Loading...
HomeMy WebLinkAboutWTR2701021 W-1021 Blaine Ave. NE W-1024 N. 3rd Street ,P } '1 BEGINNING OF FILE FILE TITLE �� I l z /0 02wq r t" i s F. i ' C k � 9 r �yr 4 '^haX el )�• { Yy k 1 • t t�James M Montganery _ Consulting Engt'e Is.Inc — January 22, 1991 2976=0 Mr,Richard L.Moreno City of Renton Public Works Department 200 Mill Avenue South Municipal Building Renton,Washings m 980-55 Subject: Blaine Avenue NUN 3rd Stet Water and Sewer improvement Projects Dear Mr.Morena: Based on our January 16, 1991 meeting at your office,a number of decisions were made regarding contract bidding issues for the Blaine Avenue N.E.and N 3rd Street Projects. We feel it best to provide a brief summary of the t:xisions made so that reference can be I Trade to these decisions in the future if desired. A proposed Addendum (No. 1) was drafted by JMM on January 15, 1991 to provide clarification of some bidding questions brought to JMM's attention. Upon discussion with City staff members,the City elected not to issue an addendum. A few of the key issues involved with this decision me summarized as follows: 1. AC Pavement T'onnavve • The original quantity estimate of AC Class B pavement overlay provided in bet item No. 2 of Bid Schedule D was shown as 115 tons,the correct value was determined 127 tons. This quantity diB'emnee was considered by the City not - large enough to warrant issuing an Addendum. Quantities would be adjusted in the field as required to complete the overlay. 2. Jmran Trench Back.I • Several conuactors have questioned the use of import backfill when native material may be suitable. Determination of soil ,ypes at the project sites and suitability for reuse as backftll was not included in our scope of work and has not been performed. The City decided to uphold its requirement that all sanitary sewer Inches be backfilled with imported material as indicated by the sanitary sewer Inch backfill detail on sheet I of I. Standard specification section i r � h � r a a � 1 rp Mr.Rick, d L.Moreno January 22, 1991 Page 2 1 7.17.3(3) allows backhll using native material (which meets specification criteria). This section appears to be overridden by the import backfll requirements listed in the plans and will be left unchanged. a • The watermain trench backfill detail shown on Blaine Avenue NE and N 3rd _ Street design drawings will also remain unchan.4ed. The detail shows that all excavated materials be removed,hauled and disposed of and replaced with imported materials. 3. flab and honer Replacement nit • The curb and gutter replacement detail sheet 2.1.4 is not applicable to the N 3rd Street project. This i•a minor item considering the detail is not applicable to any work on the project and does not warrant an Addendum. 4. Ranqtary ScwcrGra&s • Based on as-built information,the existing sanitary sewer naun located in Swan Meadows Division No. 1 was determined by City staff to be approximately feet above design elevation. The Blaine Avenue sewer main design may need to he raised depending on the final design of Swan Meadows No. 2 Sewer System. The City decided to proceed with the current bidding schedule and revise the sewer design on Blaine Avenue if necessary by field change order. t, , U you have any questions concerning this letter,please contact lay Cooke or myself at 881- i 1100. Very truly Your• r � James M.Montgomery. En�inars.Inc. I Poscoh E.Bamhurst �.'Projret Manager /srf *r. M2796008 cc: Jay Cooke r r .. R' F CA0-073-90 Exhibit B (2) EGUBIT'B' TASK ORDER AUTTIORIZATION City of Renton Project No. -i / _ Name of Project Nort 3rd Street, Water System Improvements Master Agreement No.GA*-073-Al Task Order Authorization No. 2 The City desim to authorize eg xrWces pursuant to the Muter Agreement entered into with JMM• and executed on 1 d and identified as Master Agreement No.�:r.174-TO •J ames M. Montgomery,C.N.ns ti g Engineer• Inc. AB provisions In the Master Agreement remain in effect except as expressly modified by this work Authorization,and are incorporated herein by reference. Scope of Task Order 1. DESCRIPTION OF PROPOSED WORK See Attachment 1 11. ESTIMATE OF HOURS AND COST See Attachment 2 III SCHEDULE FOR COMPLETION OF AUTHORIZED WORK See Attachment 3 a IV. ADDITIONAL TEEMS TO BE FURNISHED BY THE CONSULTANT Not Applicable SUMMARY OF FEE FOR ENGINEERING SERVICES Direct Salary Cost......................................................................................................$ 2.222 Overhead Cost(including i payroll additives........................................................ ...... 179 % $ 3.977 Sub-Total S 6.199 Net Fee...........••............................................................_..........U...... % $ 74 Direct Non-Sabuy Coss: a. Travel and ter diem......................................f 100 b. Reproduction expenses................................f C. Computer expense........................................f 450 d. Outside consultants.......................................$ e. Other(specify) 1171, ductlon Total S 600 Sub Total f 7,643 GRAND TOTAL f 7.43 If you concur in tits Task Order Authorization and agree to the items as stated above,please sign in the appropriate spaces below and return to this opice for final action. i 16 1 s Y EC}1IBIT'B'(con[J City of Renton Project No. !v-/02/ Name of Project North 3rd Street, Water Svstem Improvement Master Agreement No. e fb-073-9,' Task Order Authorization No. 2 _ The maximum aniount payable under this work authonziuon inclusive of all fees and other c,sts is$ $7,543 All work under this work authorization shall he performed pursuant to the terms,conditions, specifications,and limitations contained in the Master Agreement. SUMMARY OF PAYMENTS UNDFR WORK AUTHORIZATIONS Prior Task Order Task Order Authorization Authorizations No. 2 Total Direct Salary Cost $8,872 S2.222 Stt-nea Overhead 15,881 3,977 19,858 (including Payroll additives) Direct Non-Salary Costs 2,720 000 1,120 Net Fee 2,970 744 3„14 Total $30.443 $7,543 $37,986 Consultant's Signature Appro� ng jaithonry - Date of Authorization: 1 t. re _J t . ATTACHMENT Scope of Work North 3rd Street- Water System Improvements (Park Avenue North m Garden Avenue North) PURPOSE The North 3rd Street Water System Improvements project will pmvidc water improvements to upgrade an existing 2 inch waterline to 8 inch size. Design Services JMM will provide the following Design Services for the Project, W work products will be provided in City of Renton standard formal where applicable or in a format compatible with standard engineering Practices where a City standard does not exit All work Products for the BiddingrContract Documents of the North 3rd Street wont will be included as Schedule B of the Bid package for the Blaine Avenue Project(Work Task Authorization No.1) TASK 1 • PROJECT MANAGEMENT ObJwt'": Provide Project management to meet the project schedule and budget. Prepare invoices for services performed. Approach: Provide W necessary pmjcc Planning to develop the schedule and budget. Review project schedule and budget on a weekly basis and prepare invoices on a monthly basis. Product: Products of the Projec management process include project Budget. Schedule and Monthly Invoices. TASK 2 - WATERLINE.DESIGN ObJMlve: Prepare the design for approximately 450 lineal feet of 8 inch water pipe. Tlx following work will be performed for the design of the waterline on North 3rd Street. Approach: Prepare the Design and Bidding/Contract Documents for approximately 450 lineal teel of 8 inch water Pipeline. AB work will be included with the Bidding/Conract Documents for the Blaine Avenue Pmject(Task Order Aultt(lzalion No. 1). This work shall include the following items: • Man Design. Prepare the Plan and Profile Design for the 8 inch waterline. • Prepare Specifications for Water Piping. Prepare specification covering the construction retim-ements for the 4 inch water piping. • Prepare Water Details Prepare dcmlls to wv.r the Work asux:iatcd with the water system improvements. Water Details will include standard service connections, tfwst blocking and water valve placement. nrwn i Page i J E� a i II i Products: Products for the water pipeline design will include the complete design for the pipe and associated appuncnnces. The waterline plan and profile information will be placed on a separate plan and Profile Drawing. Final plan format will consist of Ran and Profile drawings for the Waterline u a scale of 1"-40'or 1"=20' (horizontal)and 1"=10' (vertical). The Plans will be prepared using JMM's Intergraph CAD system. All CAD files will be converted to DXF forout for the City to upload into AutoCad. Final printed product will be on 22" X 34" format Mylar using the City of Renton standard sheet border. Reconnection of water services within the Project will also be included in the design. Water details will be prepared on separate Detail sheet(s). Technical Specifications for the water piping work are also a product of this work task. TASK 3- PREPARE BIDDING/CONTRACT DOCUMENTS Objective: Prepare the Bidding/Coruraa Documents for the project suitable lo,budding and consauction of the wok. All work will be included with the Biddng/Contact Doctunonts fm'the Blaine Avenue Project(Task Order Authorization No.1). Approach: Work associated with the preparation of the Bidding/Conuact Ihcurhems will include the following items: • Compile Construction Drawings. Compile the Phsn and Detail Drawings prepared under other work tasks into a final set of Contract Drawings. The Detail Sheets will be based on City of Renton sundard deculs were possible. • Compile Technics; Specifications. Prepare Technical Specificati0its wvcring work for the Project. Technical Specifications will be in City of Renton Standard format. • Prepare Bidding/Contract Documents, Prepare addition to the Blaine Avenue Project Bidding/Contract Documents to be used in the procurement of Bids and construction of the North 3rd Sum project. AD North 3rd Street products where applicable will become pan of to Blaine Avenue CONTRACT DOCUMENTS. t • Print Bidding/Contract Documents. JM.M will have SO sets of additional North Rd Street documents printed for use by the City of Renton All printed items will be included in the Bidding/Contract Ducitmcnts for the Blaine Avenue Pmject(Task Order Authonzation No. 1). • Prepare Engineers Estimate. Prepare an Engineers Estimate of pmbablr construction cost for the North 3rd Street pmjWL TASK 4-QUALITY ASSURANCEIQUALITY CONTROL Objective: Quality Assurance/Quality Control measures for the project define the level of review at.d checking to be performed for the project. Auaclanmt I Pane l s e i Approach: Duality Assurance and Quality Control for the pmjea will include the following Items: • Review nneesings with the City of Renton. Review meetings wire the City of Rental will be held at the fifty percerd(50%)and ninety Percent(9D%)levels of effort The purpose of the meetings will be to review the wort Progress and Products complete to that date. The meetings for the North 3rd Street Project will be held in c unjurction with the review maungs for the Blaine Avenue pojw- • JMM Internal QA/QC review. JMM will provide an internal QA/QC review of the project at the Mnuy(90%)level of completion. The review for the North 3rd Street Project will be performed in conjunction with the review for the Blaine Avenue Project. Ptodewts: Products for the QA/QC work will be as defused as follows: • Review meeting products, Review meeting Products will consist of meeting manure rotes prepared in typed fomai,distributed to all parties in attendance at the maungs. • JMM Internal review products 1MM internal review meeting prod is will inelude a redline set of plans and spectf cations. The comment%from the redline set will be incorporated into the foul Bidding/Contract Documents, TASK 5• BIDDING ASSISTANCE Objective: To obtain competitive kids from qualified Contractors for conswcuon of the pm)ea. Approach: Assist the City in preparing the bid adventsenuM answer Bidders's questions,prepare and publish any addenda rquimd,tabulate and evaluate bids received, and make recommendation of award of the cinstruction contract Products,: Any required addenda,bid tabulation form and a wnuen recommendation of awed. TASK 6-SERVICES DURING CONSTRUCTION Objective: Pmvide limited services during consvuction to assist and augment City staff in performing needed construction management furictietns for the poject, Approach: Assistance will be provided by JMM to the City of Renton in performing management services for the project construction activities on a limited basis. The City of Renton will provide full time resident inspection using City stiff. Limiud Construction Management Services to be provided by JMM will include assistance in interpretation of the Bulding/Contiaca Documents•mview of shop dewing ' submittals, preparation of Change Orders, review of partial and final payment requests, limited fetid ohscrvation of the construction pmgress and preparation of the record drawings. Limited Construction Management scrvtces to be provided are b:,scd on 81 hours of Engineers unit. Products: Products for are limited Constniction Manag ment service.%include the following items: Interpretation of Bidding/Conlraa tkt menu. In etpretation of Bidding/Contract Documents by JMM will be in a written format acceptable to the City. u AaarympM I Yye) ( 1 p �Nap"Fm mom • Shop Dnwing Reviews. Shop Drawing Reviews will be performed on submittals from the contactor. City of Renton standard Shop Drawing review format will be used. • Change Orders. Change orders will be prepared as requested by the City to cover requested modifications or unforsoen conditions. Change Orders will be prepared in City of Renton sandard format. • Partiabflrul Payment Requests. PartiaVInal payment requests will be prepared on a monthly • bias for work performed during that month PariaWinal Payment will be based on quantities verified utd provided by the City. • Limited Construction Observation. Limited Cominsetlon Observation by JMM will be on an , - as requested basis JMM will provide the City with copies of the field visit rates prepared to document observations. p • Record Drawings. Prepare Lie final Record Drawings for the Pmjesa. The Drawings will include information provided by the City of Renter: mllecting the as consbucled state of the projecL A final survey of the constructed improvements will be provided to JMM by the City of Renton. INFORMATION/SERVICES/PRODUCTS PROVIDED BY THE CITY InfomtadoruServicevProducts to be provided to JM"by the City of Renton for the Project are defined as follows: • Survey of Project. The City will provide JMM a complete horizontal and vertical survey of the project area including important physical features such as, edge of pavement, existing utilities,driveways,houses,bees,fences and other objects which may be elfccted by the Project Tlx survey will include tics to centedine monumentation and will be tied to a datum suitable to the City. • Standard Specifications. The City will provide JMM a wmplete set of City of Renton Standard Specifications. The Standard Specificuions format provided shall be one (1) ham copy. • Standard Devils The City will provide JMM a complete set of City of Renton Standard Details for construction projects. The Stsrdam Detatis will be provided in AutoCad Version 10 formal(where available)or full size sale drawings suitable for"sticky back" type use. • Permits. The City will provide all permits required for the project excluding those to be c` provided by the construction contractor. .4ruclum,m I Pr a L Y J iY- 1_ 1_ _ 1__ 1_ 1 1__ _= 1! � �����1 1�� �.�v i�� 1�.���� � v I�..i�r•urn. ��•.i��l��Ir�rul�� 1���� Wll.l\�t111 • ri IYi1.ryM1tIN':1 � 1 1 �Ir�l mil.�� Irk North 3rd Street � Dec Jan Feb Mar Apr ®® Water Improvements 7roject Design ����� ■■�.N■■■N■■■■■ ■■■ ■■■■N■■■ ■■�■ Project Bid Period Award of Contract Notice to P 70ceed Construction �■�■�■■■■■N■■■■■n ■■�■�C■N■■■ ■■■■■■� ■■■■■■■■■■ �iii�i=i�i�ii■�iiii■Nii S LAU-V73-90 Exhibit 8 (1) EXHIBIT"B" TASK ORDER AUTHO iZATION City of Renton Project No. v4-toZ4 _ Name of Project ni.i.e A v,,ue N.E.- WAter and Sewer Improvements Muter Agreement No.CA&-673'O0 - Task Order Authorization No. I The City desires to authori engineeri Agreement ng Seri pursuant to the Master entered In ze to with .k.k. . and executed on t eft r-Iroo and Identified as Master Agreement No.GAAP-o750 * James M. Montgomerv,e'onsolling Engineers,Inc. All provisions In the Master Agreement remain In effect except as expressly modified by this work Authorization,and are Incorporated herein by reference. Scope of Task Order 1, DESCRIPTION OF I.'OPOSFD WORK - SEE ATTACHMENT I 11. ESTIMATE OF HOURS AND COST - SEE ATTACHMENT : i � III. SCHEDULE FOR COMPLETION OF AUTHORIZED WORK - SEE. ATTACHMENT IV. ADDITIONAL ITEMS TO BE rURNISHED BY THE CONSULTANT - NOT APPLICABLE 1 SUWAARY OF FEE FOR ENGINEERING SERVICES Direct Salary Cost.... .................................-'-.........S R,ri72.00 Overhead Cost(Including payroll addiUves...........................,................................... SWTaal S24.75 .00 Net Fee.............................................................. �1 Is S 2,970.00 Direct Nort-Wary Coass• a. Travel and per diem......................................S 220,00 b. Reproduction expettsas................................S1.600'0o Ic. Computer expense........................................S ROO.On 1 d. Outside consultants........ S e Other(specify)..............................................5 100,00 � Total S 2 7,.0.o" f Sub Total Skn n rn GRANDTOTAL SW a•ii.n0 If you concur in this Task Order Authorization and agree to the items as stated above,please sign in the appropriate spaces below and mum to this office for final action 16 t tf i �I .y) P ERHIP!T W(cont.) City of Renton Project No. w-10`4 Name of Project Blaine Avenue N.E. - v'ater and Sower lmpmvnmo,nts F� Master Agreement No,'=AC- 07 b 90 Task Order Authorization No. 1 The maximum amount payable under this work authorization Inclusive of aii ices and other costs is S 00 All work under this work authorization shall be performed pursuant to the terms,conditions, specifications.and Bmlutions contained in the Master Agreement. SUMMARY OF PAYMENTS UNDER WORK AUTHORIZATIONS Prior Task Order Task Order Authorization Authorizations No. Total Direct Salary Cost -0- $8,872.00 $8,872.00 Overhead -0- 515.8AI.0n 515.881.00 (including Payroll additives) Direct Non-Salary Costs -n_ V_7Zn_nn s+ t'm nn Net Fee _ -0- 7 00 $2.970.00 ) Toul -0- S10.a4 .01 Sl0.443.z , Consulunt9 Signature APP vin Authority Date of uthorizatlon t i 3 - a 17 d: X i r1 it ATTACIIMENT 1 Swpc of Work Blaine Avenue N.E. - Water and Sewer Impmvementc N.E. 161h Suect to Swan Meadow PURPOSE The Blainc Avenue N.E. Water and Sewer Impmvements pmjxt m Blaine Avenue N.E. h m N.E. 1 16th Street to Swan Meadow will provide water improvements to upgrade an existing 2 inch waterline to g inch size And provide sewer improvements along the street. An asphalt overlay will be included following mnpletim of the water and sewer improvements. leatgn Servicca 1N1M will provide the following Design Scrvimi for the Project.W work products—ill be provided in City of Renton standard format where applicable or in a formal dompi ible with standard engineering practices where a City standard does not exist. TASK 1 - Project Managerncnf Ob{cetive; Provide pmlect management to meet the project sch,dule and budget. 14epare invoices for services perforated. 600 ouch; Provide all necessary project planning to develop the schedule and budge,. Review project schedule and budget on a wcckly basis and prepare invoices at a monthly basis. Product; Products of the project maratgcment process include project Budget,Schedule and MonWy - Invoices. t TASK 2 -Sanitary Sewer Design -t 4gtecti�e Prepare the Design and JiddingQmtract Documents for appmximak-ly Slq line ai feet of Sanitary Sewer piping for the pmjcct. rlPDroach;The following work will be perfumed for Uw Sanitary Sewer Design • Evaluate Sewer Service Potential. Evaluate the potend,I for sewer servico .o all homes on Maine Avenue within the Pmject lints to deltic required grades for the g inch Sanitary Sewer • Develop Plan and Profile Drawings. Prepare Plan and Prohle drawings for the Sanitary Sewer pipe. J ti tarauYew,,.., r1 • Prepare Specifications for Sewer Piping. Prepare specifications covering the construction requirements for the 8 inch sarutary sewer piping. • Prepare Sewer Piping Details. Prepare Details for the sewer pipeline appurtenances including manholes,side sewers,cearouts,standard trench excavation details,trench patching and plug details for future connections. Product;The Sewer late design product will consist of Plan and Profile drawings for the Sanitary t Sewer al a scale of 1"n40'(horizontal)and I"-10' (vertical). The Plans will be prepared using JMM's Intergraph CAD system.All CAD files will be convened to DXF formal for tle City to upload a into AutoCad. Final primed product will be on 22"X 34" format Mylar using the City of Renton ; standard sheet bonder.The Standard Border will be provided to 1MM by the City of Renton in hap. AuttiCad.Version 10,format.Plan and Profile drawings will include the 8 inch Sanitary Sewer piping and associated side sewers for each home adjacent to the sewer. Side Sewers will be terminated at the Property line.The products will alPt include preparation of Sewer Details,alau on 22" X 34"format mylar sheets. Details will be either hand drawn or Sticky back.The final Detail Sheet product will be a photo mylar of each complete sheet. Technical Specifications for the Sanitary Sewer piping wort are also a product of this work tape, TASK 3• Waterline Design ObjectIY •Prepare the design for approximately 620 lineal foal of 8 inch water pipe.The following work will be performed let the design of the waterline on Blaine Avenue. Approach: Prepare the Design and Bidding/Comract Documents for approximately 620 lineal feet of g inch water pipeline. This wort snsll include the following item. • Plan and Profile Design, Prepare the Plan and Profile Design for the 8 inch waterline. • Prepare Specifications for Water Piping. Pmpam specification covering Or consaucuon requirements for the 8 inch water piping • Prepare Water Details. Prepare details to cover the work associate) with the water system improvements. Water Details will inch a standard service Comectione,thrust blocking and water naive placement. Products: Products for the water pipeline design will include the complete design for the pipe and associated appurtenances. The waterline plan and pnhlile information will be placed on a separate Plan and Profile Drawing also prepared on JMM's Intergraph CAD system. Final plan format will he similar W the Sewer Plan alrd Profile Drawing. Reconnection of water services for homes within the Poject will also be included in the design Water Details will be prepared on separate Detail shect(s). Technical Specifications for the water piping wort am also a product of this wort task. Ji i TASK a-Roadway overlay Design ObiMive-Provide an Overlay Design"r the mad surface of Blaine Avenue. Aooroach: Pmf are an Overlay Design for Blairw Avenue within the limits of the Project. i he overlay design shall include overlaying the existing a ad surface fnim edgeof-oil to edgeof-oil and raising existing improvements to the finish grade. • Thickness Design. The thickness cf the asphalt overlay will be 2 inches as defined by the City of Renton. Overlay Details. Prepare Overlay Details to define the typical section and other penmen details noeded to much into existing tmp,,. -, .,,n •wi grade. se existing utilities to the finish Products: The limits of Asphalt Overlay.grades and threkness will be sl own on a separate Nan and Pmfilc She .prepared in the same fomm a;the Sewer and Water Plan ant Pmfile Drawings. Dcuils will he prepared On separate shects showing the typical pavement section;rid other appropriaw drtails ' for the overlay. Technical Specification; for the Overlay work are also a p induct of this work task, TASK S - Prepare Bidding/Contract Documents ObiMive:Prepare the Bidding/Contract Documents for the pmja:t suitable for bidding and catsbuction of the work. Approach: Work associmed with the preparation of the Biddtng/Contract Documents will include the following items. • Compile Construction Drawings. Compile the Plan and Profile Drawings prepared wrier other work tasks into a final set of Contract Drawings. Detail Sheets showing require details shall also be compiled into the Contact Drawings.The Deu it Sheets will be based on(Sty of Renton standard details were possible. A Cover Sheet and LegendtVicinity map/Sheet Index Sheet will also be prepared. .Ma • ^Compile Technical Spedncallona Prepare Technical SPec t;ilicatim covering work for the Prow: Technical Specifications will be in City of Renton Standard format. • Pr.•mre F I lding/Contract Documents Prepare Bidding/Contract DOCLU rots,to be used in m., ti prmcuament of Bids end construction of the Project Bidding and Contract Documents will be included with the Technical Spa;cifrcahon;to form the CONTRACT DOCUMENTS for the proiect • IRiM ViddinVK30drocoOBubhtWtismnaq Documents printed for use by the CSIy of Rcntmn j� Prepare Engineers F_;tinute. Prcparc an Engiaxrs Estimate of probable con;huction cost for die pmjcct s a r i TASK 6-Quality Asta rance/Qualdly Control Objective: Quality Assurance/Quality Control measures for the pmjcct define the level of review and checking to be performed for the project. Approach: Quality Assurance and Quality Control for the project will include the following items. • Review meetings with the City or Renton. Review meetings with the City of Renton will be held at the fifty percent(50%)and ninety percent(90%)levels of effort.The purpose of the meetings will A to review the work progress and prod tcts complete to that date. • JMM Internal QA/QC review. JKM will provide an internal QA/QC review of the project at the ninety(90%)level of completion. Products:Products for the QA/QC work will be as del used as follows. • Review meeting products. Review meeting Products will consist of meeting minute notes prepared in typed format,distributed to all parties in attendance at the meetings. • JMM Internal review products. JMM internal review meeting pmducts will include a redline set of plant and specifications.The comments from the redline set will be incorporated into the final BiddiryyContract Documents. TASK 7-Bidding Assistance Objective: To ot*mn competitive bids from qualified Contractors for construction of the project. Apormmh: Assist the City in preparing the bid advertisement,answer Bidiltn's questions,prepare and publish any addenda required,tabulate and evaluate bids tcccived,and make recommendation of award of the construction contract. Products: Any required addenda,bid tabulation form and a written recommendation of award. TASK g-Services During Construction Ob i • Provide limited services during construction to assist and augment City staff in performing needed concoction management functions for the project. Approach: Assistance will be provided by JMM to the City of Renton in performing nanagement services for the project concoction activities on a limited basis.The City of Renton v ell provide full time msidGn inspection using City staff. Limited Concoction Management Services in be provided by JMM will include assistance in interpretation of the Bidding/Contract Documents,review of shop drawing submittals,preparation of Change Orders,review of partial and fnai payment requests, limited field observation of the conaruction pmgmss and preparation of the mcord drawings. Limited Construction Management services to be provided an based on 90 hours of Engineers time. Products:Products for the limited Construction Management services include the following items. e rt�V` [fYn � I ( , I tom•„„,.. � . , • Interpretation or Bidding/Contract Documents. Interpretation of Bidding/Commt Documents by JMM will be in a written forms,acceptable to the City. • Shop Drawing Reviews, Shop Drawing Reviews win be performed On submittals fmm the contractor City of Renton slanhdaM Stop Drawing review format will be used. .. • Change Orders, Change Orders will be prepared as rcyucsted by the City m cover requested modifications Or unforxcn conditions. Change Orders will be prepared in City of Renton standard format. • PartlAMnal Payment Requests. Pardal/Final payment requests will be prepared on it mondily basis for work perfonned during that month. Partial/Final payment will be based m quantities vcrirrcd and provided by the City. • United Construction Observation Limited Construction Obsenaton by JAhM win be on an as requested basis.JMM will provide the City with copies of d•e field visit notes prepared to document observations. • Record Drawings. Pmpare the final Rr;ord Drawings for the Project.The Drawings will include information provided by the City of Renton affecting the as constructed state of the project.A final su racy of the constructed improvements will be pmv;dr4 to JMM by the City of Renton. r INFORMATION/SERVICES/PRODUCTS PROVIDED BY THE CITY Infonns,iONSenices/Products to be provided to PubM by the City of Renton for We Project are dcthhcd as follows. • Survey of project. The City will provide JMM a complete horizomal and vertical wNcy of the project arcs including important physical features such as,edge of pavement,existing utilities,driveways,houses,trees,fenoc and other objects which may be effected by the Project. The survey will include ties to centerlim monummIaLion and will be tied to a datum suitable to the City. The survey will also verify the lowest finished BOor elevation for all homes along tM alignment. an asbuilt survey of the constructed project will also ed provided • by the City. 1 Standard Specifications. The City will provide JMM a complete set M City of Renton Standard Specifications.copy. The Standard Specifrrations formed provided shall be one(1)hard • Standard Demila The City will provide JMM a complete set Of City of Renton Standard Dreads for construction available) or 10 ormat(where available)or . The Standard Details will be provided in AutoCad Version full size scale dmwings suitable for"sticky back"type use. • Permits. The City will provide all permits required for the project,excluding those to be provided by the cOlutruction conlrucmr. k L if ! fill I ell AIIIIII 11111 All 1111/ n 111 1111 IA L�` eeeeeeee eeeee eee eeeee ee eee eeee a AAIAAAAA �IAAIA AAA AAAAA AI AAA AAAI �A fi ®eeeeeee ®eeeee eee eeeee ee eee eeee AAAAAAAI AAA A AAAAA AI AAA AAAA 11 Li` oa®®eeee eeeeee Aee eeeee S. eee eeee ee AAIIIII AAIAIA AAI AAAA AA AAA AAAA 11 Li` oeeeeeee eeeeee ae- eeee ee eee eeee AAAIIAII AIIIII All 11 IA AI AIA AIAI 11 Li - - ae®eeeee eeeeee ®ee eeee Ae eeA eeee ee r ` :eA1AA#A1 AIIAIA AA AIIA1 11 IA1 IA11 ®eeeeee eeeeee gee eeeee ee eee .3 .. ee Jv l AAusAA AAAAA .IAA A AA AeA "A - i AA � ore eeee a®AeeA Aee -eeee ee eee eeee ee AAe 11 e11111 a-- AN 11 eee ee©1 e1 AA111111 A11111 A11 11111 11 111 1111 11 L� ee111111 e1n11 e11 11111 11 111 1111 11 I�AAAAAAA AAAA IAA AAAAA AA AAA AAAA AA � i I O p CITY OFRENTON 1990 1991 Blaine Avenue Oct Nov 1 Dec Jan i Feb Mar Apr May Jun Jul Water and Sewer Project Design — 50 % Review w/Crty �} 1 —1 i 90 % Review w/City Advertise for Bids I Project Bid Period 1 Award of Contract I Notice to Proceed 1 Construction - _ � I 1 ill I I I � T7 f t': Mir i i i s s f s a s s s s s i i a s t r + b i t s i 2 A i s i i a i s a i f f i t i tL� a s f s a r s s s a t a s I a t i f t t a a a i s r a a i a i r a a T3aai, iliaa $ fi3 � 3 a s s a s f a s s s r a r s a t s s f a s t s s s a t a s i F 'e •'e f W n L a F � g g ; } i ■ i a i a s a y s i 9 i = i 9 ■_ $ � / 3 a B � b b T � : a s z z - s s e e s a s t e s a e ■ • D � = a = t e a B E : 3 D b l F S 6 8 8 E t B B i d 6 t e a b ; s z = = $ 1 b s = I e H e B e e B a 8 6 ■ B 8 6 8 t ■ t a E i a 8 8 8 6 8 6 H e t B 8 t e D 6 8 6 a 6 a • a a = a a i i i a e a e e B e B e a a • _ • _ = i' i a 1' D i = = i 9 8 8 4 E B D 4 H 8 8 t 6 I z 6 1� � 5 U • a = � W A � Y 3 � � a 8 6 s ! d E 8 6 9 a a e a a e i a s e t e s s s a x s a a s s = a I e a e a s a a s e `a c a e a a s a s 4 f $ t • � S k L f - e i - [ - e a s x s a a e e - a 'a z 8 8 8 E B E 8 8 f 8: 3 a e # # i : # aus # iazi # fi # f f i i i f t 6 E a a 8 E a f e a e i r. e. Id. :. i. 8 - Y {tE 8 a f f i 8 8 Y 8 g a 8 S 8 a f a S B a S t B e s s e B e a e a H a e I a B S f 1 6 8 H 9 8 8 6 t 8 8 H S 9 t p 4 ? i seas : 3ta, = aa3c : a _ Y t a ^ { i