Mingle was responsible for the implementation and continued support of the Job Order Contracting programs for the following: • California Administrative Office of the Courts • Sacramento County Other Experience County of Sacramento, Architectural Services Division Ms. Mingle was with the County of Sacramento for 9 years, serving primarily as a JOC Program Coordinator following one year as a Program Manager with the Architectural Services Division (ASD). Responsibilities included project management, supervision of 3 Project Managers, and coordination of the JOC program County -wide. ASD utilized JOC for the Sheriff, Probation, Parks, Courts, General Services, Department of Water Resources, County Airports System and Department of Transportation completing 300+ construction projects with a combined value greater than $88 million. Gap, Inc. While at the Gap, Inc., Ms. Mingle was the Senior Project Manager and was responsible for multiple, simultaneous retail projects including indoor malls, outdoor malls, and strip center locations throughout the United States and Puerto Rico. Ray Bailey Architects, Inc., MD While at Ray Bailey Architects, Inc., Ms. Mingle performed construction administration duties on a multi -phased, $85 million renovation/addition to The Mall of Columbia, Columbia Maryland. The Scope of the project included three new multi -level parking decks, a new two - level wing to the mall, relocation of the food court, and extensive site work. Packet Pg. 74 2.3.a Staff Resumes Laura Albright, CS1, CDT Development and Implementation Specialist 7 years of employment with Gordian Education • B.A., California State University/ Sacramento Bachelor of Arts - Design, cum laude Credentials • Construction Specifications Institute • Construction Document Technologist Relevant JOC Experience Gordian As a Development and Implementation Specialist, Ms. Albright is responsible for preparing the Contract and General Conditions that are used to procure the JOC construction contractors. Other Experience Gap, Inc. While at the Gap, Inc., Ms. Albright was a Project Manager and was responsible for multiple, simultaneous retail projects including indoor malls, outdoor malls, and strip center locations throughout the United States and Puerto Rico. Tech Events, Inc. While at Tech Events, Inc., Ms. Albright was the Director of Client Service, managed and implemented full delivery for corporate technical event logistics, composed and managed all client contracts and renewals, managed all aspects of client relationships, department and team coordination, and solutions implementation. Business strategy development and launch of sister company SolvD, marketing strategy, and social media strategy, content and implementation. Closed Loop, Inc. While at Closed Loop, Inc., Ms. Albright was the Director of Operations managing all aspects of facilities, finances, office operations, remote office coordination, business development and resource allocation. Borges Architectural Group While at Borges Architectural Group, Ms. Albright was the Design Project Manager and was responsible for all Interior Design projects, client services, design specifications, construction management, proposals and bid reviews. Packet Pg. 75 2.3.a Staff Resumes Erica Ventura Development and Implementation Specialist I year, 4 months of employment with Gordian 6+ years' experience in administration of Capital Projects within local government Education • B.A., English Literature, San Francisco State University Relevant JOC Experience Gordian As a Development and Implementation Specialist, Ms. Ventura is responsible for preparing the Contract and General Conditions that are used to procure the JOC construction contractors. Prior to coming on board at Gordian, Ms. Ventura worked for almost three years as the Assistant Project Specialist for County of Sonoma, General Services Department. She assisted in administering the JOC program using the eGordian software award as well as overseeing individual job orders per project. Administered full scope of public work contracts for the Sonoma Cunty capital projects group including advertisement, bidding, contract administration, requirements for Department of Industrial Relations, and monitoring of contract through the life of the project. Wrote and published RFPs and RFQs as needed for both consultants and contractors, including proposal evaluations and resulting contracts. Other Experience Sonoma County, General Services Department Ms. Ventura was the Administrative Aide responsible for maintaining and monitoring all consultant and construction contracts within the General Services Department, including writing professional services agreements, compiling front end specifications, bidding, advertising, Board notices, insurance, and other requirements. Executed projects, tracked budgets, monitored insurance compliance and kept the required paperwork filed with the county and state. Reported project data to California Department of Industrial Relations and interpreting and applying rules and regulations to contract documents. Regular contact with contractors and consultants to gather information and apply it to projects. Worked on county event planning ranging from Day of Caring to Bike to Work day as well as private events requiring license agreements. Ms. Ventura also served as the Senior Office Assistant for about a year before moving into the Administrative Aide role. Her responsibilities included creating and maintaining all ID badges for county departments. Answering main phone line to General Services. Received and processed maintenance calls and work orders. Processed all incoming key requests. Assisted with insurance maintenance on consultant contracts. Main liaison for all garbage and recycling issues as well as pest control. Assisted with supply orders, signage requests, table and chair requests and records management as needed. Also assisted with human resource related tasks such as job interviews and application review. Packet Pg. 76 2.3.a Staff Resumes Ted Kail Vice President of Product Management 15 years of employment with Gordian Education • Executive M.B.A., Northeastern University • B.S., Business, Northeastern University Relevant JOC Experience Gordian As the VP of Product Management, Mr. Kail is responsible for determining the strategic direction of all products across the construction lifecycle, which includes Planning, Estimating, and Procurement solutions. Other Experience Sightlines, LLC Sr. Director of Product Management responsible for directing Sightlines' offerings across the full life cycle — from ideation through service implementation. Determined the strategic direction of all Sightlines' current products and made decisions around all new services and markets. Directed the acquisition and integration of the Pacific Partners Consulting Group (PPCG). Prior to product, Ted managed all new client relationships in the operations department. Implemented and provided Sightlines' services at over 100 institutions throughout North America. Packet Pg. 77 2.3.a Staff Resumes Mike Hollingsworth Vice President of Technology 2 years of employment with Gordian and over 28 years of broad technology experience Education • B.S., Computer Science, University of Maryland University College • M.B.A., Information Systems Concentration, University of Colorado at Denver Experience Gordian Mr. Hollingsworth is the Vice President of Technology responsible for all aspects of development, testing and sustainment for our software and data related products. He works closely with our product management, support, sales and operations teams to ensure our offerings are meeting customer needs now and in the future. Other Experience SoftPro As the Vice President of Software Development led development for multiple local, mobile and SaaS software products used by over 14,000 customers, utilizing teams around the US and India with 85 total resources. Led operational support and administration for web products. Worked closely with the product management, support, and implementation teams developing product maps. Jaggaer (formerly SciQuest) As Director of Product Development, led all aspects of design, development, testing, project management and systems/database administration for multiple global multi -tenant SaaS eProcurement and Analytics software products using Java and .NET. Utilized teams in the US, Canada and India with 55 total resources. Developed and implemented multi -year product and infrastructure roadmaps to meet evolving market needs based on input from product management, customers and the executive team. Participated in customer audit responses and SOC 2 compliance. Performed due diligence for acquisitions, integrated products and internal systems from recent acquisitions. M*Modal Vice President for Enterprise Applications responsible for all facets of global enterprise systems including architecture, development, business intelligence, testing program management and DevOps. Led US, Philippine, and India based teams of 60 total resources with a $10.7 million budget, supporting over 11,000 employees. Realigned Enterprise Applications team, providing clear responsibilities and career paths for staff. Repeatedly consolidated disparate enterprise business processes from acquired companies to drive revenue while reducing costs. Used commercial software, custom development, and cloud services to meet business needs. Defined and drove multi -year roadmap for all global IT enterprise systems, working with the executive steering committee on prioritization and funding discussions. Participated in financial and SOC audit and compliance testing. Led key IT vendor relationships during bankruptcy transition. Packet Pg. 78 Staff Resumes 2.3.a John B. Melin, Jr. CTC Cost Estimator - Manager 24 years of employment with Gordian Education • B.S., Building Construction, Georgia Institute of Technology Licensures • Certified Cost Professional, #1194, Originally certified 9/1/1991 • Project Management Professional, #04539, Originally certified 5/17/1995 Relevant JOC Experience Gordian Mr. Melin is the Manager for the CTC Data Team and responsible for gathering and processing data for use in developing our Construction Task Catalog database. Mr. Melin has prepared customized Construction Task Catalogs for over 100 public facility owners, including: • New York Department of Transportation • New York State Department of Environmental Conservation • New York State Dormitory Authority • State University Construction Fund Project Time and Cost, Atlanta Department of Defense, Worldwide Project Manager responsible for the coordination and preparation of site specific Unit Price Books for DOD Job Order Contracts worldwide. Database and Estimating Software Experience • CACES, MCACES, M-CACES Composer Gold, MC2, Navy's CES, CEG Professional Associations • Association for the Advancement of Cost Engineers International Packet Pg. 79 2.3.a Staff Resumes Paul Cowan Senior CTC Engineer 14 years of employment with Gordian Education • B.S., Management, Georgia Institute of Technology, Atlanta, GA, 2001 Certification • Information Technology Certificate, Georgia Institute of Technology, 2001 Relevant JOC Experience Gordian As a Senior CTC Engineer, Mr. Cowan is responsible for improving, expanding and maintaining Gordian's proprietary Construction Task Database and for customizing and publishing client specific Construction Task Catalogs. He has well developed company expertise in design engineering and construction consulting, as well as value engineering. Other Experience Mr. Cowan has worked with manufacturing partners to design and produce products to assist the US Air Force with production and safety requirements. Packet Pg. 80 2.3.a Staff Resumes Bill Duff Director of Customer Experience 1.5 Years of employment with Gordian Over 30 years of Leadership experience in Customer Service Education • B.S., Marketing, LaSalle University Experience Gordian As Director of Customer Support, Mr. Duff s role focuses on organizing our customer support teams and introduction of new ways to exceed expectations of our varied clients. Prior to joining Gordian, Mr. Duff has had over 30 years of leadership experience in customer experience operations. He has been recognized as an expert in the area of customer service, call center operation and account management solutions. Mr. Duff has been the Keynote Speaker for a number of industry association conferences including the Argyle Journal Customer Care Leadership forum, Net Promoter Score Conference and the Strategic Account Management Association. Other Experience Adidas Group - North America As the Sr. Director of Customer Service responsibilities included directing the customer service organization by establishing clear targets and effective processes to deliver high quality service for internal and external customers leveraging technology. Enabled the vision and purpose to fulfill the mission of providing timely, responsive service with integrity, simplicity and passion for excellence through the new creation of visualization KPI dashboards. Designed and Implemented employee engagement model for 150 team members to foster transparency, creativity, and innovation through surveys, focus groups and project execution with the front- line team members. Designed and launched first B2B NPS feedback loop business process to measure and identify opportunities for customer experience enhancements while contacting our call center operations. Integrated Canadian Customer Service organization during above market North American Supply Chain optimization. Resolved complex customer delivery issues with DC operations, Sales, and Logistics teams under tight industry deadlines. Provided senior management of service trends/issues with sponsoring and providing direction on 5 Six Sigma process improvement charters to address customer service opportunities to enhance the customer experience. Experience Impact As Owner and Chief Customer Officer responsibilities consisted of being Executive Advisor for Orlando, FL based firm focusing with -on -going business transformation and service offerings to secure capital investments Facilitating and supporting with next generation business strategies to differentiate from competition leveraging market and customer feedback. Provided oversight, strategic direction, and innovation of new customer solutions that align with Values and Strategic Initiatives to anticipate customer needs and continuously improve Packet Pg. 81 2.3.a Staff Resumes customer experience. Coached best practices and launched implementations of a successful NPS program. Aligned commercial focus on customer experience and delivered the insights through the business model to evoke action. Designed and implemented plans for staff development to meet the needs of the organization for current and future environments including Oracle Customer Care & Billing implementation. Organized strategic framework for residential call center operations of 100 team members with critical business processes, operational key performance metrics and issue resolution priorities. Empowered front line employees with continuous improvement project to standardize customer contact documentation in PeopleSoft CRM resulting in 20% reduction in call handle time. Developed interpersonal relationships with personnel from other areas and achieved a working knowledge of their business units in relation to customer service delivery, processes, and operations. Forecasted and executed new workforce management staffing plans to shift target average speed to answer service levels from 65% to 85% under 30 seconds. CHEP Served as Vice President of Customer Operations responsible for customer operations, voice of customer priorities, NPS management, call center operations, account management solutions and enhanced services for entire customer base. Executed centralized organizational re -designs of 100 employees for optimal efficiencies and account management resulting in world class performance. Delivered $2.5 million multi -channel customer experience by leveraging the leading -edge technologies in CRM, voice, web, and knowledge management designed, implemented, & executive sponsored customer effort & FCR measurement strategy to foster collaboration between functions resulting in 28 Six Sigma continuous improvement initiatives. Implemented organizational closed loop process from NPS delivering an improvement of the transactional score from 18 to 62. Achieved 97% issue resolution reduction resulting in the execution of timely customer payment terms. Achieved 65% improvement in customer call center outbound touches resulting in proactive communication with customer priority escalation team. Championed talent management and employee engagement for 154 team members delivering an employee engagement score of 92%. Packet Pg. 82 2.3.a 4"o _19 Packet Pg. 83 2.3.a This Page Intentionally Left Blank Packet Pg. 84 2.3.a Electronic Safetv And Securitv 28 Conductors And Cables For Electronic And Securitv 28 05 13 MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST 28 Electronic Safety And Security Note: Termination costs are included with all safety and security equipment, panel boards, and devices. Terminations are not included with patch panels. 28 05 Common Work Results For Electronic Safety And Security,, 28 05 13 Conductors And Cables For Electronic Safety And Security(�5) 28 05 13 13 CCTV Communications Conductors And Cables(2805,3) See CSI section 26 05 19 00-0000 for low -voltage electrical power cable, 26 05 23 00-0000 for control -voltage electrical power cable, 27 14 00 00-0000 for conductors and cables. 28 05 13 16 Access Control Communications Conductors And Cables)z885,3) See CSI section 26 05 19 00-0000 for low -voltage electrical power cable, 26 05 23 00-0000 for control -voltage electrical power cable, 27 14 00 00-0000 for conductors and cables. 28 05 13 19 Intrusion Detection Communications Conductors And Cablesaeo5,3) See CSI section 26 05 19 00-0000 for low -voltage electrical power cable, 26 05 23 00-0000 for control -voltage electrical power cable, 27 14 00 00-0000 for conductors and cables, 28 05 13 23-0000 for Type FPLP. 28 05 13 23 Fire Alarm Communications Conductors And Cables (2805,3) 28 05 13 23-0001 Fire Alarm/Life Safety Cabler28051323) 28 05 13 23-0002 Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cabler28051323-0001) 28 05 13 23-0003 Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit (2805,323-0002) 28 05 13 23-0004 MLF 1-Pair, 18 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit.............................................................................................................................................1,328.71 430.93 28 05 13 23-0005 MLF 2-Pair, 18 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit.............................................................................................................................................1,759.48 446.52 28 05 13 23-0006 MLF 1-Pair, 16 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit.............................................................................................................................................1,517.51 489.83 28 05 13 23-0007 MLF 2-Pair, 16 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit.............................................................................................................................................2,215.57 507.32 28 05 13 23-0008 MLF 1-Pair, 14 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit.............................................................................................................................................1,765.72 548.36 28 05 13 23-0009 MLF 2-Pair, 14 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit.............................................................................................................................................2,767.90 568.12 28 05 13 23-0010 MLF 1-Pair, 12 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit.............................................................................................................................................2,378.53 627.02 28 05 13 23-0011 MLF 2-Pair, 12 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit.............................................................................................................................................3,948.41 649.38 28 05 13 23-0012 Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed(28051323-0002) 28 05 13 23-0013 MLF 1-Pair, 18 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed................................................................................................................................................2,046.94 861.99 28 05 13 23-0014 MLF 2-Pair, 18 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed................................................................................................................................................2,503.67 893.04 28 05 13 23-0015 MLF 1-Pair, 16 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed................................................................................................................................................2,333.91 979.80 28 05 13 23-0016 MLF 2-Pair, 16 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed................................................................................................................................................3,061.09 1,014.63 28 05 13 23-0017 MLF 1-Pair, 14 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed................................................................................................................................................2,679.65 1,096.97 28 05 13 23-0018 MLF 2-Pair, 14 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed................................................................................................................................................3,714.77 1,136.24 28 05 13 23-0019 MLF 1-Pair, 12 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed................................................................................................................................................3,423.56 1,254.04 28 05 13 23-0020 MLF 2-Pair, 12 AWG, Twisted Pair, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed................................................................................................................................................5,030.82 1,299.01 28 05 13 23-0021 Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit r28051323-0001) 28 05 13 23-0022 MLF 2/c #22 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit..............................................................................................................................................................................720.54 352.65 28 05 13 23-0023 MLF 4/c #22 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit..............................................................................................................................................................................804.19 365.19 28 05 13 23-0024 MLF 2/c #18 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit..............................................................................................................................................................................873.62 430.93 28 05 13 23-0025 MLF 3/c #18 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit..............................................................................................................................................................................963.73 438.72 28 05 13 23-0026 MLF 4/c #18 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,014.12 446.52 28 05 13 23-0027 MLF 6/c #18 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,190.56 462.09 The Gordian Group, Inc. Sample Packet Pg. 85 2.3.a F MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST 28 05 13 23-0028 MLF 8/c #18 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,454.20 477.68 28 05 13 23-0029 MLF 2/c #16 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,039.22 489.83 28 05 13 23-0030 MLF 4/c #16 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,236.07 507.32 28 05 13 23-0031 MLF 2/c #14 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,233.28 548.36 28 05 13 23-0032 MLF 4/c #14 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,552.43 568.12 28 05 13 23-0033 MLF 2/c #12 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,570.36 627.02 28 05 13 23-0034 MLF 4/c #12 AWG, Shielded, Non -Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................2,099.66 649.38 28 05 13 23-0035 Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable,zeo5,3z3-oo0„ 28 05 13 23-0036 Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduitr28051323-0035, 28 05 13 23-0037 MLF 2/c #22 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit..............................................................................................................................................................................710.09 352.65 28 05 13 23-0038 MLF 2/c #18 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit..............................................................................................................................................................................866.83 430.93 28 05 13 23-0039 MLF 3/c #18 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,029.35 438.72 28 05 13 23-0040 MLF 4/c #18 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,032.29 446.52 28 05 13 23-0041 MLF 6/c #18 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,285.39 462.09 28 05 13 23-0042 MLF 2/c #16 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,028.96 489.83 28 05 13 23-0043 MLF 4/c #16 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,259.09 507.32 28 05 13 23-0044 MLF 2/c #14 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,187.10 548.36 28 05 13 23-0045 MLF 4/c #14 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,735.96 568.12 28 05 13 23-0046 MLF 2/c #12 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,555.27 627.02 28 05 13 23-0047 MLF 4/c #12 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................2,378.28 649.38 28 05 13 23-0048 Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed,28 o5,323-0035, 28 05 13 23-0049 MLF 2/c #22 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed..........................................................................................................................................................................1,297.84 705.56 28 05 13 23-0050 MLF 2/c #18 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed..........................................................................................................................................................................1,585.06 861.99 28 05 13 23-0051 MLF 3/c #18 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed..........................................................................................................................................................................1,760.24 877.20 28 05 13 23-0052 MLF 4/c #18 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed..........................................................................................................................................................................1,776.48 893.04 28 05 13 23-0053 MLF 6/c #18 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed..........................................................................................................................................................................2,055.55 924.07 28 05 13 23-0054 MLF 2/c #16 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed..........................................................................................................................................................................1,845.36 979.80 28 05 13 23-0055 MLF 4/c #16 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed..........................................................................................................................................................................2,104.61 1,014.63 28 05 13 23-0056 MLF 2/c #14 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed..........................................................................................................................................................................2,101.03 1,096.97 28 05 13 23-0057 MLF 4/c #14 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed.......................................................................................................................................................................... 2,682.83 1,136.24 28 05 13 23-0058 MLF 2/c #12 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed..........................................................................................................................................................................2,600.30 1,254.04 28 05 13 23-0059 MLF 4/c #12 AWG, Non -Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed.......................................................................................................................................................................... 3,460.69 1,299.01 28 05 13 23-0060 Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable(28 051323-0001) 28 05 13 23-0061 Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduitr28051323-0060, 28 05 13 23-0062 MLF 2/c #22 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit.............................................................................................................................................................................. 753.11 352.65 28 05 13 23-0063 MLF 2/c #18 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit..............................................................................................................................................................................897.55 430.93 28 05 13 23-0064 MLF 3/c #18 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,143.39 438.72 copyright 2020 The Gordian Group, Inc. Page 28 - 2 Packet Pg. 86 2.3.a Electronic Safetv And Securitv 28 Conductors And Cables For Electronic And Securitv 28 05 13 MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST 28 05 13 23-0065 MLF 4/c #18 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,063.73 446.52 28 05 13 23-0066 MLF 6/c #18 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,317.54 462.09 28 05 13 23-0067 MLF 2/c #16 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,099.57 489.83 28 05 13 23-0068 MLF 4/c #16 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,291.75 507.32 28 05 13 23-0069 MLF 2/c #14 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,339.39 548.36 28 05 13 23-0070 MLF 4/c #14 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,659.60 568.12 28 05 13 23-0071 MLF 2/c #12 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................1,667.96 627.02 28 05 13 23-0072 MLF 4/c #12 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed In Conduit...........................................................................................................................................................................2,146.44 649.38 28 05 13 23-0073 Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed,28051323-0050) 28 05 13 23-0074 MLF 2/c #22 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......1,340.86 705.56 28 05 13 23-0075 MLF 2/c #18 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......1,615.78 861.99 28 05 13 23-0076 MLF 3/c #18 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......1,874.28 877.20 28 05 13 23-0077 MLF 4/c #18 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......1,807.92 893.04 28 05 13 23-0078 MLF 6/c #18 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......2,087.70 924.07 28 05 13 23-0079 MLF 2/c #16 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......1,915.97 979.80 28 05 13 23-0080 MLF 4/c #16 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......2,137.27 1,014.63 28 05 13 23-0081 MLF 2/c #14 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......2,253.32 1,096.97 28 05 13 23-0082 MLF 4/c #14 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......2,606.47 1,136.24 28 05 13 23-0083 MLF 2/c #12 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......2,712.99 1,254.04 28 05 13 23-0084 MLF 4/c #12 AWG, Shielded, Plenum Rated, Solid Type FPLP (Red), Fire Alarm/Life Safety Cable, Installed Exposed .......3,228.85 1,299.01 28 05 26 Grounding And Bonding For Electronic Safety And Security(28o5) See CSI section 26 05 26 00-0000 for grounding and bonding. 28 05 28 Pathways For Electronic Safety And Security(2885) 28 05 28 29 Hangers And Supports For Electronic Safety And Security(188528) See CSI section 26 05 29 00-0000 for hangers and supports. 28 05 28 33 Conduits And Backboxes For Electronic Safety And Security(180518) See CSI section 26 05 33 13-0000 for conduits. 28 05 28 36 Cable Trays For Electronic Safety And Security(288528) See CSI section 26 05 36 00-0000 for cable trays. 28 05 28 39 Surface Raceways For Electronic Safety And Security(288528) See CSI section 26 05 33 23-0000 for surface raceways. 28 05 53 Identification For Electronic Safety And Security(2885) See CSI section 26 05 53 00-0000 for identification. 28 10 Electronic Access Control And Intrusion Detectiorill Note: Includes testing of new devices and certification. 28 13 Access Control,z8,o, 28 13 33 Access Control Interfaces (=8,3) 28 13 33 16 Access Control Interfaces to Access Control Hardware (Y81333) 28 13 33 16-0001 Stand Alone Access Controlsr28133318) 28 13 33 16-0002 Push Button Controls, Stand Alone Access Controls(28 13 33 15-0001) 28 13 33 16-0003 Interior Mount, Push Button Controls, Stand Alone Access Controls (281333i8- 0002) 28 13 33 16-0004 EA Exit Push Button, Push Button Controls, Interior Stand Alone Access Controls...................................................................67.67 15.84 Note: Controls mount to a standard mullion. 28 13 33 16-0005 EA Exit Push Button, Push Button Controls, Interior Stand Alone Access Controls...................................................................70.67 15.84 Note: Controls mount into a single gang electrical box. Excludes electrical box. 28 13 33 16-0006 EA Three Button, Push Button Controls, Interior Stand Alone Access Controls For Gate Operators.........................................87.92 15.84 Note: Controls mount into a single gang electrical box. Excludes electrical box. 28 13 33 16-0007 Exterior Mount, Push Button Controls, Stand Alone Access Controls(28133315- 0002) Note: Includes a lockable, gasketed 16 gauge steel enclosure. Excludes mounting posts. 28 13 33 16-0008 EA Handicap/Push To Open, Push Button Controls, Exterior Stand Alone Access Controls.....................................................83.67 15.84 Note: Controls mount into a single gang electrical box. Excludes electrical box. 28 13 33 16-0009 EA 42" High Aluminum Post With Handicap/Push To Open, Push Button Controls, Exterior Stand Alone Access Controls.............................................................................................................................................................................394.00 47.50 Note: Includes post, mounting base and push button control. Excludes concrete foundation. 28 13 33 16-0010 EA Three Button, Exterior Stand Alone Access Controls For Gate Operators.........................................................................132.92 15.84 Note: Includes open, close and stop controls. copyright 2020 The Gordian Group, Inc. Sample Packet Pg. 87 2.3.a W MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST 28 13 33 16-0011 Key Controls, Stand Alone Access Controls (28133310 001) 28 13 33 16-0012 Interior Mount, Key Controls, Stand Alone Access Cor ls(28133318-0011) 28 13 3316-0013 EA Standard Mortise Key, Key Controls, Interior Stand Alone Access Controls.........................................................................93.55 15.84 Note: Controls mount into a single gang electrical box. Excludes electrical box. 28 13 33 16-0014 Exterior Mount, Key Controls, Stand Alone Access Controls (28133316-0011) Note: Includes a lockable NEMA rain resistant steel enclosure. Excludes mounting posts. 28 13 3316-0015 EA Postal Or Fire Department Lock Box, Key Controls, Exterior Stand Alone Access Controls..............................................145.84 31.67 Note: Opens door or gate with a postal or fire department key. 28 13 3316-0016 EA Standard Mortise Key, Key Controls, Exterior Stand Alone Access Controls.....................................................................225.34 31.67 28 13 3316-0017 EA Ace Key, Key Controls, Exterior Stand Alone Access Controls..........................................................................................225.34 31.67 28 13 3316-0018 EA Standard Mortise Key And Push Button Intercom, Key Controls, Exterior Stand Alone Access Controls...........................339.34 31.67 28 13 33 16-0019 Keypad Controls, Stand Alone Access Controls (28133318-0001) 28 13 33 16-0020 Interior Mount, Keypad Controls, Stand Alone Access Controls r28133316-0019) 28 13 3316-0021 EA One Code Memory, Keypad Control, Interior Stand Alone Access Controls.......................................................................129.17 15.84 Note: Stores one 4-digit entry code and one 4-digit hold code. Controls mount into a single gang electrical box. Excludes electrical box. 28 13 33 16-0022 Exterior Mount, Keypad Controls, Stand Alone Access Controls (28133316-0019) Note: Includes a surface mounted lockable NEMA rain resistant steel enclosure. Excludes mounting posts. 28 13 33 16-0023 Keypad Controls, Exterior Stand Alone Access Controls r28133318.0022) 28 13 33 16-0024 EA 1000 Code Memory, Keypad Control, Exterior Stand Alone Access Controls....................................................................539.17 63.34 Note: Includes lighted keypad. Stores one thousand 4-digit entry codes and six 5-digit entry codes. For Flush Mount, Add 92.81 28 13 33 16-0025 Keypad Controls With Push Button Intercom, Exterior Stand Alone Access Controls(28 13 33 1 8 022) Note: Includes intercom sub -station. Excludes additional receiving intercoms. 28 13 33 16-0026 EA 1000 Code Memory, Keypad Controls With Push Button Intercom, Exterior Stand Alone Access Controls .......................652.51 71.25 Note: Includes lighted keypad. Stores one thousand 4-digit entry codes and six 5-digit entry codes. For Flush Mount, Add 114.75 28 13 33 16-0027 RF Controls, Stand Alone Access Controls(281333180001) 28 13 33 16-0028 Exterior Mount, RF Controls, Stand Alone Access Controls (28133316-0027) Note: Includes a lockable NEMA rain resistant steel enclosure. Excludes mounting posts and transmitters. 28 13 33 16-0029 RF Receivers, RF Controls, Exterior Stand Alone Access Controls (28133316-0028) Note: Includes a lockable NEMA rain resistant steel enclosure. Excludes mounting posts and transmitters. 28 13 3316-0030 EA 50 Code Memory, RF Receiver, RF Controls, Exterior Stand Alone Access Controls........................................................329.17 63.34 28 13 3316-0031 EA 100 Code Memory, RF Receiver, RF Controls, Exterior Stand Alone Access Controls......................................................369.67 63.34 28 13 3316-0032 EA 250 Code Memory, RF Receiver, RF Controls, Exterior Stand Alone Access Controls......................................................408.67 63.34 28 13 33 16-0033 EA 500 Code Memory, RF Receiver, RF Controls, Exterior Stand Alone Access Controls......................................................450.67 63.34 28 13 33 16-0034 EA 1000 Code Memory, RF Receiver, RF Controls, Exterior Stand Alone Access Controls....................................................489.67 63.34 28 13 33 16-0035 EA 5000 Code Memory, RF Receiver, RF Controls, Exterior Stand Alone Access Controls....................................................531.67 63.34 28 13 33 16-0036 EA 16000 Code Memory, RF Receiver, RF Controls, Exterior Stand Alone Access Controls..................................................570.67 63.34 28 13 33 16-0037 RF Transmitters, RF Controls, Exterior Stand Alone Access Controls (28133318- 0028) 28 13 3316-0038 EA 1 Button, RF Transmitter, RF Controls, Exterior Stand Alone Access Controls....................................................................25.50 For>40 To 110, Deduct -1.28 For >110, Deduct -2.55 For Built In Proximity Tags, Add 5.10 28 13 33 16-0039 EA 2 Button, RF Transmitter, RF Controls, Exterior Stand Alone Access Controls....................................................................27.00 For>40 To 110, Deduct -1.35 For >110, Deduct -2.70 For Built In Proximity Tags, Add 5.40 28 13 33 16-0040 EA 3 Button, RF Transmitter, RF Controls, Exterior Stand Alone Access Controls....................................................................28.50 For>40 To 110, Deduct -1.43 For >110, Deduct -2.85 For Built In Proximity Tags, Add 5.70 28 13 33 16-0041 Accessories For RF Receivers, Exterior Stand Alone Access Controls (281333 16-0028) 28 13 3316-0042 EA Coax Antenna Kit For RF Receivers, Exterior Stand Alone Access Controls.....................................................................131.00 47.50 Note: Includes 15' of coax cable. 28 13 3316-0043 EA Antenna Amplifier For RF Receivers, Exterior Stand Alone Access Controls.....................................................................245.00 47.50 Note: Includes 20' of coax cable. 28 13 3316-0044 EA Yagi High -Gain Antenna Kit For RF Receivers, Exterior Stand Alone Access Controls.....................................................224.00 47.50 Note: Includes 15' of coax cable. copyright 2020 The Gordian Group, Inc. Page 28 - 4 Packet Pg. 88 2.3.a Electronic Safety And Security 28 .-- Access Control 28 13 MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST 28 13 33 16-0045 Proximity Card Controls, Stand Alone Access Controls (28133316-000,) 28 13 33 16-0046 Exterior Mount, Proximity Card Controls, Stand Alone Access Controls r28i333 ,6-0045) Note: Includes a lockable NEMA rain resistant steel enclosure. Excludes mounting posts. 28 13 33 16-0047 DKS Proximity Card Controls, Exterior Stand Alone Access Controls(28133316- 0046) 28 13 33 16-0048 DKS Proximity Card Readers, Exterior Stand Alone Access Controls(28133316- 0047) 28 13 33 16-0049 EA DKS Proximity Card Reader, Exterior Stand Alone Access Controls..................................................................................614.17 28 13 33 16-0050 AWID Proximity Card Controls, Exterior Stand Alone Access COntrOIS(281333 ,6-0046) 28 13 33 16-0051 AWID Proximity Card Readers, Exterior Stand Alone Access COntrOIS(281333 ,6-0050) 28 13 33 16-0052 EA AWID Proximity Card Reader, Exterior Stand Alone Access Controls................................................................................666.67 28 13 33 16-0053 HID Proximity Card Controls, Exterior Stand Alone Access Controls(28133316- 0046) 28 13 33 16-0054 HID Proximity Card Readers, Exterior Stand Alone Access Controls(28133316- 0053) 28 13 33 16-0055 EA HID Proximity Card Reader, Exterior Stand Alone Access Controls...................................................................................786.67 28 13 33 16-0056 Magnetic Stripe Card Controls, Stand Alone Access Controls (28133316-000,) 28 13 33 16-0057 Interior Mount, Magnetic Stripe Card Controls, Stand Alone Access Controls (26 13 33 16 0056) 28 13 33 16-0058 EA Magnetic Stripe Reader, Interior Stand Alone Access Controls..........................................................................................374.17 28 13 33 16-0059 Exterior Mount, Magnetic Stripe Card Controls, Stand Alone Access Controls (2a 13 33 16-0056) Note: Includes a lockable NEMA rain resistant steel enclosure. Excludes mounting posts. 28 13 33 16-0060 EA Magnetic Stripe Reader, Exterior Stand Alone Access Controls.........................................................................................458.87 28 13 33 16-0061 Other Stand Alone Access Controls (28,33316-000,) 28 13 33 16-0062 EA Toggle Switch, Interior Access Controls For Gate Operators...............................................................................................65.42 Note: Controls mount into a single gang electrical box. Excludes electrical box. 28 13 33 16-0063 Wiegand Output Access Controls(26133316) Note: Excludes controllers. 28 13 33 16-0064 Proximity Card Controls, Wiegand Output Access Controls (28133316-0063) 28 13 33 16-0065 DKS, Proximity Card Controls, Wiegand Output Access Controls (28,333,6-0064 28 13 33 16-0066 DKS, Proximity Cards(26133316-0065) 28 13 33 16-0067 EA Clamshell Type, DKS Proximity Card (DKS 170)....................................................................................................................3.99 28 13 33 16-0068 EA ISO Compliant Graphics Card, DKS Proximity Card (DKS 80)...............................................................................................6.58 28 13 33 16-0069 EA DKS Proximity Key Fob (DKS 50)...........................................................................................................................................6.93 28 13 33 16-0070 EA Active Tag, DKS Proximity Tag (DKS 150)...........................................................................................................................39.20 Note: Battery powered tag to boost signal. 28 13 33 16-0071 EA Active Tag, DKS Proximity Tag (DKS 200)...........................................................................................................................51.10 Note: Battery powered tag to boost signal. 28 13 33 16-0072 DKS, Proximity Card Readers, Wiegand Output Access Controls(28133316-0065) 28 13 33 16-0073 EA Up To 2" Read Range, 12 Volt DC, DKS Proximity Card Reader, Wiegand Output Access Controls (DKS Small) ............ 238.14 28 13 33 16-0074 EA Up To 3" Read Range, 12 Volt DC, DKS Proximity Card Reader, Wiegand Output Access Controls (DKS Mullion) .........238.14 28 13 33 16-0075 EA Up To 4" Read Range, 12 Volt DC, DKS Proximity Card Reader, Wiegand Output Access Controls (DKS Single Gang)................................................................................................................................................................................238.14 28 13 33 16-0076 EA Up To 30" Read Range, 12 Volt DC, DKS Proximity Card Reader, Wiegand Output Access Controls (DKS)....................611.94 Note: Includes mounting bracket and 12 VDC regulated power supply. 28 13 33 16-0077 AWID, Proximity Card Controls, Wiegand Output Access Controls(28133316-0064) 28133316-0078 AWID, Proximity Cards(26133316-0077) 28 13 33 16-0079 EA Clamshell Type, AWID Proximity Card (AWID Prox-Linc CS).................................................................................................3.36 28 13 33 16-0080 EA ISO Compliant Graphics Card, AWID Proximity Card (AWID Prox-Linc GR)..........................................................................5.25 28 13 33 16-0081 EA AWID Proximity Key Fob (AWID Prox-Linc KT)......................................................................................................................5.60 28 13 33 16-0082 EA Windshield Tag For LR 2000 Readers, AWID Proximity Tag...............................................................................................19.60 28 13 33 16-0083 EA Metal Mount Tag For LR 2000 Readers, AWID Proximity Tag.............................................................................................19.60 28 13 33 16-0084 AWID, Proximity Card Readers, Wiegand Output Access Controls(28133316-0077) 63.34 63.34 63.34 63.34 63.34 15.84 79.17 79.17 79.17 79.17 copyright 2020 The Gordian Group, Inc. Sample Packet Pg. 89 2.3.a W MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST 28 13 3316-0085 EA Up To 4" Read Range, 5-12 Volt DC, AWID Proximity Card Reader, Wiegand Output Access Controls (AWID SR 2400).................................................................................................................................................................................284.34 79.17 Note: For mullion mounting. 28 13 3316-0086 EA Up To 8" Read Range, 5-12 Volt DC, AWID Proximity Card Reader, Wiegand Output Access Controls (AWID MM 6800).................................................................................................................................................................................385.14 79.17 Note: For mullion mounting. 28 13 3316-0087 EA Up To 8" Read Range, 5-12 Volt DC, AWID Proximity Card Reader, Wiegand Output Access Controls (AWID MM 6820).................................................................................................................................................................................385.14 79.17 Note: For single gang electrical box mounting. 28 13 3316-0088 EA Up To 24" Read Range, 5-12 Volt DC, AWID Proximity Card Reader, Wiegand Output Access Controls (AWID MR1824)...........................................................................................................................................................................613.34 79.17 Note: Includes 12 VDC regulated power supply. 28 13 3316-0089 EA Up To 11' Read Range, 12 Volt DC, AWID Proximity Card Reader, Wiegand Output Access Controls (AWID LR 2000)..............................................................................................................................................................................3,351.74 79.17 Note: Includes mounting bracket and 12 VDC regulated power supply. 28 13 33 16-0090 HID, Proximity Card Controls, Wiegand Output Access Controls(28133316-0064) 28 13 33 16-0091 HID, Proximity Cards(28133316-0090) 28 13 33 16-0092 EA Clamshell Type, HID Proximity Card (HID ProxCard II)..........................................................................................................8.81 28 13 33 16-0093 EA ISO Compliant Graphics Card, HID Proximity Card (HID ISOProx II)...................................................................................11.33 28 13 3316-0094 EA HID Proximity Key Fob (HID ProxKey II)...............................................................................................................................11.61 28 13 33 16-0095 HID, Proximity Card Readers, Wiegand Output Access Controls(28 133316-0090) 28 13 33 16-0096 EA Up To 3" Read Range, 5-16 Volt DC, HID Proximity Card Reader, Wiegand Output Access Controls (HID ProxPointPlus)..................................................................................................................................................................281.08 79.17 Note: For mullion mounting. (HID P/N 6005). 28 13 3316-0097 EA Up To 5" Read Range, 5-16 Volt DC, HID Proximity Card Reader, Wiegand Output Access Controls (HID ThinLineII).........................................................................................................................................................................330.68 79.17 Note: For single gang electrical box mounting. (HID P/N 5395). 28 13 3316-0098 EA Up To 5" Read Range, 5-16 Volt DC, HID Proximity Card Reader, Wiegand Output Access Controls (HID MiniProx)...........................................................................................................................................................................367.87 79.17 Note: For mullion mounting. (HID P/N 5365). 28 13 3316-0099 EA EntryProx Single -Door Proximity Access Control...............................................................................................................468.30 79.17 Note: (HID P/N 4045) Stores up to 2,000 users and 1,000 time -stamped transactions 12 position keypad for Pin entry or programming optional use with card/key fob, code only or card plus pin code Wiegand output mode. Continental Instrument CICR2358P. 28 13 33 16-0100 Contactless Smart Card Controls, Wiegand Output Access Controls (28133316- 0063) 28 13 33 16-0101 HID, Contactless Smart Cards(28,333,6-0,00) 28 13 33 16-0102 EA 2K Bits, Clamshell Type, HID iClass, Contactless Smart Card...............................................................................................6.16 28 13 33 16-0103 EA 16K Bits, ISO Compliant Graphics Card, HID iClass, Contactless Smart Card......................................................................6.72 28 13 3316-0104 EA 16K Bits, Contactless Smartcard Key Fob, HID iClass, Contactless Smart Card...................................................................8.80 28 13 3316-0105 EA 16K Bits, Contactless Smartcard Tag, HID iClass, Contactless Smart Card..........................................................................4.76 Note: Battery powered tag to boost signal. 28 13 33 16-0106 HID, Contactless Smart Card Readers, Wiegand Output Access Controls (28 13 33 16-0100) 28 13 3316-0107 EA Up To 3-1/4" Read Range, 5-16 Volt DC, HID iClass Contactless Smart Card Reader, Wiegand Output Access Controls(HID R10)............................................................................................................................................................269.44 79.17 Note: For mullion mounting. 28 13 33 16-0108 EA Up To 4-1/4" Read Range, 5-12 Volt DC, HID iClass Contactless Smart Card Reader, Wiegand Output Access Controls(HID R40)............................................................................................................................................................361.84 79.17 Note: For mullion mounting. 28 13 3316-0109 EA Up To 4-1/4" Read Range, 5-12 Volt DC, HID iClass Contactless Smart Card Reader With Keypad, Wiegand Output Access Controls (HID RK40).................................................................................................................................569.74 79.17 Note: For mullion mounting. 28 13 33 16-0110 HID, Contactless Smart Card Programmer, Wiegand Output Access Controls(2a ,3 33 ,6-Of00) 28 13 3316-0111 EA HID iClass Contactless Smart Card Programmer, Wiegand Output Access Controls (HID CP400)................................1,739.04 79.17 Note: For mullion mounting. 28 13 33 16-0112 Call Station Controls, Wiegand Output Access Controls(28133316-0063) Note: Includes intercom sub -station. Excludes additional receiving intercoms. 28 13 3316-0113 EA Call Station With Entry Keypad, Exterior Wiegand Output Access Controls.......................................................................698.34 79.17 Note: For mullion mounting. 28 13 3316-0114 EA Call Station With Proximity Card Reader, Exterior Wiegand Output Access Controls........................................................585.84 79.17 Note: For mullion mounting. 28 13 33 16-0115 Biometrics Readers, Wiegand Output Access Controls,28133316-0063) 28 13 33 16-0116 EA Palm Reader Recognition System, Biometrics Readers, Wiegand Output Access Controls...........................................3,052.62 63.34 28 13 3316-0117 EA CCD Camera, Face Image, Biometrics Readers, Wiegand Output Access Controls.......................................................3,724.97 63.34 28 13 3316-0118 EA Video Grabber Card For DFR Reader, Biometrics Readers, Wiegand Output Access Controls......................................1,478.15 63.34 28 13 3316-0119 EA Fingerprint Reader, Biometrics Readers, Wiegand Output Access Controls (Bioscrypt V-Pass)........................................891.17 63.34 copyright 2020 The Gordian Group, Inc. Page 28 - 6 Packet Pg. 90 2.3.a Electronic Safety And Security 28 .-- Access Control 2813 13 MINOR TOTAL DIRECT DEMOLITION f� CSI UOM DESCRIPTION UNIT COST UNIT COST N 28 13 33 16-0120 EA Fingerprint Reader With HID Card Reader, Biometrics Readers, Wiegand Output Access Controls (Bioscrypt V- 0 CL Prox)..................................................................................................................................................................................990.17 63.34 28 13 33 16-0121 EA Fingerprint Reader With Contactless Smart Card Reader, Biometrics Readers, Wiegand Output Access Controls L. (Bioscrypt V-Smart)...........................................................................................................................................................891.17 63.34 d 28 13 33 16-0122 Exterior Mounting Posts For Gate Operator Access Controls Note: Includes mounting plate for access controls, baked on enamel finish and mounting bolt covers. Excludes concrete pads and electrical connections. M 28 13 33 16-0123 2" x 2" Steel, Exterior Mounting Posts For Gate Operator Access Controls (28 1333 16-0122) O 28 13 33 16-0124 EA 44" Tall, Gooseneck Style, Single Mount, 2" x 2" Steel, Exterior Mounting Post For Gate Operator Access V Controls.............................................................................................................................................................................194.18 16.83 Note: Includes a 5" x 5" base plate. ` 28 13 33 16-0125 EA 73" Tall, Gooseneck Style, Dual Mount, 2" x 2" Steel, Exterior Mounting Post For Gate Operator Access Controls ..........371.18 16.83 -a Note: Includes an 8" x 8" base plate. i O 28 13 33 16-0126 EA Anchor Post For 2" x 2" Steel, Exterior Mounting Post For Gate Operator Access Controls..............................................176.18 16.83 Note: Includes a 24" in -ground post with matching base plate, conduit access and mounting hardware. U? O 28 13 33 16-0127 4" x 4" Steel, Exterior Mounting Posts For Gate Operator Access Controls v (28 13 33 16-0122) y 28 13 33 16-0128 EA 59" Tall, Straight Style, Single Mount, 4" x 4" Steel, Exterior Mounting Post For Vehicular Gate Operator Access Controls......................................................................................................................................................................... 342.68 16.83 .2 Note: Includes an 8" x 8" base plate. 28 13 33 16-0129 EA 49" Tall, Offset Style, Single Mount, 4" x 4" Steel, Exterior Mounting Post For Vehicular Gate Operator Access Controls.............................................................................................................................................................................408.68 16.83 fn Note: Includes an 8" x 8" base plate and a 14" offset from back of post. l) 28 13 33 16-0130 EA Anchor Post For 4" x 4" Steel, Exterior Mounting Post For Vehicular Gate Operator Access Controls..............................251.18 16.83 Note: Includes a 24" in -ground post with matching base plate, conduit access and mounting hardware. .� _ 28 13 33 16-0131 4" x 8" Steel, Exterior Mounting Posts For Gate Operator Access Controls (28 13 33 16-0122) 28 13 33 16-0132 EA 59" Tall, Straight Style, Single Mount, 4" x 8" Steel, Exterior Mounting Post For Gate Operator Access Controls .......... 1,106.18 16.83 Note: Includes a 11" x 13" base plate. 28 13 33 16-0133 EA 50" Tall, Offset Style, Single Mount, 4" x 8" Steel, Exterior Mounting Post For Gate Operator Access Controls.............1,158.68 16.83 Note: Includes a 10" x 14" base plate and a 14" offset from back of post. 28 13 33 16-0134 EA Anchor Post For 4" x 8" Steel, Exterior Mounting Post For Gate Operator Access Controls..............................................476.18 16.83 Note: Includes a 24" in -ground post with matching base plate, conduit access and mounting hardware. 28 13 33 16-0135 EA 48" Light Tower For 4" x 8" Steel, Exterior Mounting Post For Gate Operator Access Controls.........................................761.18 16.83 28 13 33 16-0136 Access Control Accessories(28,333,6) 28 13 33 16-0137 EA Modem: Multitech, Mt2834L.............................................................................................................................................1,256.88 28 13 33 16-0138 EA 6 Volt DC, 12 Volt DC, Or 24 Volt DC, @ 4 Amps, Power Supply/Charger (Altronix SMP-5).............................................326.43 28 13 33 16-0139 EA 12 Volt, 7 Amp, Battery .........................................................................................................................................................42.86 28 13 33 16-0140 EA 12 Volt, 18 Amp, Battery .......................................................................................................................................................95.53 28 13 33 16-0141 EA Door Personality Module (Sensormatic RM-4)....................................................................................................................355.46 15.84 28 13 33 16-0142 EA Mini -Alert Door Ajar Sounder (System Sensor PA400).......................................................................................................144.84 31.67 28 13 33 16-0143 EA Recessed Contact For Steel Doors, Door Monitor Switch (Sentrol 1078C)..........................................................................49.12 19.00 28 13 33 16-0144 EA Access Control Systems Power Supply (Altronix AL4000LACMCB)..................................................................................390.95 12.67 28 13 33 16-0145 EA Surge Suppressor (Tripp-Lite IBAR4)...................................................................................................................................59.02 3.18 28 13 33 16-0146 EA Door Strike Relay (Altronix RBSN-TTL)................................................................................................................................41.59 12.67 28 13 33 16-0147 Access Controllers (26,333,6) 28 13 33 16-0148 Microterm Controller r28133316-0147) 28 13 33 16-0149 EA Microterm Stand Alone One Or Two Door Processing Panel (Continental Instruments CICP1100)...................................920.64 79.17 Note: Up to 1,000 card capacity. Includes 2 alarm inputs, tamper alarm, and 3 relay outputs. 28 13 33 16-0150 EA Microterm PC Board (Continental Instruments CICP1100PCB).........................................................................................665.93 47.50 28 13 33 16-0151 EA Battery Standby For Microterm (Continental Instruments CICP1100BAT-2)......................................................................317.27 Note: Input 120VAC, output 12VDC to temporarily power the Microterm only. 28 13 33 16-0152 Miniterm Controller (2813 3316-0147) 28 13 33 16-0153 EA Miniterm Two Reader Processing Panel (Continental Instrument CICP1200).................................................................1,443.99 79.17 Note: Up to 3,000 card capacity. Includes 8 EOL Class A supervised alarm inputs, temper alarm, and 5 relay outputs. Complete in a lockable steel enclosure with battery standby for memory and system operation. 28 13 33 16-0154 EA Miniterm PC Board (Continental Instrument CICP1200PCB)..........................................................................................1,093.69 47.50 28 13 33 16-0155 Super-2 Controller (28,333,6-0,47) 28 13 33 16-0156 EA Super -Two - Two Reader Processing Panel (Continental Instruments CICP1300).........................................................1,067.72 79.17 Note: For use with CA3000 V2.0.25 and above. Up to a 125,000 card capacity, 8 EOL supervised alarm inputs, tamper, 5 relay outputs. Support for on -board LAN adapter, 57,600 baud rate, 6 access groups per card -holder and compressed data mode. Complete in a lockable steel enclosure with battery standby for memory and system operation. 28 13 33 16-0157 EA Super -Two - PC Board (Continental Instruments CICP130013D)........................................................................................734.08 47.50 28 13 33 16-0158 EA Network Interface Board For Super-2 (Continental Instruments CICP1300NETBD)..........................................................201.34 47.50 Note: Optional on -board adapter allows for communication over TCP/IP. copyright 2020 The Gordian Group, Inc. Sample Packet Pg. 91 2.3.a W MINOR TOTAL DIRECT DEMOLITION CSI UOM DESCRIPTION UNIT COST UNIT COST 28 13 33 16-0159 Smarterm Controller (2813 3316-0147) 28 13 3316-0160 EA Smarterm Four Reader Processing Panel (Continental Instrument CICP1400)..............................................................3,036.99 95.00 Note: Card capacity up to 2,500. Includes 16 alarm inputs, tamper alarm, and 9 relay outputs. Complete in a lockable steel enclosure with battery standby for memory and system operation. 28 13 3316-0161 EA Smarterm PC Board (Continental Instrument CICP1400PCB)........................................................................................2,340.54 47.50 28 13 3316-0162 EA Smarterm Memory Board - 256K (Continental Instrument CICP1400MB256-1).................................................................909.15 47.50 Note: Up to 10,000 cardholders. 28 13 3316-0163 EA Smarterm Memory Board - 2MB (Continental Instrument CICP1400MB2-1)...................................................................1,293.62 47.50 Note: Up to 50,000 cardholders. 28 13 3316-0164 EA Smarterm Relay Expander Board (Continental Instrument CICP1400RB)......................................................................1,005.52 47.50 Note: 16 Output relays, 8 alarm inputs. 28 13 3316-0165 EA Smarterm Alarm Expander Board (Continental Instrument CICP1400RB)......................................................................1,005.52 47.50 Note: (Supervised) 16 alarm inputs. 28 13 33 16-0166 Superterm-4 Controller (2813 3316-0147) 28 13 33 16-0167 EA Superterm-4 - Four Reader Processing Panel (Continental Instrument CICP14000L)...................................................2,802.37 95.00 Note: 20,000 card capacity, 12 supervised alarm inputs, tamper alarm, and 9 relay outputs. Complete in a painted steel enclosure with 7 AH battery standby for system operation. 28 13 3316-0168 EA Superterm-4 PC Board (Continental Instrument CICP14000LPCB)................................................................................2,301.10 47.50 28 13 33 16-0169 Superterm-8 Controller (2813 3316-0,47) 28 13 33 16-0170 EA Superterm-8 - Eight Reader Processing Panel (Continental Instrument CICP1800).......................................................3,727.54 158.34 Note: Up to 20,000 card capacity, 24 supervised alarm inputs, tamper alarm, and 17 relay outputs. Complete in a steel enclosure including 7 AH battery standby for memory and system operation. 28 13 33 16-0171 EA Superterm-8 - Eight Reader Processing Panel, Expanded Power (Continental Instrument CICP1800EXP)...................4,047.94 158.34 Note: With expanded power supply. (required if more than 1 relay expander board is used.) Up to 20,000 card capacity, 24 supervised alarm inputs, tamper alarm, and 17 relay outputs. Complete in a steel enclosure including 7 AH battery standby for memory and system operation. 28 13 33 16-0172 EA Superterm-8 PC Board (Continental Instrument CICP1800PCB)....................................................................................3,099.60 47.50 28 13 33 16-0173 Turbo Superterm-4 Controller (2813 3316-0,47) 28 13 33 16-0174 EA Turbo Superterm-4 - Four Reader Processing Panel (Continental Instrument CICP14000LT).......................................2,802.37 95.00 Note: 20,000 Card capacity, 12 supervised alarm inputs, tamper alarm, and 9 relay outputs. Complete in a painted steel enclosure with 7 AH battery standby for system operation. 28 13 3316-0175 EA Turbo Superterm-4 PC Board (Continental Instrument CICP14000LTPCB)...................................................................2,301.10 47.50 28 13 33 16-0176 Turbo Superterm-8 Controller (2813 3316-0,47) 28 13 3316-0177 EA Turbo Superterm-8 - Eight Reader Processing Panel (Continental Instrument CICP1800T)...........................................3,727.54 158.34 Note: For use with CA3000 V2.0.25 and above. Up to 40,000 card capacity, 24 supervised alarm inputs, tamper alarm, and 17 relay outputs. Complete in a steel enclosure including a 7 AH battery standby for memory and system operation. 28 13 33 16-0178 EA Turbo Superterm-8 -Eight Reader Processing Panel, Expanded Power (Continental Instrument CICP1800TEXP) .......4,047.94 158.34 Note: Required if more than one relay expander board is used. Up to 40,000 card capacity, 24 supervised alarm inputs, tamper alarm, and 17 relay outputs. Complete in a steel enclosure including a 7 AH battery standby for memory and system operation. 28 13 3316-0179 EA Turbo Superterm-8 PC Board (Continental Instrument CICP180OTPCB)........................................................................3,099.60 47.50 28 13 3316-0180 EA Superterm Memory Board - 2MB (Continental Instrument CICP1800MB2).....................................................................1,293.62 47.50 Note: Up to 140,000 cardholders. 28 13 33 16-0181 EA Turbo/Superterm-8 Memory Board - 2MB (Continental Instrument CICP1800MB2X2)...................................................1,088.56 47.50 Note: Up to 140,000 cardholders. 28 13 33 16-0182 EA Turbo Superterm-8 Relay Expander Board (Continental Instrument CICP1800RB)........................................................1,006.56 47.50 Note: 16 Output relays, 8 alarm inputs. 28 13 33 16-0183 EA Turbo Superterm-8 Alarm Expander Board (Continental Instrument CICP1800RB)........................................................1,006.56 47.50 Note: (Supervised) 16 Alarm inputs. 28 13 33 16-0184 EA Expanded Power Supply For Superterm Or Turbo Superterm (Continental Instrument CICPEXPPWS)...........................410.97 28 13 33 16-0185 Access Control Bundled System (28133316) 28 13 3316-0186 EA CA 3000 Bundled System, Supports 25 Users (Continental Instrument CA313250P403VORO)....................................20,342.55 Note: System includes PC, monitor, keyboard, mouse, OS, Card Access 3000 file server software, MS SQL 2000, 1 SQL host license, and security key. 28 13 33 16-0187 Magnetic Locksp2 ,, ,i) Note: Excludes access controls. 28 13 33 16-0188 Magnetic Door LOCks(281333 M0187) 28 13 33 16-0189 300 LB Magnetic Door Locks(28133316-0188) 28 13 3316-0190 EA Single Door, Surface Mount, 300 LB Magnetic Door Lock..................................................................................................305.17 63.34 28 13 33 16-0191 600 LB Magnetic Door Locks(26133316-0188) 28 13 33 16-0192 EA Single Door, Surface Mount, 600 LB Magnetic Door Lock..................................................................................................428.92 63.34 For LED Status Indicator And Signal Relay, Add 37.78 For LED Status Indicator, Signal Relay And Built -In Delay Timer, Add 75.56 For Mortise Mount, Deduct -60.45 copyright 2020 The Gordian Group, Inc. Page 28 - 8 Packet Pg. 92 2.3.a Electronic Safety And Security 28 .-- Access Control 2813 13 MINOR TOTAL DIRECT DEMOLITION f� CSI UOM DESCRIPTION UNIT COST UNIT COST N 28 13 33 16-0193 EA Dual Doors, Surface Mount, 600 LB Magnetic Door Lock..................................................................................................632.17 63.34 C 1 For LED Status Indicator And Signal Relay, Add 63.19 OL For LED Status Indicator, Signal Relay And Built -In Delay Timer, Add 126.38 a 28 13 33 16-0194 1,200 LB Magnetic Door Locks(28133316-0188) & c 28 13 33 16-0195 EA Single Door, Surface Mount, 1,200 LB Magnetic Door Lock...............................................................................................447.67 63.34 +, For LED Status Indicator And Signal Relay, Add 73.83 (� For LED Status Indicator, Signal Relay And Built -In Delay Timer, Add 96.30 28 13 33 16-0196 EA Dual Doors, Surface Mount, 1,200 LB Magnetic Door Lock...............................................................................................672.67 63.34 ++ For LED Status Indicator And Signal Relay, Add 125.58 For LED Status Indicator, Signal Relay And Built -In Delay Timer, Add 163.80 G U 28 13 33 16-0197 2,000 LB Shear Lock, Magnetic And Mechanical Locks(181333 moles) � Note: Includes LED status indicator and built-in signal relay. i O 28 13 33 16-0198 EA Single Door, Mortise Mount, 2,000 LB Shear Lock, Magnetic And Mechanical Door Lock.................................................467.92 63.34 28 13 33 16-0199 Magnetic Gate Locksr28133316-0187, 28 13 33 16-0200 600 LB Magnetic Gate Locks(28133318.0199) W m 28 13 33 16-0201 EA 600 LB Magnetic Gate Lock................................................................................................................................................354.67 63.34 V 28 13 33 16-0202 1,200 LB Magnetic Gate Locksr28133318.0188, 28 13 33 16-0203 EA 1,200 LB Magnetic Gate Lock.............................................................................................................................................422.92 63.34 For LED Status Indicator And Signal Relay, Add 37.03 For LED Status Indicator, Signal Relay And Built -In Delay Timer, Add 74.06 For Mortise Mount, Deduct -59.25 28 13 33 16-0204 Magnetic Lock Power Supply And Chargers(28 133316-0187) Note: Includes lockable metal enclosure, batteries, battery charger and electronically regulated outputs. 28 13 33 16-0205 EA 12/24 Volt DC At 1 Amp, Magnetic Lock Backup Power Supply And Charger....................................................................267.35 63.34 28 13 33 16-0206 EA 12/24 Volt DC At 2-1/2 Amp, Magnetic Lock Backup Power Supply And Charger.............................................................335.35 63.34 28 13 33 16-0207 EA 12 Volt DC At 4 Amp And 24 Volt DC At 3 Amp, Magnetic Lock Backup Power Supply And Charger...............................375.35 63.34 28 13 33 16-0208 EA 12/24 Volt DC At 6 Amp, Magnetic Lock Backup Power Supply And Charger....................................................................467.35 63.34 28 13 33 16-0209 Master Door Buzzer Stationsr28133316) 28 13 33 16-0210 Master Stations,ze,333,e-oz0e, 28 13 33 16-0211 EA Master Stations, 5 Station Intercommunication Equipment................................................................................................593.84 98.80 28 13 33 16-0212 EA Master Stations, 10 Station Intercommunication Equipment..............................................................................................892.83 191.27 28 13 33 16-0213 EA Master Station, Desk Style Remote Intercommunication Equipment..................................................................................255.31 49.40 28 13 33 16-0214 EA Master Station, Flush Wall Remote Intercommunication Equipment..................................................................................326.98 82.34 28 13 33 16-0215 EA Sound System Outlet, Protector...........................................................................................................................................84.08 32.23 28 13 33 16-0216 EA Sound System Microphone Outlet......................................................................................................................................147.19 65.99 28 13 33 16-0217 EA Sound System Speaker Ceiling Or Wall.............................................................................................................................112.39 32.23 28 13 33 16-0218 EA Sound System Monitor Panel.............................................................................................................................................328.00 65.99 28 13 33 16-0219 EA Sound System Volume Control.............................................................................................................................................97.14 32.23 28 13 33 16-0220 EA Sound System Amplifier 250 W.......................................................................................................................................1,516.95 263.92 28 13 33 16-0221 EA Sound System Cabinet.......................................................................................................................................................887.22 263.92 28 13 33 16-0222 Master Door Stationsr2813331&0209, 28 13 33 16-0223 EA Master Door Stations, Button Buzzer Type, 25 Station....................................................................................................1,310.66 For Intercom Type Master Door Station, Add 108.76 28 13 33 16-0224 EA Master Door Stations, Button Buzzer Type, 50 Station....................................................................................................2,170.68 For Intercom Type Master Door Station, Add 176.19 28 13 33 16-0225 EA Master Door Stations, Button Buzzer Type, 75 Station....................................................................................................2,978.92 For Intercom Type Master Door Station, Add 228.39 28 13 33 16-0226 EA Master Door Stations, Button Buzzer Type, 100 Station..................................................................................................3,405.12 For Intercom Type Master Door Station, Add 267.54 28 13 33 16-0227 EA Master Door Stations, Button Buzzer Type, 150 Station..................................................................................................4,132.57 For Intercom Type Master Door Station, Add 391.53 28 13 33 16-0228 EA Master Door Stations, Button Buzzer Type, 200 Station..................................................................................................4,848.89 For Intercom Type Master Door Station, Add 504.64 28 13 33 16-0229 EA Master Door Stations, Button Buzzer Type, 250 Station..................................................................................................6,104.15 For Intercom Type Master Door Station, Add 652.55 28 13 33 16-0230 EA Master Door Stations, Button Buzzer Type, 300 Station..................................................................................................7,292.31 For Intercom Type Master Door Station, Add 748.25 28133316-0231 EA Transformer..........................................................................................................................................................................91.62 28 13 33 16-0232 EA Door Opener.......................................................................................................................................................................135.59 28 13 33 16-0233 EA Buzzer With Door Release And Plate.................................................................................................................................167.27 28 13 33 16-0234 EA Amplifier For Intercom Type Unit........................................................................................................................................274.07 28 13 33 16-0235 EA Speaker With Door Release...............................................................................................................................................115.18 28 13 53 Security Access Detections=8,3, 28 13 53 13 Security Access Metal Detectors(I8,383) copyright 2020 The Gordian Group, Inc. Sample Packet Pg. 93 2.3.a 28 Electronic Safety And Security . 0--0111111 28 13 Access Control MINOR CSI UOM DESCRIPTION TOTAL DIRECT DEMOLITION UNIT COST UNIT COST 28 13 53 13-0001 Metal Detectorsr28,383,3, 28 13 5313-0002 EA Hand -Held Metal Detector..................................................................................................................................................203.33 15.84 28 13 5313-0003 EA Walk -Through Metal Detector, Complete Unit.................................................................................................................4,839.62 253.34 28 20 Electronic Surveillance,., Note: Includes testing of new devices and certification. 28 23 Video Surveillance(2820) 28 23 00 00-0001 Closed Circuit Television And Surveillance Systems(2823) Note: Includes programming of equipment, testing of new devices and certification. 28 23 00 00-0002 Cameras And Accessories(28230000.0001) 28 23 00 00-0003 Cameras(28230000-oee2) 28 23 00 00-0004 General Use Video Camera(28230000.0003) 28 23 00 00-0005 EA Video Dome Spectra III, CIR/BW 23x Heavy Duty, Pendant...........................................................................................3,953.57 124.60 Note: Environmental clear bubble. 28 23 00 00-0006 EA Ipak Enclosed Dust Tight Color Camera, Standard Resolution Lens..................................................................................657.16 62.38 Note: 3.5-8mm Al shields, wall mount. 28 23 00 00-0007 EA Esprit Image Pak PTZ Camera........................................................................................................................................3,096.70 124.76 28 23 00 00-0008 EA OF -LED 30 Degree, 850mm (252 LEDs) Includes Power Supply, 120 Volt AC...............................................................1,304.70 62.38 28 23 00 00-0009 Camera Power Supply(28230000.0003) 28 23 00 00-0010 EA 100 VA Outdoor Power Supply...........................................................................................................................................226.61 31.19 28 23 00 00-0011 EA Surge Protector, Isolated Coax Protector For CCTV..........................................................................................................102.21 15.40 28 23 00 00-0012 EA Altronics Power Supply With 8 Fused Outputs...................................................................................................................479.84 62.38 28 23 00 00-0013 Miscellaneous Accessories (2823oo0 oo2) 28 23 00 00-0014 EA 8 Channel DVR NTSC/PAL 250 GB With CD-RW...........................................................................................................7,153.69 111.37 28 23 00 00-0015 EA High Resolution Ethernet Video Server, Encoder, 12 Volt DC.........................................................................................1,075.47 124.76 28 23 00 00-0016 EA High Resolution Ethernet Video Server, With Audio, Encoder, 12 Volt DC......................................................................1,222.96 124.76 28 23 00 00-0017 EA High Resolution Ethernet Video Server, Decoder, 12 Volt DC............................................................................................886.67 124.76 28 23 00 00-0018 EA High Resolution Ethernet Video Server, With Audio, Decoder, 12 Volt DC........................................................................998.77 124.76 28 23 00 00-0019 EA Outdoor Multi -Band Wireless Ethernet Bridge, 4 Inputs...................................................................................................2,007.61 124.76 Note: 5.3 or 5.8 GHz. 28 23 00 00-0020 EA 24 dBi Gain, 5.25-5.85 GHz Band, 9 Degree Beamwidth, Patch Antenna..........................................................................898.48 124.76 28 23 00 00-0021 EA Extreme IR Illuminator, ZXLED850.20.............................................................................................................................2,837.51 124.76 28 23 00 00-0022 EA Extreme IR Illuminator, UFLED850.30.............................................................................................................................1,304.70 62.38 28 23 00 00-0023 EA Extreme IR Illuminator, EX26LED850M..............................................................................................................................714.73 62.38 28 23 00 00-0024 EA Smart Sight Wireless Link................................................................................................................................................3,546.58 62.38 28 23 00 00-0025 EA S1000 System Including Transmitter And Receiver.........................................................................................................4,261.30 124.60 28 23 00 00-0026 EA S1600e-R Video Decoder................................................................................................................................................1,038.81 62.38 28 23 00 00-0027 EA Pole Mount Adapter............................................................................................................................................................189.44 62.38 28 23 00 00-0028 Camera Mounting (28238888-8002, 28 23 00 00-0029 Camera Wall Mounts(28230000-oo28) 28 23 00 00-0030 EA Parapet Camera Wall Mount, 1.5' Diameter Pipe...............................................................................................................501.39 62.30 28 23 00 00-0031 EA Spectra Wall Mount, Gray...................................................................................................................................................114.75 31.19 28 23 00 00-0032 EA Spectra Wall Mount Pole Adapter For SW M-GY..................................................................................................................93.53 31.19 28 23 00 00-0033 EA Wall Mount Bracket For Exterior CCTV..............................................................................................................................372.26 62.38 28 23 00 00-0034 Control Panels(28230000-0oo2) 28 23 00 00-0035 EA CCTV Control Panel With Keyboard And Battery Backup, Up To 7 Cameras...............................................................18,740.00 28 23 00 00-0036 EA CCTV Control Panel With Keyboard And Battery Backup, 7 To 14 Cameras................................................................22,488.00 28 23 00 00-0037 EA CCTV Control Panel With Keyboard And Battery Backup, 15 To 20 Cameras..............................................................26,236.00 28 23 00 00-0038 EA CCTV Control Panel With Keyboard And Battery Backup, >21 Cameras......................................................................29,984.00 28 23 00 00-0039 Closed Circuit Television And Surveillance Systems (Vicon)(2823) Note: Includes a 3 year manufacturer's warranty. Use Vicon replacement models, "or equal', when the listed models are superseded. 28 23 00 00-0040 Vicon CCTV Factory Project Management Program (28230000-0039) Note: For first time installations at a facility. 28 23 00 00-0041 EA Factory Project Management Program For 1 To 20 Camera System Vicon CCTV Installation Support ..........................3,499.80 Note: Includes two site visits by a Vicon technical representative. First site visit to generate punch list and 2nd site visit for final inspection and training. 28 23 00 00-0042 EA Factory Project Management Program For 21 To 40 Camera System Vicon CCTV Installation Support........................4,374.75 Note: Includes two site visits by a Vicon technical representative. First site visit to generate punch list and 2nd site visit for final inspection and training. 28 23 00 00-0043 EA Factory Project Management Program For >40 Camera System Vicon CCTV Installation Support ................................5,249.70 Note: Includes three site visits by a Vicon technical representative. First site visit during installation commencement, 2nd to generate punch list, and 3rd site visit for final inspection and training. copyright 2020 The Gordian Group, Inc. Page 28 - 10 Packet Pg. 94 2.3.a 4"o ppp"1 Packet Pg. 95 2.3.a This Page Intentionally Left Blank Packet Pg. 96 2.3.a 28 - Electronic Safety And Security SECTION 28 13 33 16 - PERIMETER SECURITY 1.1 GENERAL A. Description Of Work 1. This specification covers the furnishing and installation of materials for perimeter security. Products shall be as follows or as directed by the Owner. Installation procedures shall be in accordance with the product manufacturer's recommendations. Demolition and removal of materials shall be as required to support the work. B. Summary 1. Section Includes: a. Perimeter detection and alarm system. b. Integration of other electronic and electrical systems and equipment. C. Definitions 1. CCTV: Closed-circuit television. 2. EMI: Electromagnetic interference. 3. PIR: Passive infrared. 4. RFI: Radio -frequency interference. 5. UPS: Uninterruptible power supply. 6. Control Unit: System component that monitors inputs and controls outputs through various circuits. 7. Master Control Unit: System component that accepts inputs from other control units and may also perform control -unit functions. The unit has limited capacity for the number of protected zones and is installed at an unattended location or at a location where it is not the attendant's primary function to monitor the security system. 8. Monitoring Station: Facility that receives signals and has personnel in attendance at all times to respond to signals. A central station is a monitoring station that is listed. 9. Protected Zone: A protected premises or an area within a protected premise that is provided with means to prevent an unwanted event. 10. Standard Intruder: A person who weighs 100 lb (45 kg) or less and whose height is 60 inches (1525 mm) or less; dressed in a long-sleeved shirt, slacks, and shoes unless environmental conditions at the site require protective clothing. 11. Standard -Intruder Movement: Any movement, such as walking, running, crawling, rolling, or jumping, of a "standard intruder" in a protected zone. 12. Systems Integration: The bringing together of components of several systems containing interacting components to achieve indicated functional operation of combined systems. 13. Zone. A defined area within a protected premise. It is a space or area for which an intrusion must be detected and uniquely identified. The sensor or group of sensors must then be assigned to perform the detection, and any interface equipment between sensors and communication must link to master control unit. D. Action Submittals 1. Product Data: Components for sensing, detecting, systems integration, and control, including dimensions and data on features, performance, electrical characteristics, ratings, and finishes. 2. Shop Drawings: Detail assemblies of standard components that are custom assembled for specific application on this Project. a. Functional Block Diagram: Show single -line interconnections between components including interconnections between components specified in this Section and those furnished under other Sections. Indicate methods used to achieve systems integration. Indicate control, signal, and data communication paths and identify programmable logic Perimeter Security Sample 21 Packet Pg. 97 c 0 0. 0 L c c� c 0 U L a� E O 0 28 - Electronic Safety And Security 2.3.a controllers OR networks, as directed, and control interface devices and media to be used. Describe characteristics of network and other data communication lines. 1) Indicate methods used to achieve systems integration. 2) Indicate control, signal, and data communication paths and identify PLCs, networks, control interface devices, and media to be used. 3) Describe characteristics of network and other data communication lines. 4) Describe methods used to protect against power outages and transient voltages including types and ratings of isolation and surge suppression devices used in data, communication, signal, control, and ac and do power circuits. b. Raceway Riser Diagrams: Detail raceway runs required for perimeter security and for systems integration. Include designation of devices connected by raceway, raceway type, and size, and type and size of wire and cable fill for each raceway run. C. UPS: Sizing calculations. d. Site and Floor Plans: Indicate final outlet and device locations, routing of raceways, and cables inside and outside the building. Include room layout for central -station control -unit console, terminal cabinet, racks, and UPS. e. Master Control Unit Console Layout: Show required artwork and device identification. f. Device Address List: Coordinate with final system programming. g. System Wiring Diagrams: Include system diagrams unique to Project. Show connections for all devices, components, and auxiliary equipment. Include diagrams for equipment and for system with all terminals and interconnections identified. h. Details of surge -protection devices and their installation. i. Sensor detection patterns and adjustment ranges. 3. Equipment and System Operation Description: Include method of operation and supervision of each component and each type of circuit. Show sequence of operations for manually and automatically initiated system or equipment inputs. Description must cover this specific Project; manufacturer's standard descriptions for generic systems are not acceptable. 4. Samples for Initial Selection: For units with factory -applied color finishes. 5. Samples for Verification: For each type of exposed finish required. E. Informational Submittals 1. Qualification Data: For Installer, security systems integrator, and testing agency. 2. Field quality -control test reports. 3. Warranty: Sample of special warranty. 4. Other Information Submittals: a. Test Plan and Schedule: Test plan defining all tests required to ensure that system meets technical, operational, and performance specifications within 60 days of date of Contract award. b. Examination reports documenting inspections of substrates, areas, and conditions. C. Anchor inspection reports documenting inspections of built-in and cast -in anchors. F. Closeout Submittals 1. Operation and Maintenance Data: For perimeter security system to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 01 Section "Operation And Maintenance Data", include the following: a. Data for each type of product, including features and operating sequences, both automatic and manual. b. Master control -unit hardware and software data. G. Maintenance Material Submittals 1. One spare control -unit board(s) for strain -sensitive cable system and one cable repair and splice kit(s). 2. One of each type of microwave sensor and one of each type of power supply for microwave perimeter security system. Perimeter Securi 28133316-2 Packet Pg. 98 2.3.a 28 - Electronic Safety And Security 1.2 3. One of each spare sensor and PIR unit and one alignment telescope(s) for long-range PIR system. 4. One spare control -unit board(s) for electrostatic -field system. 5. One spare control -unit board(s) for buried, ported coaxial cable system, 10 feet (3 m) of cable; and one cable repair and splice kit(s). 6. Fuses: Three of each kind and size. 7. Tool Kit: Provide six sets of tools for use with security fasteners, each packaged in a compartmented kit configured for easy handling and storage. 8. Security Fasteners: Furnish no fewer than 1 box for every 50 boxes or fraction thereof, of each type and size of security fastener installed. H. Quality Assurance 1. Installer Qualifications: a. An employer of workers, at least one of whom is a technician certified by the National Burglar & Fire Alarm Association. b. Manufacturer's authorized representative who is trained and approved for installation of units required for this Project. 2. Security Systems Integrator Qualifications: An experienced perimeter security equipment supplier and Installer who has completed systems integration work for installations similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. 3. Testing Agency Qualifications: Member company of NETA or an NRTL. a. Testing Agency's Field Supervisor: Currently certified by NETA to supervise on -site testing. 4. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70, by a qualified testing agency, and marked for intended location and application. 5. FMG Compliance: FMG-approved and -labeled perimeter security devices and equipment. 6. Comply with NFPA 70. Project Conditions 1. Environmental Conditions: Capable of withstanding the following environmental conditions without mechanical or electrical damage or degradation of operating capability: a. Altitude: Sea level to 4000 feet (1220 m). b. Master Control Unit: Rated for continuous operation in an ambient of 60 to 85 deg F (16 to 29 deg C) and a relative humidity of 20 to 80 percent, noncondensing. C. Exterior Environment: System components installed in locations exposed to weather shall be rated for continuous operation in ambients of minus 30 to plus 122 deg F (minus 34 to plus 50 deg C) dry bulb and 20 to 90 percent relative humidity, condensing. Comply with UL 294 and UL 639 for outdoor -use equipment. Rate for continuous operation when exposed to rain as specified in NEMA 250, winds up to 85 mph (137 km/h) and snow cover up to 24 inches (610 mm) thick. d. Hazardous Environment: System components located in areas where fire or explosion hazards may exist because of flammable gases or vapors, flammable liquids, combustible dust, or ignitable fibers or flyings shall be rated, listed, and installed according to NFPA 70. Warranty: 1. Special Warranty: Manufacturer's standard form in which manufacturer and Installer agree to repair or replace components of perimeter security devices and equipment that fail in materials or workmanship within specified warranty period. a. Warranty Period: Two years from date of Final Completion. PRODUCTS A. Functional Description Of System c 0 0. 0 a a� c c� L Y c 0 U a� E L 0 0 a Sample Perimeter Secu Packet Pg. 99 28 - Electronic Safety And Security 2.3.a 1. Description: Perimeter protection system with fence -mounted systems OR buried sensors OR volumetric detectors, as directed, integrated into a single perimeter detection and alarm system. 2. Supervision: System components shall be continuously monitored for normal, alarm, supervisory and trouble conditions. Indicate deviations from normal conditions at any location in system. Indication includes identification of device or circuit in which deviation has occurred and whether deviation is an alarm or malfunction. a. Alarm Signal: Display at central -station control unit and actuate audible and visual alarm devices. b. Trouble Condition Signal: Distinct from other signals, indicating that system is not fully functional. Trouble signal shall indicate system problems such as battery failure, open or shorted transmission line conductors, or controller failure. C. Supervisory Condition Signal: Distinct from other signals, indicating an abnormal condition as specified for the particular device or controller. 3. System Control: Central -station control unit shall directly monitor gate detection devices, perimeter detection units, and connecting wiring. OR System Control: One or more remote, addressable controllers operate under control of a central - station control -unit microcomputer in a multiplexed distributed control system or as part of a network. Controllers shall receive programming by multiplexed signal transmission from a central -station control -unit microprocessor or microcomputer and hold data in nonvolatile memory. System shall automatically reboot program without error or loss of status or alarm data after any system disturbance, as directed. 4. Operator Commands: a. Help with System Operation: Display all commands available to operator. Help command, followed by a specific command, shall produce a short explanation of the purpose, use, and system reaction to that command. b. Acknowledge Alarm: To indicate that alarm message has been observed by operator. C. Place Protected Zone in Access: Disable all intrusion -alarm circuits of a specific protected zone. Tamper circuits may not be disabled by operator. d. Place Protected Zone in Secure: Activate all intrusion -alarm circuits of a protected zone. e. Protected Zone Test: Initiate operational test of a specific protected zone. f. System Test: Initiate system -wide operational test. g. Print Reports. 5. Timed Control at Central -Station Control Unit: Allow automatically timed "secure" and "access" functions of selected protected zones. 6. Automatic Control of Related Systems: Alarm or supervisory signals from certain perimeter security devices control the following functions in related systems: a. Switch selected lights. b. Open a signal path between certain intercommunication stations. C. Shift sound system to "listening mode" and open a signal path to certain system speakers. d. Switch signal to selected monitor from closed-circuit television camera in vicinity of sensor signaling an alarm. 7. Printed Record of Events: Print a record of alarm, supervisory, and trouble events on system printer. Sort and report by protected zone, device, and function. When central -station control unit receives a signal, print a report of alarm, supervisory, or trouble condition. Report type of signal (alarm, supervisory, or trouble), protected zone description, date, and time of occurrence. Differentiate alarm signals from other indications. When system is reset, report reset event with the same information concerning device, location, date, and time. Commands shall initiate the reporting of a list of current alarm, supervisory, and trouble conditions in system or a log of past events. 8. Response Time: Two seconds between actuation of any alarm and its indication at central - station control unit. 9. Circuit Supervision: Supervise all signal and data transmission lines, links with other systems, controllers, and sensors from central -station control unit. Indicate circuit and detection device Perimeter Securi 28133316-4 Packet Pg. 100 2.3.a 28 - Electronic Safety And Security faults with both protected zone and trouble signals, sound a distinctive audible tone, and illuminate an LED. Maximum permissible elapsed time between occurrence of a trouble condition and indication at central -station control unit is 20 seconds. Initiate an alarm in response to opening, closing, shorting, or grounding of a signal or data transmission line. 10. Programmed Secure -Access Control: System shall be programmable to automatically change status of various combinations of protected zones between secure and access conditions at scheduled times. Status changes may be preset for repetitive, daily, and weekly; specially scheduled operations may be preset up to a year in advance. Manual secure -access control stations shall override programmed settings. 11. Manual Secure -Access Control: Coded entries at manual stations shall change status of associated protected zone between secure and access conditions. B. System Component Requirements 1. Compatibility: Detection devices and their communication features, connecting wiring, and master control unit shall be selected and configured with accessories for full compatibility with the existing equipment. 2. Perimeter Security Units: Listed and labeled by a qualified testing agency for compliance with U L 639. 3. Surge Protection: Protect components from voltage surges originating external to equipment housing and entering through power, communication, signal, control, or sensing leads. Include surge protection for external wiring of each conductor entry connection to components. a. Minimum Protection for Power Lines 120 V and More: Auxiliary panel suppressors complying with requirements in Division 26 Section "Transient -voltage Suppression For Low -voltage Electrical Power Circuits". b. Minimum Protection for Communication, Signal, Control, and Low -Voltage Power Lines: Comply with requirements in Division 26 Section "Transient -voltage Suppression For Low - voltage Electrical Power Circuits" as recommended by manufacturer for type of line being protected. 4. Interference Protection: Components shall be unaffected by radiated RFI and electrical induction of 15 V/m over a frequency range of 10 to 10,000 MHz and conducted interference signals up to 0.25-V RMS injected into power supply lines at 10 to 10,000 MHz. 5. Tamper Protection: Tamper switches on detection devices, controllers, annunciators, pull boxes, junction boxes, cabinets, and other system components shall initiate a tamper -alarm signal when unit is opened or partially disassembled and when entering conductors are cut or disconnected. Central -station control -unit alarm display shall identify tamper alarms and indicate locations. 6. Self -Testing Devices: Automatically test themselves periodically, but not less than once per hour, to verify normal device functioning and alarm initiation capability. Devices transmit test failure to central -station control unit. 7. Antimasking Devices: Automatically check operation continuously or at intervals of a minute or less, and use signal -processing logic to detect blocking, masking, jamming, tampering, or other operational dysfunction. Devices transmit detection of operational dysfunction to central -station control unit as an alarm signal. 8. Addressable Devices: Transmitter and receivers shall communicate unique device identification and status reports to central -station control unit. 9. Remote -Controlled Devices: Individually and remotely adjustable for sensitivity and individually monitored at central -station control unit for calibration, sensitivity, and alarm condition. c 0 0. 0 a a� c c� L Y c 0 U a� E L 0 0 a C. Enclosures 1. Interior Sensors: Enclosures that protect against dust, falling dirt, and dripping noncorrosive liquids. 2. Interior Electronics: NEMA 250, Type 12. 3. Exterior Electronics: NEMA 250, Type 4X fiberglass OR stainless steel, as directed. 4. Corrosion Resistant: NEMA 250, Type 4X PVC OR stainless steel, as directed. 5. Terminal cabinets in handholes and manholes shall be NEMA 250, Type 6 OR 6P, as directed. Perimeter Security Sample 2 Packet Pg. 101 2.3.a 28 - Electronic Safety And Security Screw Covers: Where enclosures are accessible to inmates, secure with security fasteners of type appropriate for enclosure. D. Secure And Access Devices 1. Keypad and Display Module: Arranged for entering and executing commands for system -status changes and for displaying system -status and command -related data. 2. Key -Operated Switch: Change protected zone between secure and access conditions. E. Strain -Sensitive Cable 1. Description: Strain -sensitive, coaxial transducer cable shall monitor chain -link -type and welded - mesh -type fence and generate an alarm when a standard intruder attempts to climb over, cut through, or lift fence fabric. 2. Environment: Suitable for exterior installation and the following conditions: a. Ambient Temperatures: Ranging from minus 22 to plus 158 deg F (minus 30 to plus 70 deg C). 3. Transducer Cable: a. Ultraviolet -resistant cable furnished by system manufacturer. b. Suitable for up to 1000 feet (300 m) of sensor cable per single -zone controller and up to 2000 feet (600 m) of sensor cable per dual -zone processor. C. Sensitivity shall be uniform throughout its entire length, requiring only one variable sensitivity adjustment throughout its entire length. 4. Control Unit: a. Field mounted, with tamper switch at controller board. b. Electronic circuitry shall discriminate between acceptable fence movement and intrusion - related disturbances. C. Sensitivity, count control, and climb -over processors shall be adjustable with a minimum of five individual count -control and climb -over adjustments. d. Controller output shall have adjustable pulse width to adjust the time the alarm relay will activate per detected intrusion attempt. 5. System Performance: a. Immune to RFI and EMI environments; interference shall have no effect on normal operational characteristics. b. Trouble and Tamper: Entire sensor system shall be fully supervised with individually monitored tamper and supervision alarms. Disconnecting, cutting, or shorting of strain - sensitive cable results in supervisory alarm. C. Intrusion Simulation: Each zone shall have a self -test feature that, when activated by a signal from central -station control unit, will produce an intrusion alarm and verify operation of sensor. F. Microwave Intrusion Detectors 1. Description: Volumetric microwave detection system. 2. Device Performance: Microwave transmitter establishes an electromagnetic field in an adjustable detection pattern and detects intrusion by monitoring changes in that pattern. a. Movement Sensitivity: Adjustable, able to detect standard -intruder movement within sensor's detection pattern at any speed between 0.1 to 50 fps (0.03 to 15.2 m/s). Sensor sensitivity adjustments shall be accessible only when sensor housing is removed, and sensors shall comply with 47 CFR 15. b. Detection range: 15 to 600 feet (5 to 180 m). C. Range Sensitivity: Adjustable for setting area of protection between 15 to 500 feet (5 to 152 m) in range and from 2 to 40 feet (0.6 to 12 m) in beam diameter. d. Trouble and Tamper: Fully supervised with individually monitored tamper and supervision alarms. System failure shall result in tamper alarm. System jamming or wrong modulation shall result in supervisory alarm. Perimeter Security 28 13 33 16 - 6 1 Packet Pg. 102 2.3.a 28 - Electronic Safety And Security e. Activation Indicator: LED indicator shall not be visible during normal operation. Indicator shall light when sensor detects a standard intruder. Locate test -enabling switch under sensor housing cover. f. Remote Test: When initiated by central -station control unit, start a test sequence for each detector element that simulates standard -intruder movement within sensor's detection patterns, causing an alarm. 3. Environment: Suitable for exterior installation and the following conditions: a. Ambient Temperatures: Ranging from minus 30 to plus 158 deg F (minus 34 to plus 70 deg C) and in rainfall up to 4 inches (100 mm). G. Electrostatic Field 1. Description: Electronically balanced phase electrostatic -field detection system consisting of a field generator that generates an electrical field in one or more field wires and that has two or more sensing wires, a sense filter, amplifier, and a controller. Detection fields shall have a minimum of four different frequencies so adjacent zones cannot interfere with each other. 2. Environment: Suitable for exterior installation and the following conditions: a. Ambient Temperatures: Ranging from minus 22 to plus 158 deg F (minus 30 to plus 70 deg C). 3. System Performance: a. Detect, via sense wires, a compound signal form consisting of amplitude change, rate of change, and pre-set time disturbance that forms a "signature" of human movement. Generate an alarm when all exist simultaneously. Provide detection fields of not less than four different frequencies so adjacent zones do not interfere with each other. b. Control Units: Single or multiple zone, with sense filter. Front panel with calibration meter, status of alarm transmitter, sensitivity selector, test point selector, power indicator, and power control. Control unit shall reject signals due to wind and small objects striking the wires. C. Motion Detection: Sense standard -intruder movement at rates from 0.15 to 26 fps (0.045 to 8.0 m/s). d. Zone Length: Not to exceed 500 feet (152 m) OR 325 feet (100 m), as directed. e. Supervision: Generate trouble signal if field or sense wires are cut or shorted to ground or to each other. Generate supervisory alarm if received signal is substantially reduced. 4. Insulators, Wire -Tensioning Devices, and Brackets: Manufacturer's standard for mounting and tensioning of wires. 5. Field and Sensing Wires: Stainless steel. H. Buried, Ported Coaxial Cable 1. Description: Buried electrostatic -field detection system consisting of parallel, ported coaxial cables that generate a detection field between cables. 2. Environment: Suitable for exterior installation and the following conditions: i a. Ambient Temperatures: Ranging from minus 22 to plus 158 deg F (minus 30 to plus 70 deg C). 3. System Performance: One of two parallel cables receives a continuous wave signal from a transmitter module. Second cable, connected to a sensor module, detects, preamplifies, and analyzes variations in signal. When system senses "signature" of a standard intruder in the detection zone, based on mass, motion, and time of day, it generates an alarm. a. Transmitter: Locate at one end of zone, with standby battery. b. Preamplifier -Sensor: Locate at opposite end from transmitter, with standby battery. C. Front panel with sensitivity calibration meter, calibrated self -test potentiometer, power switch, and LED normal and malfunction indicators. d. Electromagnetic Radiation: Less than 50 mV per meter at 30 m. e. Motion Detection: Sense standard -intruder movement at rates from 0.17 to 26 fps (0.05 to 8.0 m/s). f. Zone Length: Not to exceed 500 feet (152 m) OR 325 feet (100 m), as directed. g. Zone Width: Not to exceed 15 feet (4.6 m), with an average width of 12 feet (3.7 m). Perimeter Security Sample 2 Packet Pg. 103 28 - Electronic Safety And Security 2.3.a h. Zone Height: Approximately 3.3 feet (1.0 m), depending on sensitivity setting. i. Supervision: Generate trouble signal if cable is cut or shorted to ground. Generate supervisory alarm if cabinets are tampered with. 4. Enclosures: Hinged cover with tamper switch and security fasteners. 5. Buried, Ported Coaxial Cable: Approximately 1/2-inch (1.3-mm) diameter, minimum 10 AWG center conductor, foam polyethylene dielectric, braided copper outer conductor, and polyethylene jacket. Long -Range PIR Detectors 1. Description: Volumetric passive infrared detection system. 2. Listed and labeled by a qualified testing agency for compliance with SIA PIR-01. 3. Environment: Suitable for exterior installation and the following conditions: a. Ambient Temperatures: Ranging from minus 30 to plus 150 deg F (minus 34 to plus 65 deg C). 4. System Performance: Detect an interruption of dual -infrared light beams that link transmitters and receivers. Generate an alarm when signal is interrupted due to presence of an object that interrupts both beams. a. Sensitivity: Field adjustable to allow adjustment of range from 25 to 500 feet (7.6 to 152 m), generating an alarm within 20 to 50 ms when both beams are interrupted. b. Detection system shall adjust automatically to compensate for weather, including fog, rain, snow, blowing dust, and rapid temperature changes. C. Motion Detection: Detect standard -intruder movement at rates from 0.1 to 50 fps (0.03 to 15.2 m/s). d. Supervision: Generate supervisory alarm if any portion of system is tampered with. e. Remote Test: When initiated by central -station control unit, start a test sequence for each detector element that simulates standard -intruder movement within sensor's detection patterns, causing an alarm. Geophone Fence Detection 1. Description: Fence -mounted system to detect attempts to cut or climb the protected fence, using geophone sensors that respond to specific shock or vibrations. 2. Environment: Suitable for exterior installation and the following conditions: a. Ambient Temperatures: Ranging from minus 30 to plus 150 deg F (minus 34 to plus 65 deg C). 3. System Performance: a. Controller: 10 zone capacity for processing geophone generated analog signals. Each zone shall consist of not more than 10 sensors. 1) Adjustments: For each zone provide stepped gain control for sensitivity, and switches for geophone signal filters to minimize nuisance alarms. System shall adjust automatically to compensate for weather, including fog, rain, snow, blowing dust, and rapid temperature changes. 2) Trouble Condition Signal: Generate when any zone fails. 3) Supervisory Condition Signal: Generate on interference with controller operation or when detecting a break-in into a enclosure housing electronics. b. Sensors: Fence mounted 20 feet (6 m) o.c. C. Cable for Interconnection of System Components: Shielded, PVC jacketed and armored, as supplied by system manufacturer. d. Test each zone simulating an alarm condition. Test by command from central -station control OR test switch at controller inside the enclosure, as directed. K. Video Motion Sensor 1. Description: Video -surveillance based detection system. 2. Device Performance: Detect changes in video signal within a user -defined protected zone. Provide an alarm output for each video input. Perimeter Securi 28133316-8 Packet Pg. 104 2.3.a 28 - Electronic Safety And Security a. Detect movement within protected zone of standard intruders wearing clothing with a reflectivity that differs from that of background scene by a factor of 2. Reject all other changes in video signal. b. Modular design that allows for expansion or modification of number of inputs. C. Adjustable Controls: 1) Number of detection zones. 2) Size of detection zones. 3) Sensitivity of detection of each protected zone. d. Mounting: Standard 19-inch (480-mm) rack as described in EIA 310. 3. Environment: Suitable for installation in interior air-conditioned spaces. L. Gate Units 1. Description: Fence mounted gate -movement detector, blanced-magnetic type, UL listed for outdoor locations. Units shall be designed for mounting on single- or double -leaf swinging or rolling gates and have armored jumper cables between switch and stationary junction box for wiring to central -station control unit and tamper switches in junction box. 2. Device Performance: Bias magnet and at least three encapsulated -reed switches that resist compromise from introduction of foreign magnetic fields, with integral overcurrent protective device to limit current to 80 percent of switch capacity. 3. Remote Test: Simulate movement of actuating magnet from central -station control unit. M. Field -Mounted Control Units 1. Field -mounted control units shall include the power supply and detector specific functions, and provide for communications with the master control unit. Control unit shall include read-only resident software needed for startup, a time clock, and all automatic operations. Software shall be downloaded from the master control unit. 2. Battery Backup: UPS, providing 6 hours of run time during a power outage, with 2-rate automatic battery charger to fully recharge batteries within 12 hours after normal power is restored. a. Batteries: Rechargeable, valve -regulated, recombinant, sealed, lead -acid type with nominal 10-year life expectancy. b. Battery Charger: Solid-state, fully automatic, variable -charging -rate type. Charger shall recharge fully discharged battery within 24 hours. 3. Annunciation: Indicate a change in system condition and switching of system or component to backup power. c 0 0. 0 a a� c c� L Y c 0 U a� E L 0 0 a N. Master Control Unit 1. Description: Supervise sensors and detection subsystems and their connecting communication links, status control (secure or access) of sensors and detector subsystems, activation of alarms and supervisory and trouble signals, and other indicated functions. a. System software and programs shall be held in flash electrically erasable programmable i read-only memory (EEPROM), retaining the information through failure of primary and secondary power supplies. b. Include a real-time clock for time annotation of events on the event recorder and printer. C. Addressable initiation devices that communicate device identity and status. d. Control circuits for operation of mechanical equipment in response to an alarm. 2. Construction: Freestanding equipment rack OR Desk -mounted console, as directed, modular, with separate and independent alarm and supervisory system modules. Alarm -initiating protected zone boards shall be plug-in cards. Arrangements that require removal of field wiring for module replacement are unacceptable. 3. Comply with UL 609 OR UL 681 OR UL 1076, as directed. 4. Console Controls and Displays: Arranged for interface between human operator at master control unit and addressable system components including annunciation and supervision. Display alarm, supervisory, and component status messages and the programming and control menu. Perimeter Security Sample 2 Packet Pg. 105 28 - Electronic Safety And Security 2.3.a a. Annunciator and Display: LCD type, one OR two OR three line(s) of 40 OR 80 characters, minimum, as directed. b. Keypad: Arranged to permit entry and execution of programming, display, and control commands C. Control -Unit Network: Automatic communication of alarm, status changes, commands, and other communications required for system operation. Communication shall return to normal after partial or total network interruption such as power loss or transient event. Total or partial signaling network failures shall identify the failure and record the failure at the annunciator display and at the system printer. d. Field Device Network: Communicate between the control unit and field devices of the system. Communications shall consist of alarm, network status, and status and control of field -mounted processors. Each field -mounted device shall be interrogated during each interrogation cycle. e. Operator Controls: Manual switches and push -to -test buttons that do not require a key to operate. Prevent resetting of alarm, supervisory, or trouble signals while alarm or trouble condition persists. Include the following: 1) Acknowledge alarm. 2) Silence alarm. 3) System reset. 4) LED test. f. Timing Unit: Solid state, programmable, 365 days. g. Confirmation: Relays, contactors, and other control devices shall have auxiliary contacts that provide confirmation signals to system for their on or off status. Software shall interpret such signals, display equipment status, and initiate failure signals. h. Alarm Indication: An audible signal sounds and an LED lights at master control unit identifying the protected zone OR addressable detector, as directed, originating the alarm. Annunciator panel displays a common alarm light and sounds an audible tone. i. Alarm Indication: An audible signal sounds and a plain -language identification of the protected zone OR addressable detector, as directed originating the alarm appears on LED or LCDdisplay at master control unit. Annunciator panel displays a common alarm light and sounds an audible tone. j. Alarm Indication: An audible signal sounds and a plain -language identification of the protected zone OR addressable detector, as directed originating the alarm appears on LED, LCD or cathode -ray -tube display, as directed at master control unit. Annunciator panel alarm light and audible tone identify protected zone signaling an alarm. k. Alarm activation sounds a bell OR siren OR strobe OR bell or siren and strobe, as directed. 5. Protected Zones: Quantity of alarm and supervisory zones as indicated, with capacity for expanding number of protected zones by a minimum of 25 percent. 6. Power Supply Circuits: Master control units shall provide power for remote power -consuming detection devices. Circuit capacity shall be adequate for at least a 25 percent increase in load. 7. UPS: Comply with Division 26 Section "Static Uninterruptible Power Supply". UPS shall be sized to provide a minimum of six hours of master control -unit operation. 8. Cabinet: Lockable, steel enclosure arranged so operations required for testing, normal operation, and maintenance are performed from front of enclosure. If more than a single cabinet is required to form a complete control unit, provide exactly matching modular enclosures. Accommodate all components and allow ample gutter space for field wiring. Identify each enclosure by an engraved, laminated, phenolic -resin nameplate. Lettering on enclosure nameplate shall not be less than 1 inch (25 mm) high. Identify, with permanent labels, individual components and modules within cabinets. 9. Transmission to Monitoring Station: A communications device to automatically transmit alarm, supervisory, and trouble signals to the monitoring station, operating over a standard voice grade telephone leased line. Comply with UL 1635. Perimeter Securi 28133316-10 Packet Pg. 106 2.3.a 28 - Electronic Safety And Security 1.3 10. Printout of Events: On receipt of signal, print alarm, supervisory, and trouble events. Identify zone, device, and function. Include type of signal (alarm, supervisory, or trouble) and date and time of occurrence. Differentiate alarm signals from all other printed indications. Also print system reset event, including same information for device, location, date, and time. Commands initiate the printing of a list of existing alarm, supervisory, and trouble conditions in the system and a historical log of events. O. Audible And Visual Alarm Devices 1. Bell: UL listed, 10 inches (254 mm) in diameter, rated to produce a minimum sound output of 84 dB at 10 feet (3 m) from central -station control unit. a. Enclosure: Weather -resistant steel box equipped with tamper switches on cover and on back of box. 2. Klaxon Weatherproof Motor -Driven Hooter: UL listed, rated to produce a minimum sound output of 120 dB at 3 feet (1 m), plus or minus 3 dB, at a frequency of 470 Hz. Rated for intermittent use - two minutes on, five minutes off. a. Designed for use in industrial areas and in high noise, severe weather marine environments. 3. Siren: 30-W speaker with siren driver, rated to produce a minimum sound output of 103 dB at 10 feet (3 m) from central -station control unit. a. Enclosure: Weather -resistant steel box with tamper switches on cover and on back of box. 4. Strobe: Xenon light complying with UL 1638, with a clear polycarbonate lens. a. Light Output: 115 cd, minimum. b. Flash Rate: 60 per minute. P. Security Fasteners 1. Operable only by tools produced for use on specific type of fastener by fastener manufacturer or other licensed fabricator. Drive system type, head style, material, and protective coating as required for assembly, installation, and strength. 2. Drive System Types: Pinned Torx-Plus, pinned Torx, or pinned hex (Allen). 3. Socket Flat Countersunk Head Fasteners: a. Heat -treated alloy steel, ASTM F 835 (ASTM F 835M). b. Stainless steel, ASTM F 879 (ASTM F 879M), Group 1 CW. 4. Socket Button Head Fasteners: a. Heat -treated alloy steel, ASTM F 835 (ASTM F 835M). b. Stainless steel, ASTM F 879 (ASTM F 879M), Group 1 CW. 5. Socket Head Cap Fasteners: a. Heat -treated alloy steel, ASTM A 574 (ASTM A 574M). b. Stainless steel, ASTM F 837 (ASTM F 837M), Group 1 CW. 6. Protective Coatings for Heat -Treated Alloy Steel: a. Zinc chromate, ASTM F 1135, Grade 3 or 4; for exterior applications and interior applications where indicated. b. Zinc phosphate with oil, ASTM F 1137, Grade I, or black oxide, unless otherwise indicated. Q. Source Quality Control 1. Electrostatic -Field and Buried, Ported Coaxial Cable Systems Electronics: Precondition at factory by subjecting modules to at least 4 days' operational burn -in at temperatures not less than 140 deg F (60 deg C). EXECUTION A. Examination 1. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of perimeter security. Sample Perimeter Secu Packet Pg. 107 2.3.a 28 - Electronic Safety And Security 2. Examine roughing -in for embedded and built-in anchors to verify actual locations of perimeter security connections before perimeter security installation. 3. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of perimeter security. 4. Inspect built-in and cast -in anchor installations, before installing perimeter security, to verify that anchor installations comply with requirements. Prepare inspection reports. a. Remove and replace anchors where inspections indicate that they do not comply with requirements. Reinspect after repairs or replacements are made. b. Perform additional inspections to determine compliance of replaced or additional anchor installations. Prepare inspection reports. 5. For material whose orientation is critical for its performance as a ballistic barrier, verify installation orientation. 6. Proceed with installation only after unsatisfactory conditions have been corrected. B. Systems Integration 1. Integrate perimeter security system with the following systems and equipment: a. Electronic door hardware. b. Elevators. C. Network lighting controls. d. Intercommunications and program systems. e. Public address and mass notification systems. f. Access control. g. Fire -alarm system. h. Intrusion detection system. i. Video surveillance. C. System Installation 1. Comply with UL 681 and NFPA 731. 2. Equipment Mounting: Install master control unit on finished floor with tops of cabinets not more than 72 inches (1830 mm) above the finished floor. a. Comply with requirements for seismic -restraint devices specified in Division 26 Section "Vibration And Seismic Controls For Electrical Systems". 3. Install wall -mounted equipment, with tops of cabinets not more than 72 inches (1830 mm) above the finished floor. a. Comply with requirements for seismic -restraint devices specified in Division 26 Section "Vibration And Seismic Controls For Electrical Systems". 4. Connecting to Existing Equipment: Verify that existing perimeter security system is operational before making changes or connections. a. Connect new equipment to existing control panel in existing part of the building. b. Connect new equipment to existing monitoring equipment at the Supervising Station. C. Expand, modify, and supplement existing control or monitoring equipment as necessary to extend existing control or monitoring] functions to the new points. New components shall be capable of merging with existing configuration without degrading the performance of either system. 5. Security Fasteners: Where accessible to inmates, install perimeter security components using security fasteners with head style appropriate for fabrication requirements, strength, and finish of adjacent materials except that a maximum of two different sets of tools shall be required to operate security fasteners for Project. Provide stainless -steel security fasteners in stainless -steel materials. 6. Wiring Method: Install power, signal, and data transmission wire and cable in raceways according to Division 26 Section(s) "Underground Ducts And Raceways For Electrical Systems" AND "Raceway And Boxes For Electrical Systems". Minimum conduit size shall be 1/2 inch (13 mm). Control and data transmission wiring shall not share raceways with any other system. Perimeter Security 28 13 33 16 - 12 1 Packet Pg. 108 2.3.a 4"o ppp"1 Packet Pg. 109 2.3.a SAN BERNARDINO COUNTY Active Contract Project Status -, Job Order Contract r Contract # Contractor Expiration ContractDate Max Value Estimate $ Work Order $ 19-822 19-823 19-824 19-825 19-826 19-827 19-828 19-829 19-830 19-831 19-832 19-833 19-834 19-835 Totals Horizons Construction Company International, Inc. Angeles Contractor, Inc. Exbon Development, Inc. PUB Construction, Inc. SJD&B, Inc. Horizons Construction Company International, Inc. Angeles Contractor, Inc. Exbon Development, Inc. PUB Construction, Inc. SJD&B, Inc. D. Burke Mechanical Corp. Emcor/Mesa PUB Construction, Inc. Angeles Contractor, Inc. 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 12/16/2020 $4,600,000.00 $0.00 $936,182.04 t V $4,600,000.00 $1,213.12 $651,377.06 r� C $4,600,000.00 $0.00 $537, 754.10 V $4,600,000.00 $0.00 $1,821,060.33 L aN L $4,600,000.00 $0.00 $374, 211.57 0 $3,000,000.00 $0.00 $1,024,041.84 O a U) $3,000,000.00 $0.00 $4, 291. 04 N v y $3,000,000.00 $0.00 $0.00 U) $3,000,000.00 $0.00 $221,101.29 $3,000,000.00 $0.00 $0.00 r to $3,000,000.00 $0.00 $1,571,271.62 0 O U $3,000,000.00 $0.00 $41,627.14 t $1,000,000.00 $0.00 $0.00 r L) L $1,000,000.00 $0.00 $0.00 O U $1,213.12 $7,182,918.02 `m Active Contract Project Status Report 8/6/2020 Page 1 of 1 Packet Pg. 110 2.3.a 1: SAN BERNARDINO COUNTY Job Order Status Report by Contractor - 18-217 - Horizons Construction Co. Int'I Inc. Job Order Contract Quote Job Order Project Joint Const. Const. Job Order Number Title PM Entered Scope RFP Due Recvd. Apprvd. NTP Start Complete Amount 18-217 - Horizons Construction Co. Int'I Inc. Identification 18-217-10.10.0770 PH 351 Bldg. Exterior Signage Additional Work J.Ban 11/27/18 09/17/18 09/17/18 11/29/18 12/14/18 12/14/18 12/15/18 12/17/18 $2,815.56 -02 Order 01 Identification Total: $2,815.56 INTP I 18-217-10.10.0405 Countywide Backflow Devices Relocation V.Tsa 01/02/20 01/02/20 01/13/20 01/07/20 01/10/20 01/21/20 01/28/20 02/24/20 $73,071.30 -05 Supplemental victorville location 18-217-10.10.0405 Countywide Backflow Devices Relocation V.Tsa 03/09/20 03/11/20 03/19/20 03/17/20 03/18/20 03/25/20 04/20/20 04/27/20 $17,452.31 -06 Supplemental NTP Total: $90,523.61 Construction 18-217-10.10.0157 Central Juvenile Court Holding Mods restrooms M.Mic 06/12/19 07/09/19 07/31/19 07/09/19 08/13/19 08/27/19 09/02/19 10/31/19 $51,095.52 -03 18-217-10.10.0157 Central Juvenile Court Holding unforeseen M.Mic 10/07/19 01/27/20 02/10/20 01/20/20 02/14/20 03/02/20 10/31/19 03/13/20 $38,526.93 -04 work 18-217-10.10.0770 PH 351 Bldg. Exterior Signage J.Ban 08/29/18 09/06/18 09/14/18 09/17/18 09/17/18 09/17/18 09/24/18 10/19/18 $19,716.04 -01 18-217-10.10.0772 PH 172 Bldg. Exterior Signage J.Ban 08/29/18 09/06/18 09/14/18 09/17/18 09/17/18 09/17/18 09/24/18 10/19/18 $19,716.04 -01 Construction Total: $129,054.53 Complete 18-217-10.10.0157 Central Juvenile Court Holding Mods M.Mic 10/30/18 11/06/18 11/20/18 12/14/18 02/06/19 02/20/19 03/01/19 07/26/19 $124,334.00 -01 18-217-10.10.0157 Central Juvenile Court Holding Mods M.Mic 03/14/19 03/14/19 03/28/19 04/16/19 05/22/19 05/22/19 04/11/19 06/28/19 $79,814.46 -02 Supplemental Job Order Tracking Report by Contract Page 1 of 3 Packet Pg. 111 2.3.a Quote Job Order Project Joint � � Const. Const. Job Order Number Title PM Entered Scope RFP Due Recvd. Apprvd. NTP Start Complete Amount 0 O 18-217 - Horizons Construction Co. Int'I Inc. rn d v Complete 18-217-10.10.0615 268 Building ADA Door Entry M.May 01/30/19 04/11/19 04/18/19 04/17/19 05/02/19 05/02/19 05/21/19 06/18/19 $17,825.94 fn -01 18-217-10.10.0615 268 Building ADA Door Entry Supplemental M.May 06/20/19 06/17/19 06/26/19 06/26/19 08/26/19 09/09/19 08/26/19 09/26/19 $6,725.20 'rr -02 3 Complete Total: $228,699.60 O Project Complete U 18-217-10.10.0337 Youth Justice Center Camera Installation M.Mic 07/05/18 11/06/18 11/20/18 12/07/18 02/05/19 02/20/19 03/01/19 05/15/19 $19,837.24 O r -01 v R 18-217-10.10.0337 Youth Justice Center Camera Installation M.Mic 04/16/19 04/11/19 04/26/19 05/02/19 05/20/19 05/20/19 04/22/19 05/31/19 $3,770.11 L +" C -02 Supplemental flooring and Light O CU 18-217-10.10.0338 CJDC Sally Port Hardening M.Mic 10/30/18 11/06/18 11/21/18 12/07/18 02/05/19 02/20/19 03/01/19 05/24/19 $34,881.81 L d -01 � L 18-217-10.10.0338 CJDC Sally Port Hardening Supplemental M.Mic 04/16/19 04/17/19 05/02/19 04/26/19 05/22/19 05/22/19 05/27/19 06/28/19 $14,255.87 O -02 flooring &light 'O O 18-217-10.10.0338 CJDC Sally Port Hardening Supplemental M.Mic 06/21/19 06/25/19 06/28/19 06/25/19 07/02/19 06/28/19 07/01/19 07/15/19 $2,870.46 L -03 concrete pad paint O 18-217-10.10.0338 CJDC Sally Port Hardening added more Razor M.Mic 07/11/19 07/09/19 07/23/19 07/22/19 07/23/19 07/30/19 08/08/19 09/06/19 $12,104.05 tL W -04 wires 18-217-10.10.0338 CJDC Sally Port Hardening added more Razor M.Mic 07/30/19 07/16/19 08/05/19 08/02/19 08/02/19 08/13/19 08/13/19 09/17/19 $16,322.59 ' N -05 wires 05 18-217-10.10.0405 Countywide Backflow Devices Relocation V.Tsa 05/15/18 05/16/18 07/13/18 06/19/18 10/23/18 08/09/18 08/27/18 11/16/18 $334,169.59 O 01 -0 18-217-10.10.0478 Fire Station #231 Reroof M.Mic 08/22/18 09/11/18 09/26/18 10/03/18 11/14/18 11/14/18 11/26/18 02/11/19 $77,580.70 LLI -01 4- O 18-217-10.10.0478 Fire Station #231 Reroof Supplemental M.Mic 11/05/18 10/29/18 11/12/18 11/07/18 11/14/18 11/14/18 11/26/18 02/11/19 $6,261.45 r -02 V 18-217-10.10.0647 303 West 3rd St Command Center E.Ban 05/03/19 05/03/19 05/06/19 05/01/19 05/06/19 05/06/19 07/15/19 08/05/19 $20,851.85 -01 N 18-217-10.10.0660 Public Defender Modular Roof Replacement M.Mic 12/29/17 08/27/18 09/07/18 09/24/18 10/23/18 10/23/18 11/08/18 12/03/18 $17,201.07 Q -01 O 18-217-10.10.0741 NEE002-Courthouse/SHR Roof Replace/Repair E.Ban 10/30/18 02/18/19 03/01/19 03/01/19 03/06/19 03/18/19 04/08/19 04/12/19 $66,772.27 I1 -01 18-217-10.10.0832 Phoenix Clinic Facility Water Rem./Repair- K.Hyl 02/22/19 03/25/19 04/05/19 03/13/19 04/02/19 02/22/19 04/29/19 06/30/19 $113,541.35 d E -01 WO-01 L v 18-217-10.10.0832 Phoenix Clinic Facility Water Rem./Repair- K.Hyl 04/05/19 04/04/19 04/13/19 04/12/19 04/15/19 04/15/19 04/16/19 07/13/19 $71,865.22 M -02 WO-02 Q Job Order Tracking Report by Contract Page 2 of 3 Packet Pg. 112 2.3.a Quote Job Order Project Joint � � Const. Const. Number Title PM Entered Scope RFP Due Recvd. Apprvd. NTP Start Complete 18-217 - Horizons Construction Co. Int'I Inc. Project Complete Job Order Amount p m- 2 18-217-10.10.0832 Phoenix Clinic Facility Water Rem./Repair - K.Hyl 04/29/19 04/29/19 04/30/19 05/02/19 05/20/19 05/20/19 05/13/19 06/30/19 $73,196.34 -03 WO-03 18-217-10.40.0019 Redlands Museum Backflow Device Relocation J.Ban 05/15/18 05/16/18 07/13/18 06/04/18 10/23/18 08/09/18 08/27/18 10/12/18 $59,001.90 -01 18-217-10.40.0019 Redlands Museum Backflow Device Relocation J.Ban 10/22/18 10/22/18 11/09/18 11/01/18 12/14/18 12/14/18 11/26/18 12/14/18 $24,356.82 -02 - PIV Replacement Project Complete Total: $968,840.68 Cancelled 18-217-10.10.0405 Countywide Backflow Devices Relocation V.Tsa 02/13/19 02/22/19 03/08/19 02/18/19 03/21/19 $21,842.43 -02 CGC PIV replacement Cancelled Total: $21,842.43 No Status Input 18-217-10.10.0405 Countywide Backflow Devices Relocation V.Tsa 05/01/19 05/08/19 $0.00 -03 Lena rd PIV replacement Supplemental 18-217-10.10.0405 Countywide Backflow Devices Relocation ISD V.Tsa 09/10/19 09/10/19 $0.00 -04 Supplemental No Status Input Total: $0.00 18-217 - Horizons Construction Co. Int'I Inc. Total: $1,441,776.41 Job Order Tracking Report by Contract Page 3 of 3 Packet Pg. 113 2.3.a County of San Bernardino SAN BERNARDINO 385 N. Arrowhead Avenue, 3rd Floor COUNTY San Bernardino, CA 92415-0184 O Job Order Contract Project Tracking Report - 18-220 - Vincor Construction Inc Maximum Potential Contract Amount = $3,000,000.00 Contract Expires On 05/2112019 Project Status Report Project Development I Project Number Project Title nt Proposal Proposal F-i--o-i NTP Probable Project Proposal NTP'd Job Order ! PMJob Number Job Title pe DSOW Due Recvd. Issued Cost Estimate In Review Amount ! 18-220-10.10.0 Countywide Conference Room Upgrade - Soundproofing 5th Floor 047 I M. Maynard 18-220-10.10.0047- 3/28/19 3/27/19 4/10/19 4/30/19 $0.00 $0.00 $0.00 $19,904.74 $ 01 M. Maynard 18-220-10.10.0047- 5/1/19 5/9/19 5/10/19 5/24/19 5/28/19 $0.00 $0.00 $0.00 $6,993.36 $1 j 02 18-220-10.10.0 High Desert Service Center Expansion 053 V. Tsangarides 18-220-10.10.0053- 01 V. Tsangarides 18-220-10.10.0053- 02 D. Bunch 18-220-10.10.0053- 03 D. Bunch 18-220-10.10.0053- 04 V. Tsangarides 18-220-10.10.0053- 05 18-220-10.10.0 Barstow Probation Bldg Remodel 079 Project Tracking Report by Contract - All Projects Subtotal for 18-220-10.10.0047 : $0.00 4/16/19 4/23/19 4/30/19 4/29/19 5/7/19 9/13/19 9/20/19 10/3/19 10/3/19 2/25/20 9/19/19 10/31 /19 11 /12/19 11 /13/19 1 /16/20 9/13/19 2/20/20 2/24/20 2/29/20 2/29/20 3/24/20 Subtotal for 18-220-10.10.0053 $0.00 $0.00 $26,898.10 $0.00 $0.00 $0.00 $9,601.20 $0.00 $0.00 $0.00 $85,811.68 $0.00 $0.00 $0.00 $15,562.29 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $9,396.54 $0.00 $0.00 $0.00 $120,371.71 $5, C u — C Page 1 _ _ _ August 06, 2020 Packet Pg. 114 2.3.a Project Tracking Report - 18-220 - Vincor Construction Inc Maximum Potential Contract Amount = $3,000,000.00 Contract Expires On 05/21/2019 O Project Status Report to Project Development Project Number Project Title Joint Proposal Proposal NTP Probable Project Proposal NTP'd Job Order v PM Job Number Job Title Scope DSOW Due Recvd. Issued Cost Estimate In Review Amount to S. Hughes 18-220-10.10.0079- 5/7/19 5/7/19 5/7/19 $0.00 $0.00 $0.00 $1,270.25 C 01 3 V. Tsangarides 18-220-10.10.0079- $0.00 $0.00 $0.00 $0.00 to O 02 OU Subtotal for 18-220-10.10.0079 : $0.00 $0.00 $: t2l $0.00 $1,270.25 18-220-10.10.0 Rancho Courthouse Patio Drain Repair i 350 I B. Rankin 18-220-10.10.0350- 12/5/18 12/12/18 12/27/18 2/5/19 2/21/19 $0.00 $0.00 $0.00 $55,746.14 $1IC < 01 Subtotal for 18-220-10.10.0350 : $0.00 $0.00 $1,Ot $0.00 $55,746.14 I 18-220-10.10.0 GHRC Security Panel and Intercom Project 362 r K. Hylin 18-220-10.10.0362- 1/9/19 4/12/19 4/15/19 4/15/19 4/15/19 $0.00 $0.00 $0.00 $821,231.83 $16,C u 01 C K. Hylin 18-220-10.10.0362- 7/18/19 7/19/19 7/19/19 7/19/19 8/5/19 $0.00 $0.00 $0.00 $55,393.81 $1,C 1 02 Subtotal for 18-220-10.10.0362 : $0.00 $0.00 $17,W $0.00 $876,625.64 1 lJ 18-220-10.10.0 CGC Roof Drain Repairs j 381 K. Hylin 18-220-10.10.0381- 7/25/18 8/23/18 8/30/18 8/23/18 11/1/18 $0.00 $0.00 $0.00 $679,676.12 $13,2 01 K. Hylin 18-220-10.10.0381- 5/2/19 5/9/19 5/15/19 5/15/19 5/8/19 $0.00 $0.00 $0.00 $34,586.83 $E 02 Subtotal for 18-220-10.10.0381 : $0.00 $0.00 $13,95 i $0.00 $714,262.95 18-220-10.10.0 Twin Peaks Courthouse Roof Repair 614 M. Maynard 18-220-10.10.0614- 7/31/18 8/15/18 9/18/18 10/2/18 $0.00 $0.00 $0.00 $83,588.03 $1,E 01 + e Project Tracking Report by Contract - All Projects Page 2 _ _ _ August 06, 2020 Packet Pg. 115 2.3.a Project Tracking Report - 18-220 - Vincor Construction Inc Maximum Potential Contract Amount = $3,000,000.00 Contract Expires On 05/21/2019 O Project Status Report N Project Development Project Number Project Title Joint Proposal Proposal NTP Probable Project Proposal NTP'd Job Order v PM Job Number Job Title Scope DSOW Due Recvd. Issued Cost Estimate In Review Amount to M. Maynard 18-220-10.10.0614- 1/8/19 1/9/19 1/9/19 1/9/19 1/24/19 $0.00 $0.00 $0.00 $4,312.50 C 02 3 N Subtotal for 18-220-10.10.0614 : $0.00 $0.00 $1,71 0 $0.00 $87,900.53 U 18-220-10.10.0 CGC Security Glass at the Reception Area 661 j K. Hylin 18-220-10.10.0661- 4/30/19 4/30/19 5/1/19 5/1/19 5/2/19 $0.00 $0.00 $0.00 $67.55 01 O K. Hylin 18-220-10.10.0661- 7/24/19 7/31/19 8/16/19 8/16/19 8/27/19 $0.00 $0.00 $0.00 $53,458.92 $1Ic U L 02 K. Hylin 18-220-10.10.0661- 11/14/19 2/6/20 2/18/20 2/6/20 2/26/20 $0.00 $0.00 $0.00 $22,715.57 $4 0 03 -0 O Subtotal for 18-220-10.10.0661 : $0.00 $0.00 $1,4E L $0.00 $76,242.04 ,0 18-220-10.10.0 ISD Loading Dock Leveler d u- 787 W V. Tsangarides 18-220-10.10.0787- 2/22/19 2/22/19 2/22/19 2/22/19 3/28/19 $0.00 $0.00 $0.00 $7,960.61 $1 N 01 C V. Tsangarides 18-220-10.10.0787- 4/11/19 4/15/19 4/16/19 4/16/19 4/23/19 $0.00 $0.00 $0.00 $1,558.51 O E 02 -a W Subtotal for 18-220-10.10.0787 : $0.00 $0.00 $1E -- $0.00 $9,519.12 r 18-220-10.10.0 CSG Administration Office Remodel U 810 O D. Chamberlain 18-220-10.10.0810- 3/14/19 3/22/19 4/15/19 4/15/19 4/19/19 $0.00 $0.00 $0.00 $123,294.03 $2,4 N 01 O D. Chamberlain 18-220-10.10.0810- 7/1/19 7/12/19 7/12/19 7/12/19 7/24/19 $0.00 $0.00 $0.00 $33,866.17 $E O 02 IL Subtotal for 18-220-10.10.0810 : $0.00 $0.00 $3,0E $0.00 $157,160.20 18-220-10.10.0 CGC Building Plaques Repair 818 Project Tracking Report by Contract - All Projects Page 3 _ _ _ August 06, 2020 Packet Pg. 116 2.3.a Project Tracking Report - 18-220 - Vincor Construction Inc Maximum Potential Contract Amount = $3,0005000.00 Contract Expires On 05/21/2019 0 Project Status Report Project Development s Project Number Project Title Joint Proposal Proposal NTP Probable Project Proposal NTP'd Job Order PM Job Number Job Title Scope DSOW Due Recvd. Issued Cost Estimate In Review Amount U M. Maynard 18-220-10.10.0818- 3/12/19 3/19/19 4/17/19 4/30/19 $0.00 $0.00 $0.00 $58,774.31 01 M. Maynard 18-220-10.10.0818- 8/21/19 8/26/19 8/26/19 8/26/19 9/9/19 $0.00 $0.00 $0.00 $3,174.68 s 02 C Subtotal for 18-220-10.10.0818 : $0.00 $0.00 $1,2( ; $0.00 $61,948.99 4 18-220-10.10.0 Sheriff's HQ Bathroom Sewer Repair 822 s ( K. Hylin 18-220-10.10.0822- 1/17/19 1/18/19 1/18/19 1/18/19 1/18/19 $0.00 $0.00 $0.00 $91,661.48 $1,� s 01 c K. Hylin 18-220-10.10.0822- 3/28/19 4/9/19 4/26/19 4/26/19 5/2/19 $0.00 $0.00 $0.00 $75,774.21 $1,4 C 02 d C Subtotal for 18-220-10.10.0822 : $0.00 $0.00 $3,2( s $0.00 $167,435.68 w Subtotal for 18-220 - Vincor Construction Inc: $0.00 $0.00 $45,92 0 $0.00 $2,355,381.36 Overall Total: $0.00 $0.00 $45,92 i $0.00 $2,355,381.36 C Project Tracking Report by Contract - All Projects Page 4 _ _ _ August 06, 2020 Packet Pg. 117 2.3.a Job Order Contract Subcontractor Listing Date 8/6/2020 Job Order Number: 18-162-10.10.0243-01 Job Order Title: ARMC - SPD Flooring Replacement To Michelle Viebach Staff Analyst 11 Project Management Division - County of San Bernardino 385 North Arrowhead Avenue, 3rd Flr. San Bernardi CA 92415-0184 From Jake Choe Project Manager Angeles Contractor, Inc. 783 Phillips Drive City of Industn CA 91748-1147 SAN BERNARDINO COUNTY Name of Contractor Trade DVBE DVBE $ Non DVBE$ % Kenastone Flooring Inc. N/A 0.00 9,400.00 86.22% TOTALS $0.00 $9,400.00 Work Order Total: 10,902.13 % of Work to be performed by Certified DVBE: 0.00 Signature Jake Choe Title Project Manager Firm or Corporate Name Angeles Contractor, Inc. Address: 783 Phillips Drive ,City of Industry , CA 91748-1147 Telephone Number: rn 0 M 0 L a� c crs L c 0 U a� E L O -0 0 Subcontractor Listing Packet Pg. 118 2.3.a 4"o Packet Pg. 119 2.3.a Job Order Contract Notice to Proceed Date: 04/29/2020 CBERNARDINO UNTY To: Kinan Kotrash From: Mike Alvarez Project Manager Project Manager Horizon Construction Company, Inc. County of San Bernardino 432 W. Meats Avenue 385 N. Arrowhead Avenue, Orange, CA 92865 3rd Floor San Bernardino, CA 92415-0184 (714) 626-0000 Office (909) 838-9784 Office (714)626-0006 Fax Fax Job Order: 19-827-10.10.0979-01 Title: WVDC WWAP Conduit Network Infrastructure Location: RAN013, WVDC - Administration Building, 9500 Etiwanda Avenue, Rancho Cucamonga CA 91730 Attn: Kinan Kotrash: The County of San Bernardino authorizes you to proceed with the Job Order noted above for the fixed price of $171,933.62. The work will be done in accordance with Detailed Scope of Work dated , the Approved Proposal dated 04/16/2020 and with any additional submittals and drawings pertaining to the Job Order. The actual schedule is noted below. SCHEDULE Construction Start Construction Complete Project Duration Mike Alvarez, Project Manager Supervisor Project Manager Notice to Proceed 05/15/2020 08/03/2020 80 Calendar Days Liquidated Damages will apply 1 Packet Pg. 120 2.3.a Job Order Contract Detailed Scope of Work Date: To: Kinan Kotrash Project Manager Horizon Construction Company, Inc. 432 W. Meats Avenue Orange, CA 92865 Phone: (714) 626-0000 FAX: (714) 626-0006 Project: 19-82 7-10.10.097 9-01 Title: WVDC WWAP Conduit Network Infrastructure Location: RAN013 WVDC -Administration Building 9500 Etiwanda Avenue Rancho Cucamonga, CA 91730 Detailed Scope of Work SAN BERNARDINO COUNTY From: Mike Alvarez Project Manager County of San Bernardino 385 N. Arrowhead Avenue, 3rd Floor San Bernardino, CA 92415-0184 Phone: (909) 838-9784 FAX: 19-827-10.10.0979.01 — WVSC WWAP Conduit Network Infrastructure Detailed Scope of Work • Install 1 '/z" Conduit will pull string in specific corridors as requested. • Core Drilling in areas where conduit need to pass through the corridor, sealing with fire stopping compound as required. • Install Cabling in required areas. • Mount 12" x 12" x 4" pull boxes where required • Create Access point to install WAP. Kinan Kotrash, Project Manager Mike Alvarez, Project Manager Supervisor Project Manager Detailed Scope of Work I Packet Pg. 121 2.3.a www.gordian.com 855.467.9444 30 Patewood Drive, Suite 350 Greenville, South Carolina 29615 [C" :101 FAI I Packet Pg. 122 2.3.b PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT ("Agreement") is made and entered into between the City of Edmonds, a Washington, hereinafter referred to as the "City," and The Gordian Group, Inc., hereinafter referred to as a� the "Consultant." c W c� WHEREAS, the City desires to engage the professional services and assistance of a consulting firm to provide program development and implementation services related to the City's Job Order °� Contracting program ("JOC Program"); and 13 WHEREAS, the Consultant has the necessary skills and experience, and desires to provide such O services to the City; C NOW, THEREFORE, in consideration of the mutual benefits accruing, it is agreed by and between the parties hereto as follows: o .N 1. Scope of work. The scope of work shall include all services and material necessary to accomplish the above mentioned objectives in accordance with the Scope of Work that is marked as Exhibit A and the JOC Program Development and Implementation Schedule that is marked as Exhibit B, both of c which are attached hereto and incorporated herein by this reference. N 0 N 2. Payments. The Consultant shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment and incidentals necessary to complete the work. �. c a� A. Payment for work accomplished under the terms of this Agreement shall be as provided in the Fee Schedule set forth in Exhibit A; provided, in no event shall the payment for work performed L pursuant to this Agreement exceed the sum of TWO HUNDRED THOUSAND DOLLARS ($200,000.00) a without prior written City approval. B. All vouchers shall be submitted by the Consultant to the City for payment pursuant to Cn the terms of this Agreement. The City shall pay the appropriate amount for each voucher to the Consultant. The Consultant may submit vouchers to the City monthly during the progress of the work for payment of c completed phases of the project. Billings shall be reviewed in conjunction with the City's warrant process. y No billing shall be considered for payment that has not been submitted to the City three (3) days prior to the scheduled cut-off date. Such late vouchers will be checked by the City and payment will be made in ° a the next regular payment cycle. v O C. The costs records and accounts pertaining to this Agreement are to be kept available n r_ for inspection by representatives of the City for a period of three (3) years after final payment. Copies shall be made available upon request. 0 a_ a 3. Ownership and use of documents. All research, tests, surveys, preliminary data, reports, C and any and all other work product prepared or gathered by the Consultant in preparation for the services rendered by the Consultant under this Agreement shall be and are the property of the Consultant, provided, d however, that: E Packet Pg. 123 2.3.b A. All final reports, presentations, documentation and testimony prepared by the Consultant shall become the property of the City upon their presentation to and acceptance by the City and shall at that date become the property of the City. B. The City shall have the right, upon reasonable request, to inspect, review and copy any work product during normal office hours. Documents prepared under this Agreement and in the possession of the Consultant may be subject to public records request and release under Chapter 42.56 RCW. C. In the event that the Consultant shall default on this Agreement, or in the event that this Agreement shall be terminated prior to its completion as herein provided, the work product of the Consultant, along with a summary of work done to date of default or termination, shall become the property of the City and tender of the work product and summary shall be a prerequisite to final payment under this Agreement. The summary of work done shall be prepared at no additional cost. D. Use of the Consultant's Job Order Contracting System and other related proprietary materials (collectively referred to as "Proprietary Information") shall be governed by the terms c and conditions of the license agreement attached as Exhibit C. N m 4. Time of performance. The Consultant shall perform the work authorized by this Agreement promptly in accordance with the receipt of the required governmental approvals. c 5. Indemnification / Hold harmless agreement. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses, demands, or suits at law or equity arising from the acts, errors or omissions of the Consultant in the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. The Consultant shall comply with all applicable sections of the applicable Ethics laws, including RCW 42.23, which is the Code of Ethics for regulating contract interest by municipal officers. The Consultant specifically assumes potential liability for actions brought by the Consultant's own employees against the City and, solely for the purpose of this indemnification and defense, the Consultant specifically waives any immunity under the state industrial insurance law, Title 51 RCW. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 6. General and professional liability insurance. The Consultant shall obtain and keep in force during the term of this Agreement, or as otherwise required, the following insurance with companies or through sources approved by the State Insurance Commissioner pursuant to Title 48 RCW. Insurance Coverage A. Worker's compensation and employer's liability insurance as required by the State. B. Commercial general liability and property damage insurance in an aggregate amount not less than two million dollars ($2,000,000) for bodily injury, including death and property damage. The per occurrence amount shall be written with limits no less than one million dollars ($1,000,000). C. Vehicle liability insurance for any automobile used in an amount not less than a one million dollar ($1,000,000) combined single limit. Packet Pg. 124 2.3.b D. Professional liability insurance in the amount of one million dollars ($1,000,000). Excepting the Worker's Compensation Insurance and Professional Liability Insurance secured by the Consultant, the City will be covered on all policies as an additional insured. The Consultant shall furnish the City with verification of insurance and endorsements required by the Agreement. The City reserves the right to require complete, certified copies of all required insurance policies at any time. All insurance shall be obtained from an insurance company authorized to do business in the State of Washington. The Consultant shall submit a verification of insurance as outlined above within fourteen days of the execution of this Agreement to the City. No cancellation of the foregoing policies shall be effective without thirty (30) days prior notice to the City. The Consultant's professional liability to the City shall be limited to the amount payable under this Agreement or one million dollars ($1,000,000), whichever is the greater, unless modified elsewhere in this Agreement. In no case shall the Consultant's professional liability to third parties be limited in any way. 7. Discrimination prohibited. The Consultant shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, age, sex, sexual orientation, marital status, veteran status, liability for service in the armed forces of the United States, disability, or the presence of any sensory, mental or physical handicap, or any other protected class status, unless based upon a bona fide occupational qualification. 8. Consultant is an independent contractor. The parties intend that an independent contractor relationship will be created by this Agreement. No agent, employee or representative of the Consultant shall be deemed to be an agent, employee or representative of the City for any purpose. The Consultant shall be solely responsible for all acts of its agents, employees, representatives and subcontractors during the performance of this Agreement. 9. City approval of work and relationships. Notwithstanding the Consultant's status as an independent contractor, results of the work performed pursuant to this Agreement must meet the approval of the City. During pendency of this Agreement, the Consultant shall not perform work for any party with respect to any property located within the City of Edmonds or for any project subject to the administrative or quasijudicial review of the City without written notification to the City and the City's prior written consent. 10. Termination. This being an Agreement for professional services, either party may terminate this Agreement for any reason upon giving the other party written notice of such termination no fewer than ten (10) days in advance of the effective date of said termination. 11. Integration. The Agreement between the parties shall consist of this document, its Appendices 1 & 2, the Scope of Work and Fee Schedule attached hereto as Exhibit A, the JOC Program Development and Implementation Schedule attached hereto as Exhibit B, and the Gordian Job Order Contracting System License Agreement attached hereto as Exhibit C. These writings constitute the entire Agreement of the parties and shall not be amended except by a writing executed by both parties. In the event of any conflict between this written Agreement and any provision of its Exhibits A or B, this Agreement shall control. 12. Changes/Additional Work. The City may engage the Consultant to perform services in addition to those listed in this Agreement, and the Consultant will be entitled to additional compensation for authorized additional services or materials. The City shall not be liable for additional compensation until and unless any and all additional work and compensation is approved in advance in writing and signed Packet Pg. 125 2.3.b by both parties to this Agreement. If conditions are encountered which are not anticipated in the Scope of Work, the City understands that a revision to the Scope of Work and fees may be required. Provided, however, that nothing in this paragraph shall be interpreted to obligate the Consultant to render services, or the City to pay for services rendered, in excess of the Scope of Work in Exhibit A unless or until an amendment to this Agreement is approved in writing by both parties. 13. Standard of Care. The Consultant represents that the Consultant has the necessary knowledge, skill and experience to perform services required by this Agreement. The Consultant and any persons employed by the Consultant shall use their best efforts to perform the work in a professional manner consistent with sound practices, in accordance with the schedules herein and in accordance with the usual and customary professional care required for services of the type described in the Scope of Work. 14. Non -waiver. Waiver by the City of any provision of this Agreement or anytime limitation provided for in this Agreement shall not constitute a waiver of any other provision. 15. Non -assignable. The services to be provided by the Consultant shall not be assigned or subcontracted without the express written consent of the City. c 16. Covenant against contingent fees. The Consultant warrants that he/she/they has/have m not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that he/she/they has/have not paid or agreed to pay any c company or person, other than a bona fide employee working solely for the Consultant, any fee, N 0 commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from N u� the award of making of this Agreement. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability or, in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. c m 17. Compliance with laws. The Consultant in the performance of this Agreement shall comply with all applicable Federal, State or local laws and ordinances, including regulations for licensing, certification and operation of facilities, programs and accreditation, and licensing of individuals, and any other standards or criteria as described in the Agreement to assure quality of services. Because this Agreement is subject to federal nondiscrimination laws, the Consultant agrees that the provisions of Appendices 1 & 2, attached hereto and incorporated herein by this reference, apply to this Agreement. The Consultant specifically agrees to pay any applicable business and occupation (B & O) taxes which may be due on account of this Agreement. 18. Notices. Notices to the City of Edmonds shall be sent to the following address: City of Edmonds 121 Fifth Avenue North Edmonds, WA 98020 Notices to the Consultant shall be sent to the following address: The Gordian Group, Inc. 30 Patewood Drive, Bldg 2, Suite 350 Greenville, SC 29615 Packet Pg. 126 2.3.b Receipt of any notice shall be deemed effective three (3) days after deposit of written notice in the U.S. mails, with proper postage and properly addressed. DATED THIS day of CITY OF EDMONDS Michael Nelson, Mayor ATTEST/AUTHENTICATED: Scott Passey, City Clerk APPROVED AS TO FORM: Office of the City Attorney 2021. THE GORDIAN GROUP, INC. [Name, Title] Packet Pg. 127 2.3.b STATE OF ) )ss COUNTY OF ) On this day of 2021, before me, the undersigned, a Notary Public in and for the State of , duly commissioned and sworn, personally appeared , to me known to be the person who executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said person, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument. WITNESS my hand and official seal hereto affixed the day and year first above written. NOTARY PUBLIC My commission expires: Packet Pg. 128 2.3.b APPENDIX 1 CONTRACT (Appendix A of USDOT 1050.2A Standard Title VI Assurances) During the performance of this Agreement, the Consultant, for itself, its assignees, and successors in interest (hereinafter collectively referred to as the "Consultant") agrees as follows: 1. Compliance with Regulations: The Consultant shall comply with the acts and regulations relative to nondiscrimination in federally -assisted programs of the United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, Part 21 (49 CFR 21), as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Agreement. 2. Nondiscrimination: The Consultant, with regard to the work performed by it during the Agreement, shall -a not discriminate on the grounds of race, color, national origin, sex, age, disability, income -level, or LEP in O the selection and retention of subcontractors, including procurement of materials and leases of equipment. c The Consultant shall not participate directly or indirectly in the discrimination prohibited by Section 21.5 of 3 the Regulations, including employment practices when the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR 21. c 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all A solicitations, either by competitive bidding, or negotiation made by the Consultant for work to be performed under a subcontract, including procurement of materials, or leases of equipment, each potential subcontractor or supplier shall be notified by the Consultant of the Consultant's obligations under this c Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, national origin, N 0 sex, age, disability, income -level, or LEP. N 4. Information and Reports: The Consultant shall provide all information and reports required by the Regulations and directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the appropriate state or federal agency to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a Consultant is in the exclusive possession of another who fails or refuses to furnish the information, the Consultant shall so certify to the City, or state or federal agency, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Consultant's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such contract sanctions as it or the appropriate state or federal agency may determine to be appropriate, including, but not limited to: • Withholding of payments to the Consultant under the Agreement until the Consultant complies; and/or • Cancellation, termination, or suspension of the Agreement, in whole or in part. 6. Incorporation of Provisions: The Consultant shall include the provisions of the above paragraphs one (1) through five (5) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Consultant shall take such action with respect to any subcontractor or procurement as the City or appropriate state or federal agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, that if the Consultant becomes involved in, or is threatened with, litigation by a subcontractor or supplier as a result of such direction, the Consultant may request that the City enter into such litigation to protect the interests of the City; or may request that the appropriate state agency enter into such litigation to protect the interests of the State of Washington. In addition, the Consultant may request the appropriate federal agency enter into such litigation to protect the interests of the United States. Packet Pg. 129 2.3.b APPENDIX 2 CONTRACT (Appendix E of USDOT 1050.2A Standard Title VI Assurances) During the performance of this Agreement, the Consultant, for itself, its assignees, and sccessors in the interest (hereinafter referred to as the "Consultant") agrees to comply with the following non-discrimintation statutes and authorities, including but not limitied to: Pertinent Non -Discrimination Authorities: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits t� discrimination on the basis of race, color, national origin); and 49 CFR Part 21. • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § -a 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because O of Federal or Federal -aid programs and proejcts); o • Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); • Section 504 of Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits o discrimination on the basis of disability); and 49 CFR Part 27; N • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 U.S.C. § 471, Section 47123), as amended, c (prohibits discrimination based on race, creed, color, national origin, or sex); N • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and ry applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or m activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilties Act, which prohibit discrimination on the basis of d disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; Q • The Federal Aviation Administration's Non -Discrimination statute (49 U.S.C. § 47123) (prohibits d discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898 , Federal Actions to Address Environmental Justice in Minority Populations to and Low -Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health r_ 0 or environmental effects on minority and low-income populations; N • Executive Order 13166, Improving Access to Services for Person with Limited English Profcency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable a steps to ensure the LEP person have meaningful access to your programs (70 Fed. Reg. at 74087 to O 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). `o Packet Pg. 130 2.3.b EXHIBIT A Scope of Work c ca 0 0- 0 L a. r u L 0 U L d E L O 0 r 0 NN� u r N O N O N LO C d V C N E d d L a c.i V/ 0 0 L U O c 0 EL '0 V LL a 0 E a a Packet Pg. 131 2.3.b EXHIBIT B -0 c ca JOC Program Development and Implementation Schedule 0 0- 0 L a. r U L 0 U L d L O 0 r 0 N� u r N O N O N LO C cc d V C 0 E d d L Q CA c.i V/ 0 0 L Q_ U O C 0 =a L '0 V LL a 0 E M a a Packet Pg. 132 2.3.b EXHIBIT C Gordian Job Order Contracting System License Agreement The Gordian Group, Inc. ("Gordian") hereby grants to the City of Edmonds (the "City"), and City hereby accepts ftom Gordian for the term of this Agreement, a non-exclusive, non -transferable right, privilege c and license to Gordian's Job Order Contracting System and other related proprietary materials (collectively referred to as "Proprietary Information") to be used for the sole purpose of operating the City Job Order Contracting program. The parties hereby agree that Proprietary Information shall include, but is not limited v to, Gordian's JOC software applications and support documentation, Construction Task Catalog® (also commonly referred to as a unit price book), training materials and other proprietary materials provided E. by Gordian. In the event this Agreement expires or terminates as provided herein, this JOC System O License shall terminate and City shall return to Gordian all Proprietary Information in City's possession. o City acknowledges that disclosure of Proprietary Information will result in irreparable harm to Gordian for which monetary damages would be an inadequate remedy and agrees that no such disclosure shall be c made to anyone without first receiving the written consent of Gordian. City further acknowledges and N agrees to respect the copyrights, registrations, trade secrets and other proprietary rights of Gordian in the Proprietary Information during and after the term of this Agreement and shall at all times maintain complete confidentiality with regard to the Proprietary Information provided to City, subject to federal c and state laws related to public records disclosure. N 0 N Gordian agrees to grant a license to each contractor that is awarded a JOC contract by City, provided the 'n JOC contractor agrees to pay Gordian's contractor license fee at the time of contract award, and provided City includes licensing language in the JOC contract similar in form to this JOC System License. Upon expiration or termination of this Agreement as provided herein, Gordian shall provide all data generated by City in a form accessible by a standard database program, such as Microsoft® Access®. m m L In the event of a conflict in terms and conditions between this JOC System License and any other terms a and conditions of this Agreement or any purchase order or similar purchasing document issued by the City, this JOC System License shall take precedence. Packet Pg. 133 2.4 City Council Agenda Item Meeting Date: 06/8/2021 Small Wireless Right of Way Construction Permit Fee Staff Lead: Rob English Department: Engineering Preparer: Rob English Background/History Staff Recommendation Forward item to the June 15th City Council meeting for approval. Narrative Staff recommends a revision to the City's Development permit fees for small wireless permit applications. The City recently processed the first small wireless permit application and determined the amount charged to review the application did not come close to covering the costs of the staff time and attorney time that were actually incurred by the City. Staff is proposing an hourly review fee until it has enough data to set a fixed fee that would reasonably cover the City's actual review costs. The proposed change is under Right -Of -Way Fees on page 10 of Exhibit A. Attachments: Resolution Exhibit A Packet Pg. 134 2.4.a RESOLUTION NO. A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF EDMONDS, WASHINGTON, ADOPTING A REVISED FEE SCHEDULE FOR THE CITY'S DEVELOPMENT -RELATED FEES AND CHARGES FOR SERVICES. WHEREAS, ECDC 15.00.020 provides for the establishment and amendment of certain fees charged by the city by resolution; and WHEREAS, extensive effort has been made by city staff to analyze the full costs associated with city permitting and service activities; and WHEREAS, the city council has previously established and affirms as its goal that permit fees shall be set to cover the reasonable costs of processing and issuing permits and requests for service; and WHEREAS, the city recently processed its first small wireless facility permit application and realized that the amount charged to review that application did not come close to covering the costs of the staff time and attorney time that were actually incurred by the city; and WHEREAS, the city also recognizes that there is a learning curve in complying with federally mandated small wireless facility time limits and other federally imposed constraints on the processing of small wireless facility applications, and that future application processing costs incurred are expected to decrease to some degree; and WHEREAS, the Federal Communications Commission (FCC) has determined that fees charged by local governments for the deployment of small wireless facilities in the ROW must be (i) a reasonable approximation of the local governments' costs, (ii) based on costs that are objectively reasonable, and (iii) no higher than fees charged to similarly situated competitors in similar situations; and WHEREAS. The FCC has set the following non -recurring fee amounts as presumptively reasonable: $500 for a single application that includes up to five small wireless facilities, $100 for each additional small wireless facility beyond five; and $1,000 for a new pole intended to support one or more small wireless facilities; and has set the following recurring fee amount as presumptively reasonable: $270 for attachment to municipally owned structures; and WHEREAS, the FCC's presumptively reasonable fee amounts are known as "safe harbors" because a local government may charge these amounts without having to independently justify them; and WHEREAS, the Ninth Circuit Court of Appeals recognized in City of Portland P. United States, 969 F.3d 1020 (2020), that if a local governments' fees exceed those levels, they are not automatically preempted because they can be justified, and that localities may charge fees above those safe harbor levels where they can demonstrate that their actual costs exceed the presumptive levels; and Packet Pg. 135 2.4.a WHEREAS, the Ninth Circuit confirmed the FCC's statement that the calculation of actual, direct costs is a well -accepted method of determining reasonable compensation; and WHEREAS, the FCC has stated that fees above a reasonable approximation of costs will have the effect of prohibiting wireless service; and WHEREAS, the city's permit application fees exist to offset the costs incurred in processing the application and are reasonable in relation to the efforts of those involved in reviewing the proposal and the costs incurred; andWHEREAS, the city will keep track of its hourly costs over the next few small wireless facility permit applications until it has enough data to set a fixed fee that is areasonable approximation of the city's actual, objectively reasonable application review costs; and in the meantime will charge the safe harbor amounts up front and on the back end charge for its actual reasonable costs incurred; and WHEREAS, the city council adopted Resolution 1442 on December 10, 2019, which adopted a schedule of fees to be charged in relation to development activity; and WHEREAS, this resolution is intended to replace Resolution 1442; now therefore, THE CITY COUNCIL OF THE CITY OF EDMONDS, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: Section 1. The fees and charges for services set forth in the schedule attached as Exhibit A to this Resolution, which is incorporated herein by this reference, are hereby adopted, along with the referenced tables which are also included therein, and shall be effective on June 16, 2021. Section 2. If any section, sentence, clause or phrase of this resolution or any fee or charge for service adopted or amended hereby should be held to be invalid or unconstitutional by a court of competent jurisdiction, such invalidity or unconstitutionality shall not affect the validity or constitutionality of any other section, sentence, clause or phrase, or any fee or charge adopted or amended hereby. Section 3. Resolution 1442 shall have no further effect as of June 16, 2021 as the fees adopted by Resolution 1442 are being replaced by the fees adopted herein. RESOLVED this day of , 2021. CITY OF EDMONDS MAYOR, MIKE NELSON Packet Pg. 136 2.4.a ATTEST: CITY CLERK, SCOTT PASSEY FILED WITH THE CITY CLERK: PASSED BY THE CITY COUNCIL: RESOLUTION NO. Packet Pg. 137 2.4.b 2021 FEES ASSOCIATED a Building —Engineering — Planning - Fire 121 51h Ave N, Edmonds WA 98020 425.771.0220 Approved fees effective January 1, 2021 27, x W E a Page 1 of 12 Packet Pg. 138 2.4.b GENERAL DEVELOPMENT SERVICES PERMIT FEES Building / Planning / Engineering / Fire City Technology Fee for each permit application.....................................................................................$40.00 Credit Card Transaction Fee............................................................................................................................. 3% Development Review Committee Meeting......................................................................................................$0 Pre -Application Meeting......................................................................................................................$1,000.00 (50% applied toward future plan check fee for that specific project only) Recording Fee (for recording documents with Snohomish County) ......................... Recording Cost + $110.00 Violation Compliance Fee..................................................................................$250.00 or up to 5x Permit Fee Residential State Building Code Surcharge Fee........................................................................................ $6.50 ..................................................................................................................... Each additional dwelling unit $2.00 Commercial State Building Code Surcharge Fee..................................................................................... $25.00 ..................................................................................................................... Each additional dwelling unit $2.00 (not applicable to certain minor permits such as plumbing, mechanical, re -roof) PLAN REVIEW & INSPECTION FEES: Plan review is calculated at 85% of the building permit fee and includes up to 3 reviews per division/ department Commercial/ Multi -family/ Residential: Plan review fee includes Building, Planning, Fire & Engineering reviews. General plan review fee per reviewing department/division.........................................$110.00/hr (1 hr min.) plus peer review fee if applicable Plan review for re -submittals after the 3rd review............................................................................$110.00/hr Development Project Peer Review (Peer Review).................................................................................. $110.00 plus cost of consultant review fee charged for outside consultant peer review services when City staff lacks the expertise to review a specific project or aspect of a project. General Inspection Fee per department/division............................................................................. $110.00/ea T Re -Inspection Fee............................................................................................................................... $110.00/ea Q Engineering Inspection Fee*..............................................................................3.3% of Value of Improvements *Applies to Civil Site Improvements, such as Subdivisions, Commercial & Multi -Family Permits t x w Stormwater Engineer Review Fee......................................................................................................$130.00/hr Transportation Engineer Review Fee.................................................................................................$130.00/hr m Utility Engineer Review Fee............................................................................................................... $130.00/hr E .r a REFUNDS: The City may authorize refunding of any permit fee paid which was erroneously paid or collected. The City may authorize refunding of not more than 80 percent of the permit fee paid when no work has been done under a permit issued in accordance with the applicable code(s). The City may also refund not more than 80 percent of the plan review fee paid when an application for a permit for which a plan review fee has been paid is withdrawn or canceled before any plan reviewing is done. Refunds shall not be granted of any fee on an expired permit. Any application for a refund must be made in writing and describe the circumstances to justify. Refunds for permit fees covered by 19.70.025 ECDC may be authorized by the Building Official. The Planning Manager may authorize refunds of Planning fees or service charges. The City Engineer may authorize refunds of Engineering fees or service charges. Page 2 of 1" Packet Pg. 139 2.4.b BUILDING PERMIT FEES Accessory Dwelling Unit Compliance(ADU).............................................................................................$405.00 Adult Family Home Compliance (AFH)..................................................................................................... $550.00 Alternate Methods Review.......................................................................................... $110.00/hr+ Peer Review Appeal of Building Official Interpretation................................................................................................. $970.00 Cellular Communication and Facilities................................................................ Changeof Use...................................................................................................... TABLE 1 $510.00 Demolition (Residential Primary Structure)..............................................................................................$300.00 Demolition (Commercial Primary Structure)............................................................................................$500.00 Demolition (Secondary Structure or Interior Only)................................................................................... $150.00 Dock/Marina/Floats..................................................................................................................$200.00+TABLE 1 Fence.......................................................................................................................................................... $100.00 Hot Tub/Spa (Single-Family)...................................................................................................................... $200.00 Manufactured Coach Installation - Commercial (Federal HUD Label)....................................................$500.00 Manufactured Home Installation (Federal HUD Label)............................................................................$550.00 ParkingLot.................................................................................................................................$200.00+TABLE 1 Re -roof (Commercial).......................................................Valuation based on $2.00 per square foot +TABLE 1 Re -roof (Residential - includes sheathing)................................................................................................ $100.00 Retaining Wall (Commercial)............................................................................................ $740.00+ Peer Review Retaining Wall (Residential).............................................................................................. $300.00 + Peer Review Solar/Photovoltaic (Residential)................................................................................................................$120.00 Solar/Photovoltaic (Commercial) - Valuation does not include cost of solar panels or inverters......... TABLE 1 Swimming Pool (Pre -manufactured, aboveground)................................................................................$120.00 Swimming Pool (In-Ground)......................................................................................................................TABLE 1 Temporary Certificate of Occupancy (Commercial Only — valid for 60 days) ......................................... $330.00 SIGNS: Sign (Per sign excluding specific sign categories listed below)................................................................ $165.00 Blade Sign (Includes all blade signs in proposal)............................................................................................... $0 Pedestrian Sign (Includes all pedestrian signs in proposal)....................................................................... $80.00 PoleSign (per sign).................................................................................................................................... $825.00 Murals (Includes all murals in a proposal)................................................................................................ $165.00 *Planning ADB Design Review may apply ESLHA DESIGNATED PROPERTIES: Additional fees associated with development in the North Edmonds Earth Subsidence Landslide Hazard Area (ESLHA) ESLHA Administrative Fee....................................................................................................................$2,385.00 ESLHA Consultant Review...................................................................... Full cost of review is paid by applicant. Deposit at Application for Peer Completeness Review.................................................................... $500.00 Deposit at Full Application...............................................................................................................$2,500.00 Deposit at Re -submittal if additional Peer Review is needed........................................................$1,500.00 ESLHA Minor Project Administrative Processing Fee.............................................................................$300.00 ESLHASubmittal Packet............................................................................................................................ $15.00 2 .r a Page 3 of 1 Packet Pg. 140 2.4.b MECHANICAL PERMITS: BASEPERMIT FEE: ...................................................................................................................................... $50.00 UNIT FEE SCHEDULE: For the installation or relocation of each FURNACE - Forced -air or gravity -type, including ducts and appliance vents.........................................$30.00 AIR HANDLER - Including ducts (Diffusers, blowers, etc.) Up to and including 10,000 cfm (4719 L/s)....................................................................................... $30.00 Over 10,000 cfm (4719 L/s) including ducts...................................................................................... $40.00 GAS HEATER - Suspended, recessed wall or floor -mounted unit........................................................... $30.00 HYDRONIC HEATING SYSTEM..................................................................................................................$150.00 APPLIANCE VENT - (Type B, BW, L gas vent, etc.).................................................................................... $15.00 INCINERATOR....................................................................................................................................... $50.00 VENTILATION AND EXHAUST Fan connected to single duct (Bath, laundry, kitchen exhaust, etc.)...............................................$15.00 Each system which is not a portion of any heating or air-conditioning system .............................. $15.00 HOOD -Type 1, Type 2, Fume Hood including ducts............................................................................$150.00 GAS PIPING: (New or relocated) Gas -Piping systems of 1 to 5 outlets........................................................................................................ $30.00 Each additional outlet over 5..................................................................................................................... $5.00 BOILER OR COMPRESSOR Up to and including 50 HP (176 KW)........................................................................................................$50.00 Over 50 HP (176 kW)...............................................................................................................................$100.00 ABSORPTION SYSTEM, AIR CONDITIONING SYSTEM OR HEAT PUMP Up to and including 1,750,000 Btu/h (512.9 kW)................................................................................... $50.00 Over 1,750,000 Btu/h (512.9 kW)..........................................................................................................$100.00 OTHER FEES: Commercial Plan review hourly fee..................................................................................................$110.00/hr Each appliance or piece of equipment regulated by the IMC for which no other fee is listed (Fire dampers, ductless mini- split systems, etc.)............................................................$30.00 2 a Page 4 of 1" Packet Pg. 141 2.4.b PLUMBING PERMITS: BASE PERMIT FEE: .................................................................................................................................... $50.00 UNIT FEE SCHEDULE: For the installation, alteration, repair, addition or relocation of each: ......................................................... $15.00 Plumbing fixture (on one trap or a set of fixtures on one trap) Drain w/in footprint of building (rainwater systems, roof deck drains, etc.) Water Heater (includes expansion tank) Re -pipe - Drain, vent or water piping (each fixture served) Water Service Line (replacement or repair) For the installation, alteration, repair, addition or relocation of each: Water treating equipment (water softener)............................................................................................ $35.00 Backflow protective device - 2" and smaller........................................................................................... $35.00 Backflow protective device - Over 2"....................................................................................................... $45.00 Graywater system or reclaimed water system (in addition to fixture fee) ............................................ $65.00 Non -grease waste pre-treatment interceptor (oil/water separator, etc.) ...........................................$110.00 Medical gas piping system serving 1 to 5 inlet/outlet(s) for a specific gas ..........................................$110.00 Each additional medical gas inlet/outlet...............................................................................................$15.00 Grease Trap (HGI Inside Building)............................................................................................................$220.00 Gravity Grease Interceptor(GGI))...........................................................................................................$770.00 OTHER FEES: Commercial plan review fee hourly fee............................................................................................$110.00/hr m IMPACT FEES PARK IMPACT FEES: E Single-Family.......................................................................................................... $2,734.05 per Dwelling Unit Q Multi-Family........................................................................................................... $2,340.16 per Dwelling Unit Non -Residential Development $1.34 per square foot Residential Administrative Fee..................................................................................................................$50.00 k w Commercial Administrative Fee.............................................................................................................. $100.00 c m E s v TRANSPORTATION IMPACT FEES: a Refer to City Code & Handouts to calculate impact fee. The following applies in addition to impact fee: Residential Administrative Fee..................................................................................................................$50.00 Commercial Administrative Fee.............................................................................................................. $100.00 Independent Fee Calculation —Transportation Engineer Review........................................................ $260.00 plus peer review fee as applicable. Page 5of12 Packet Pg. 142 2.4.b GRADING PERMIT FEES PLAN REVIEW: CUBIC YARDS PLAN REVIEW FEE 50 cubic yards or less $55.00 (when located in a designated critical area) 51 to 100 cubic yards $110.00 101 to 1,000 cubic yards $220.00 1,001 to 10,000 cubic yards $440.00 $440.00 for the first 10,000 cubic yards, plus $110.00 for 10,001 to 100,000 cubic yards each additional 10,000 yards or fraction thereof. $1,430.00 for the first 100,000 cubic yards, plus $110.00 100,001 to 200,000 cubic yards for each additional 10,000 cubic yards or fraction thereof. 200,001 cubic yards or more $2,530.00 for the first 200,000 cubic yards, plus $110.00 for each additional 10,000 cubic yards or fraction thereof. PERMIT FEE: CUBIC YARDS PERMIT FEE Base Permit Fee $35.00 50 cubic yards or less $110.00 (when located in a designated critical area) 51 to 100 cubic yards $110.00 101 to 1,000 cubic yards $110.00 for the first 100 cubic yards, plus $25.00 for each additional 100 cubic yards, or fraction thereof. $335.00 for the first 1,000 cubic yards, plus $45.00 for each 1,001 to 10,000 cubic yards additional 1,000 cubic yards, or fraction thereof. 10,001 to 100,000 cubic yards $740.00 for the first 10,000 cubic yards, plus $65.00 for each additional 10,000 cubic yards or fraction thereof. $1,325.00 for the first 100,000 cubic yards, plus $100.00 for 100,001 cubic yards or more each additional 10,000 cubic yards or fraction thereof. Page 6of12 Packet Pg. 143 2.4.b FIRE PERMIT FEES FIRE SPRINKLER PERMITS: Residential IRC Structures New Residential Fire Sprinkler Systems................................................................................................. $300.00 Residential Fire Sprinkler System Alteration..........................................................................................$200.00 Commercial & Multi -Family Fire Sprinkler Systems Newsystems........................................................................................................................... $300.00 +TABLE 1 Modifications: 1 to 5 sprinklers........................................................................................................................................$250.00 `E 6 to 25.......................................................................................................................................................$500.00 a 26 or more.............................................................................................................................. c $300.00+TABLE 1 O Additional inspections/plan review as required................................................................................$110.00/hr L FIRE ALARM PERMITS: v New fire alarm system........................................................................................................... $300.00 +TABLE 1 W Emergency Responders Radio System(DAS)........................................................................ $100.00 + TABLE 1 O Modifications: r a 1 to 5 initiating devices, Communicator (AES, Cellular)....................................................................... $250.00 W 6 to 25, including panel replacement.....................................................................................................$500.00 N N 26 or more.............................................................................................................................. $300.00 + TABLE 1 m Additional inspections/plan review as required................................................................................$110.00/hr d M TANK PERMITS: y Residential fill, remove or install(per each Q Commercial fill, remove or install (per each).........................................................................................$450.00 z k W OTHER FIRE PERMITS: E Fire Suppression Systems: v Commercial Hood Suppression System(per system) Standpipe............................................................................................................................................$450.00 Q FireConnection........................................................................................................................................$500.00 FireOperational......................................................................................................................................$100.00 Fire fees include plan review and inspections. Page 7of12 Packet Pg. 144 2.4.b PLANNING AND LAND USE FEES GENERAL: Type I (Staff decisions, no notice)............................................................................................................. $275.00 Type 11 A (Staff decisions with notice)....................................................................................................... $970.00 Type IIIA (ADB/Hearing Examiner)............................................................. Hearing Examiner Cost + $2,000.00 Type I I I B (Hearing Examiner)........................................................................ Hearing Examiner Cost + $2,000.00 Type IV (Rezone, Development Agreement)..........................................................................................$7,000.00 Type V (Plan & Edmonds Community Development Code Amendments) ............................................ $7,000.00 LotLine Adjustment................................................................................................................................$1,050.00 Short Subdivision Preliminary Approval................................................................................................$3,225.00 Short Subdivision Civil Plan Review....................................................................................................... $3,050.00 Short Subdivision Final Approval...........................................................................................................$1,590.00 Subdivision Preliminary Approval................................................................ Hearing Examiner Cost + $6,510.00 Subdivision Civil Plan Review.................................................................................................................$4,670.00 Subdivision Final Approval....................................................................................................................$1,590.00 ModificationRequest................................................................................................................................$970.00 Minor Change to Approved Plat............................................................................................................... $275.00 Major Change to Approved Plat....................................................................... Same as Original Application Fee PRD Preliminary Approval...................................................................................................................... $6,510.00 PRDFinal Approval.................................................................................................................................$1,590.00 ADB Design Review —Signs ....................................................................................................................... $970.00 Staff Design Review if project exceeds SEPA threshold........................................................................... $970.00 Landscape Plan Inspection Fee......................................................................................................1% of Estimate SEPAReview...............................................................................................................................................$740.00 SEPA Planned Action Compliance Review (Hwy 99)................................................................................ $275.00 EISReview........................................................................................................................................................ Cost Outdoor Dining, Amateur Radio............................................................................................................... $275.00 Critical Areas Checklist Application...........................................................................................................$110.00 E Critical Areas Checklist Update...................................................................................................................$55.00 Critical Areas Variance / Reasonable Use Application ................................ Hearing Examiner Cost + $7,640.00 Q Critical Areas Study Admin................................................................................................ $110.00/hr (min. 1 hr) Critical Areas Contingent Review (See ECDC 23.40.195 for more detail on fees).................................$970.00 Shoreline Contingent Review (See ECDC 24.80.100)............................................................................... $970.00 W Planning Fee not categorized...............................................................................................................$110.00/hr c E Request for Reconsideration..................................................................................................................... $275.00 v Note: When an application is heard by the Hearing Examiner (HE), the cost of the hearing is billed to the applicant. Q APPEALS: Appeal of Staff Decision (Type I, II or Hearing Examiner)........................................................................ $450.00 Appeal of Type IIIB Decision to City Council.............................................................................................$550.00 Appeal of Notice of Civil Violation............................................................................................................ $970.00 ADB = Architectural Design Board EIS = Environmental Impact Statement HE = Hearing Examiner PRD = Planned Residential Development SEPA = State Environmental Policy Act Page 8of12 Packet Pg. 145 ENGINEERING FEES Mr MISCELLANEOUS FEES: Backflow Prevention Compliance Fee .................................................... $165.00 Developers Agreements.......................................................................... $220.00 + $110.00/hr + City Attorney Fees Fire/ Aid Sign Address Fabrication Fee ...............................................$100.00/ea Street Sign Fabrication Fee.................................................................$200.00/ea Water and Sewer Availability Letters...................................................$65.00/ea Latecomers Agreement............................................................................ $220.00 + $110.00/hr + City Attorney Fees LID Sewer Agreement.............................................................................. $220.00 + $110.00/hr + City Attorney Fees Variance from Underground Wiring ....................................................... $330.00 + $110.00/hr + City Attorney Fees GENERAL FACILITY CHARGES: • Water GFC's are based on meter size: Water and sewer GFC's shall be paid by each new customer connecting to the utility systems. Storm GFC's shall be paid by the applicant for ESU's added or created by development. Meter Size General Facility Charge %" $5,050.00 1" $12,624.00 11/2 " $25,248.00 2" $40,397.00 GFC's for Single Family Residences only: Fee is based on meter size required for domestic demand (typically GFC shall not be based on meter upsizing for fire sprinkler system only. Sewer Utility GFC............................................................. $4,417.00 per ERU A single family residential development = 1.0 ERU per dwelling unit A multifamily residential development = .67 ERU per dwelling unit Applicants for non-residential development shall pay a GFC equal to the ERU determination that is made by the Public Works Director. Stormwater Management GFC..........................................$799.00 per ESU A single family residential development with up to 5,000 sf hard surface area = 1.0 ESU All other construction calculated according to a ratio of 1.0 ESU per 3,000 sq ft of new, replaced or new plus replaced impervious surface area. 27, Page 9of12 Packet Pg. 146 RIGHT-OF-WAY FEES: 2.4.b Right -of -Way Construction Permit..................................$330.00 + Inspection Fees Right -of -Way Construction Permit —Small Wireless ....... $330.00+ $110/hour for any portion of an hour after the first three hours of staff review time + City Attorney Fees for legal review (if necessary) + Inspection Fees Right -of Way Minor Construction Permit .......................$110.00 + Inspection Fees Street Restoration for Water Meter Installation .........$1,000.00 + Street Overlay Cut Penalty Fee if applicable Street Overlay Cut Penalty Fee.......................................$220.00 + ROW Permit Fees +Add'I per SQYD charge times overlay cut multiplier Encroachment Permit......................................................$330.00 + Recording Fees Street Use Permit..............................................................$110.00 + Bistro Dining Fees if applicable Bistro Dining Fees............................................................... $30.00 Annual Fee + Monthly ROW Use Fee @ $0.50/ SO. FT x 12.84% (leasehold tax) Alley, Sidewalk, Parking Disruption/ Closure Fees ..........$220.00 + ROW Permit + Monthly Closure Fees Closure fees charged for any activity that occupies or closes, sidewalks, parking spaces(s), parking lanes(s) or other paved area of a street/road for more than 72 hours. Monthly portion of Fee [$ per month] = 1% of assessed value per square foot of abutting property x right of way area [SF] disrupted/closed. If disruption/closure affects any portion of the area of a parking space, the area of disruption closure is calculated based upon the area of a full parking space. SEWER FEES: General New Commercial & Multi-Family.....................................$220.00 + Inspection Fees Facility New Single Family............................................................$110.00 + Inspection Fees Charges May Apply Repair - Full Line Replacement........................................$110.00 + Inspection Fees Repair - Partial Line Replacement....................................$110.00 (Includes 1 inspection +Add'I Inspection Fees, if applicable) Special Conditions (Grinder Pumps, Ejectors) ................. $110.00 + Sewer Fees + Utility Engineer Review Drainage Permit (Pool, Hot Tub, Jacuzzi) ........................... $55.00 Each Occurrence STORMWATER FEES: Stormwater Permit........................................................... $330.00 + General Inspection Fees WATER METER FEES: Meter Size Installation of New Service & Meter* 3/4" 1" 1%:" 2" *General Facility Charges may apply Meter Fee $2,920.00 $2,970.00 $6,220.00 $6,390.00 GFC = General Facility Charge ESU = Equivalent Service Unit ROW = Right of Way ERU = Equivalent Residential Unit 27, Page 10 of 12 Packet Pg. 147 2.4.b ICC VALUATION TABLE August 2020 Adopted by City of Edmonds effective Jan 1, 2021 Group (2018 International Building Code) IA IB IIA 1113 IIIA IIIB IV VA VB A-1 Assembly, theaters, with stage 250.39 241.91 235.63 226.10 212.32 206.18 218.83 197.45 190.33 A-1 Assembly, theaters, without stage 229.42 220.94 214.66 205.12 191.35 185.21 197.86 176.48 169.35 A-2 Assembly, nightclubs 196.13 190.29 185.62 178.02 167.82 163.20 171.70 151.89 146.71 A-2 Assembly, restaurants, bars, banquet halls 195.13 189.29 183.62 177.02 165.82 162.20 170.70 149.89 145.71 A-3 Assembly, churches 232.04 223.57 217.29 207.75 194.34 189.19 200.49 179.48 172.35 A-3 Assembly, general, community halls, libraries, museums 194.17 185.69 178.41 169.87 155.09 149.96 162.61 140.23 134.10 A-4 Assembly, arenas 228.42 219.94 212.66 204.12 189.35 184.21 196.86 174.48 168.35 B Business 202.30 194.92 188.44 179.18 163.55 157.42 172.13 143.89 137.46 E Educational 212.03 204.70 198.82 190.25 177.27 168.29 183.70 155.00 150.26 F-1 Factory and industrial, moderate hazard 119.53 113.92 107.38 103.45 92.64 88.38 99.02 76.33 71.73 F-2 Factory and industrial, low hazard 118.53 112.92 107.38 102.45 92.64 87.38 98.02 76.33 70.73 H-1 High Hazard, explosives 111.77 106.15 100.62 95.69 86.11 80.85 91.26 69.81 0.00 H234 High Hazard 111.77 106.15 100.62 95.69 86.11 80.85 91.26 69.81 64.20 H-5 HPM 202.30 194.92 188.44 179.18 163.55 157.42 172.13 143.89 137.46 1-1 Institutional, supervised environment 199.81 192.96 186.97 179.69 164.91 160.39 179.84 148.44 143.75 1-2 Institutional, hospitals 338.94 331.56 325.08 315.82 299.46 0.00 308.77 279.79 0.00 1-2 Institutional, nursing homes 235.48 228.11 221.62 212.37 197.49 0.00 205.32 177.82 0.00 1-3 Institutional, restrained 230.03 222.65 216.17 206.91 192.77 185.64 199.86 173.11 164.69 1-4 Institutional, day care facilities 199.81 192.96 186.97 179.69 164.91 160.39 179.84 148.44 143.75 M Mercantile 146.21 140.37 134.70 128.11 117.54 113.93 121.78 101.61 97.44 R-1 Residential, hotels 201.71 194.86 188.87 181.59 166.56 162.04 181.74 150.09 145.40 R-2 Residential, multiple family 168.94 162.09 156.10 148.82 135.04 130.52 148.97 118.57 113.88 R-3 Residential, one- and two-family 157.40 153.13 149.31 145.53 140.33 136.62 143.14 131.34 123.68 R-4 Residential, care/assisted living facilities 199.81 192.96 186.97 179.69 164.91 160.39 179.84 148.44 143.75 S-1Storage, moderate hazard 110.77 105.15 98.62 94.69 84.11 79.85 90.26 67.81 63.20 S-2 Storage, low hazard 109.77 104.15 98.62 93.69 84.11 78.85 89.26 67.81 62.20 U Utility, miscellaneous 85.53 80.63 75.42 72.03 64.67 60.42 68.74 51.21 48.79 Square Foot Construction Costs a' b' ` a. Private Garages use Utility, miscellaneous b. For shell only buildings deduct20 percent c. N.P. = not permitted d. Unfinished basements (Group R-3) _ $22.45 persq. ft. e. Carport = $25.00 per sq. ft. f. Sunroom (unheated) _ $28.00 g. Deck Ramp, Stairs, Trellis, Porch = $20.00 per sq. ft. h. Dock = $35.00 per sq. ft. i. Unheated Storage = $25.00 per sq. ft. 2 .r a Page 11 of 1" Packet Pg. 148 2.4.b VALUATION BASED BUILDING PERMIT FEES TABLE 1 Total Valuation** Residential Commercial $1 to $500 $100 Base fee + $30 $100 Base fee + $36 $100 Base fee + $30 for the first $500 + $3 for $100 Base fee + $36 for the first $500 + $3.60 for $501 to $2,000 each additional $100, or fraction thereof to and each additional $100, or fraction thereof to and including $2,000 including $2,000 $100 Base fee + $75 for the first $2,001 + $14 for $100 Base fee + $90 for the first $2,001 + $16.80 $2,001 to $25,000 each additional $1,000, or fraction thereof to and for each additional $1,000, or fraction thereof to including $25,000 and including $25,000 $25,001 to $100 Base fee + $400 for the first $25,001 + $10 $100 Base fee + $480 for the first $25,001 + $12 $50,000 for each additional $1,000, or fraction thereof to for each additional $1,000, or fraction thereof to and including $50,000 and including $50,000 $50,001 to $100 Base fee + $650 for the first $50,001 + $7 $100 Base fee + $780 for the first $50,001 + $8.40 $100,000 for each additional $1,000, or fraction thereof to for each additional $1,000, or fraction thereof to and including $100,000 and including $100,000 $100,001 to $100 Base fee + $1,000 for the first $100,001 + $100 Base fee + $1,200 for the first $100,001 + $500,000 $6 for each additional $1,000, or fraction thereof $7.20 for each additional $1,000, or fraction to and including $500,000 thereof to and including $500,000 $500,001 to $100 Base fee + $3,400 for the first $500,001 + $100 Base fee + $4,080 for the first $500,001 + $6 $1,000,000 $5 for each additional $1,000, or fraction thereof for each additional $1,000, or fraction thereof to to and including $1,000,000 and including $1,000,000 $1,000,001 and $100 Base fee + $5,900 for the first $1,000,000 + $100 Base fee + $7,080 for the first $1,000,000 + up $4 for each additional $1,000, or fraction thereof $4.80 for each additional $1,000, or fraction thereof The Building Valuation Data table shall be updated on January 1st of each year to the latest version as published by ICC. **See Valuation Table located on previous page. TABLE 1 -VALUATION BASED APPLICABLE PERMITS: Commercial Structures: New, Additions & Remodels Garages & Carports Residential Structures: New, Additions & Remodels Swimming Pools (In -Ground) Accessory Structures (Greenhouse/Shed) Cell Communications/ Cellular Facilities Deck, Stairs, Ramps Other permits types as determined Commercial: Hot/Tub and Spas, Solar/ Photovoltaic Systems, Re -roofs & Tenant Improvements Plus: $6.50 Residential State Surcharge Fee per permit and $2 per each dwelling unit $25.00 Commercial State Surcharge Fee per permit and $2 per each dwelling unit r, Page 12 of 12 Packet Pg. 149