Loading...
HomeMy WebLinkAboutAgenda AGENDA Finance Committee Meeting 5:00 PM - Monday, July 11, 2016 Council Conference Room, 7th Floor, City Hall – 1055 S. Grady Way 1. Advance Refunding of 2008 Water Sewer Refunding Bonds a) AB - 1707 2. New Job Order Contractor a) AB - 1701 3. Legislative Department Budget Briefing a) 2016 Legislative Department Budget through June b) Anticipated Council Travel for 2017 & 2018 4. Vouchers a) Accounts Payable b) RFA Advanced July Payments c) Payroll (available in Dropbox) 5. Emerging Issues in Revenue Streams AB - 1707 City Council Regular Meeting - 27 Jun 2016 SUBJECT/TITLE: Advance Refunding of 2008 Water Sewer Revenue Bonds RECOMMENDED ACTION: Refer to Finance Committee DEPARTMENT: Administrative Services Department STAFF CONTACT: Iwen Wang, ASD Administrator EXT.: 6858 FISCAL IMPACT SUMMARY: The proposed refunding will replace the existing $8.8 million of bonds carrying an average interest rate of 4.18% with approximately $8.26 million of new bonds together with $1.13 million in issue premium at a true interest cost of approximately 2%, and generate an estimated net present value savings of $870k or approximately 10% of the refunded bonds. SUMMARY OF ACTION: The proposed refinancing plan will issue approximately $8.26 million of new bonds together with $1.13 million in issue premium to replace the existing $8.8 million of bonds through private placement. EXHIBITS: A. Issue Paper B. Draft Ordinance STAFF RECOMMENDATION: Approve the refinancing plan and place the attached ordinance with the associated documents for first, second readings and adoption. AGENDA ITEM #1. a) ADMINISTRATIVE SERVICES DEPARTMENT M E M O R A N D U M DATE:June 21, 2016 TO:Randy Corman, Council President Members of the Renton City Council VIA:Denis Law, Mayor FROM:Iwen Wang, Admin. Services Administrator SUBJECT:Advance Refunding of 2008 Water-Sewer Revenue Bonds ISSUE Should the City refinance the 2008 Water-Sewer Bonds and use private placement method to sell these bonds? RECOMMENDATION Staff recommends approval of the proposed refinancing plan and adoption of the necessary ordinance authorizing the issuance of approximately $8.26 million of bonds together with $1.13 million in issue premium at a true interest cost of approximately 2%, which will replace the existing $8.8 million of bonds carrying an average interest rate of 4.18% and generate an estimated savings of $870k in net present value savings or nearly 10% of the refunded bonds. BACKGROUND The City issued $12.01 million of Water and Sewer Revenue Bonds in 2008 to pay for various utility capital improvement projects. Principal maturing on and after December 1, 2018 is subject to optional redemption without penalty on or after December 1, 2017. Because the bonds will be issued more than 90 days prior to the optional redemption date, this is considered an advance refunding. The proceeds of approximately $8.3 million new bonds issued plus the projected issue premium of $1.1 million, will pay for issuance costs and the remaining $9.3 million will be deposited into an escrow account to pay interest when due until December 1, 2017, at which time the principle amount of $8.8 million will be fully paid. In addition, staff recommends the proposed refunding be done through “private placement” instead of the public offing. The difference between the two methods is that public offering is an open process that the underwriter will present the bonds by maturity and proposed interest is conducted on an open platform, while in a private placement, the proposed bond issue is presented to multiple investors (typically more than 40 banks and institutional investors) who will then submit their “bid” to purchase the entire issue. Both options provides competitive pricing and process, the key difference is there are fewer bidders who can buy the entire issue than those can participate in public officering and buy smaller chunks of the issue. The AGENDA ITEM #1. a) resulting difference in interest rates is somewhere between 0% and 0.3%. Based on issues done earlier this year, the interest rate difference should be at the low end of the spectrum. Part of the consideration in using the private placement method is the difference in the amount of staff time required to put together the official statement (prospectus) and a rating presentation. With the RFA transition and budget work in the next few months, the expedited process for a private offering is more manageable. CONCLUSION Staff recommends the Council approve the refinancing plan. The bond ordinance will be presented to Council for first/second reading and adoption on July 11. Attachment: Refunding Savings Calculation Date June 1, 2016. AGENDA ITEM #1. a) 10018 00009 ff222r42j3 CITY OF RENTON, WASHINGTON WATER AND SEWER REVENUE REFUNDING BOND, 2016 ORDINANCE NO. ________ AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING THE ISSUANCE OF A WATER AND SEWER REVENUE REFUNDING BOND IN THE AGGREGATE PRINCIPAL AMOUNT OF NOT TO EXCEED $9,500,000 FOR THE PURPOSE OF REFUNDING A PORTION OF THE CITY’S WATER AND SEWER REVENUE BONDS, SERIES 2008A; PROVIDING THE FORM, TERMS AND COVENANTS OF THE BOND; DELEGATING CERTAIN AUTHORITY TO APPROVE THE FINAL TERMS OF THE BOND; AND AUTHORIZING OTHER MATTERS RELATED THERETO. PASSED: July 11, 2016 PREPARED BY: PACIFICA LAW GROUP LLP Seattle, Washington AGENDA ITEM #1. a) -i- 10018 00009 ff222r42j3 ORDINANCE NO. ________ TABLE OF CONTENTS Section 1. Definitions ..................................................................................................................... 3 Section 2. Findings Regarding Parity Provisions .......................................................................... 13 Section 3. Authorization and Description of Bond ...................................................................... 13 Section 4. Registration of Bond.................................................................................................... 14 Section 5. Priority and Payment from the Waterworks Utility Fund ........................................... 15 Section 6. Funds and Accounts .................................................................................................... 17 Section 7. Covenants .................................................................................................................... 20 Section 8. Tax Covenants ............................................................................................................. 24 Section 9. Future Parity Bonds ..................................................................................................... 26 Section 10. Form of Bond ............................................................................................................. 29 Section 11. Execution of Bond ..................................................................................................... 32 Section 12. Right of Prepayment ................................................................................................. 32 Section 13. Sale of Bond .............................................................................................................. 32 Section 14. Application of Bond Proceeds; Plan of Refunding .................................................... 34 Section 15. Ongoing Disclosure; Additional Covenants ............................................................... 37 Section 16. Contract; Savings Clause ........................................................................................... 37 Section 17. General Authorization, Ratification of Prior Acts ..................................................... 37 Section 18. Lost, Stolen or Destroyed Bond ................................................................................ 39 Section 19. Effective Date of Ordinance ...................................................................................... 39  This Table of Contents is provided for convenience only and is not a part of this ordinance. AGENDA ITEM #1. a) 10018 00009 ff222r42j3 CITY OF RENTON, WASHINGTON ORDINANCE NO. ________ AN ORDINANCE OF THE CITY OF RENTON, WASHINGTON, AUTHORIZING THE ISSUANCE OF A WATER AND SEWER REVENUE REFUNDING BOND IN THE AGGREGATE PRINCIPAL AMOUNT OF NOT TO EXCEED $9,500,000 FOR THE PURPOSE OF REFUNDING A PORTION OF THE CITY’S WATER AND SEWER REVENUE BONDS, SERIES 2008A; PROVIDING THE FORM, TERMS AND COVENANTS OF THE BOND; DELEGATING CERTAIN AUTHORITY TO APPROVE THE FINAL TERMS OF THE BOND; AND AUTHORIZING OTHER MATTERS RELATED THERETO. WHEREAS, the City of Renton, Washington (the “City”) has created and operates a waterworks utility of the City, including the water, sewer, wastewater and storm drainage systems (together, the “Waterworks Utility”); and WHEREAS, the City issued and now has outstanding the following water and sewer revenue bonds, each being payable on a parity of lien on the revenues of the Waterworks Utility: Series Authorizing Ordinance Original Principal Amount Outstanding Principal Amount 2007 5313 $ 9,750,000 $ 7,995,000 2008A 5313 9,975,000 9,975,000 2008B 5313 2,035,000 195,000 2012 5672 9,190,000 9,080,000 (together, the “Outstanding Parity Bonds”); and AGENDA ITEM #1. a) -2- 10018 00009 ff222r42j3 WHEREAS, the Water and Sewer Revenue Bonds, Series 2008A, issued on January 4, 2008, mature in principal amounts and bear interest as follows: Maturity Date (December 1) Principal Amount Interest Rate 2016 $ 480,000 4.00% 2017 695,000 4.00 2018 565,000 5.00 2019 645,000 4.00 2020 720,000 4.00 2021 760,000 4.00 2022 790,000 4.00 2023 980,000 4.10 2024 1,020,000 4.15 2025 1,060,000 4.20 2026 1,105,000 4.25 2027 1,155,000 4.30 (the “2008A Bonds”); and WHEREAS, the 2008A Bonds maturing on or after December 1, 2018 (the “Refunding Candidates”), are subject to optional redemption, in whole or in part, on any date on or after December 1, 2017, at a price of par plus interest accrued to the date of redemption; and WHEREAS, after due consideration it appears to this Council that all or a portion of the Refunding Candidates (the “Refunded Bonds”) may be defeased and refunded by proceeds of the water and sewer revenue refunding bond authorized herein (the “Bond”) at a savings to the City and its ratepayers; and WHEREAS, the respective ordinances authorizing the issuance of the Outstanding Parity Bonds permit the issuance of additional bonds on a parity with the Outstanding Parity Bonds for refunding purposes if certain conditions are met; and AGENDA ITEM #1. a) -3- 10018 00009 ff222r42j3 WHEREAS, the Council wishes to delegate authority to the Mayor, the Chief Administrative Officer and the Finance Director of the City (as further described herein, each a “Designated Representative”) for a limited time, to approve the interest rates, maturity date, redemption terms, and other terms for the Bond within the parameters set by this ordinance; and WHEREAS, the City intends to issue a request for proposals from various financial institutions to purchase the Bond; and WHEREAS, the Council now wishes to authorize the issuance of the Bond, the acceptance of a commitment confirming such a proposal, and the sale of the Bond to the successful respondent subject to the terms and conditions set forth in this ordinance; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON DOES ORDAIN AS FOLLOWS: Section 1. Definitions. As used in this ordinance, the following words shall have the following meanings: Acquired Obligations means the Government Obligations acquired by the City under the terms of this ordinance and the Escrow Agreement to effect the defeasance and refunding of the Refunded Bonds, but only to the extent that the same are acquired at Fair Market Value. Annual Debt Service for any year means all the interest on plus all principal (except principal of Term Bonds due in any Term Bond Maturity Year) of Parity Bonds, plus all mandatory redemption and sinking fund installments, less all bond interest payable from the proceeds of any such bonds, which will mature or come due in that year. AGENDA ITEM #1. a) -4- 10018 00009 ff222r42j3 Bank means the financial institution that is the successful respondent to a request for proposals to purchase the Bond, selected by a Designated Representative. Base Period means any consecutive 12-month period selected by the City out of the 24-month period next preceding the date of issuance of an additional series of Future Parity Bonds. Bond means the City’s Water and Sewer Revenue Refunding Bond, 2016, authorized to be issued by this ordinance. Bond Fund means that special fund of the City known as the Waterworks Revenue Bond Fund, 2016 created by the City for the payment of the principal of and interest on the Bond. Bond Register means the registration records for the Bond maintained by the Bond Registrar. Bond Registrar means the Finance Director, whose duties include registering and authenticating the Bond, maintaining the Bond Register, transferring ownership of the Bond, and paying the principal of and interest on the Bond. Call Date means December 1, 2017. City means the City of Renton, Washington, a municipal corporation duly organized and existing by virtue of the laws of the State. Code means the Internal Revenue Code of 1986, as amended, together with corresponding and applicable final, temporary or proposed regulations and revenue rulings issued or amended with respect thereto by the United States Treasury Department or the Internal Revenue Service, to the extent applicable to the Bond. Commission means the Securities and Exchange Commission. AGENDA ITEM #1. a) -5- 10018 00009 ff222r42j3 Commitment means the commitment of the Bank to purchase the Bond. Council means the City Council as the general legislative authority of the City, as duly and regularly constituted from time to time. Coverage Requirement means in any calendar year 1.25 times the Annual Debt Service for such year. Credit Facility means a policy of municipal bond insurance, a letter of credit, surety bond, line of credit, guarantee or other financial instrument or any combination of the foregoing, which obligates a third party to make payment or provide funds for the payment of financial obligations of the City. There may be one or more Credit Facilities outstanding at any time. Designated City Representative means each the Mayor, the Chief Administrative Officer and the Finance Director of the City, any successors to the functions of such offices, and their designees. The signature of one Designated City Representative shall be sufficient to bind the City. Escrow Agent means U.S. Bank National Association, Seattle, Washington. Escrow Agreement means the Escrow Deposit Agreement between the City and the Escrow Agent to be dated as of the date of closing and delivery of the Bond. Fair Market Value means the price at which a willing buyer would purchase the investment from a willing seller in a bona fide, arm’s length transaction (determined as of the date the contract to purchase or sell the investment becomes binding) if the investment is traded on an established securities market (within the meaning of Section 1273 of the Code) and, otherwise, the term “Fair Market Value” means the acquisition price in a bona fide arm’s AGENDA ITEM #1. a) -6- 10018 00009 ff222r42j3 length transaction (as referenced above) if (i) the investment is a certificate of deposit that is acquired in accordance with applicable regulations under the Code, (ii) the investment is an agreement with specifically negotiated withdrawal or reinvestment provisions and a specifically negotiated interest rate (for example, a guaranteed investment contract, a forward supply contract or other investment agreement) that is acquired in accordance with applicable regulations under the Code, (iii) the investment is a United States Treasury Security--State and Local Government Series that is acquired in accordance with applicable regulations of the United States Bureau of Public Debt, or (iv) any commingled investment fund in which the City and related parties do not own more than a 10% beneficial interest therein if the return paid by the fund is without regard to the source of the investment. To the extent required by the applicable regulations under the Code, the term “investment” shall include a hedge. Federal Tax Certificate means the Federal Tax Certificate signed by the Finance Director pertaining to the tax-exemption of interest on the Bond. Finance Director means the City’s Finance and Information Services Administrator or the successor to such officer. Fitch means Fitch, Inc., organized and existing under the laws of the State of Delaware, its successors and their assigns, and, if such organization shall be dissolved or liquidated or shall no longer perform the functions of a securities rating agency, Fitch shall be deemed to refer to any other nationally recognized securities rating agency designated by the City. Future Parity Bonds means all water and sewer revenue bonds of the City issued after the date of the issuance of the Bond and having a lien and charge on Net Revenue on a parity AGENDA ITEM #1. a) -7- 10018 00009 ff222r42j3 with the lien and charge on Net Revenue for the payment of the principal of and interest on the Outstanding Parity Bonds and the Bond. Government Obligations means those obligations now or hereafter defined as such in chapter 39.53 RCW. Gross Revenue means all of the earnings and revenues received by the City from the maintenance and operation of the Waterworks Utility and all earnings from the investment of money in the Reserve Fund or any Parity Bond Fund, and connection and capital improvement charges collected for the purpose of defraying the cost of capital facilities of the Waterworks Utility, except government grants, proceeds from the sale of Waterworks Utility property (other than timber), City taxes collected by or through the Waterworks Utility, principal proceeds of bonds and earnings or proceeds from any investments in a trust, defeasance or escrow fund created to defease or refund Waterworks Utility obligations (until commingled with other earnings and revenues of the Waterworks Utility) or held in a special account for the purpose of paying a rebate to the United States Government under the Code. Maintenance and Operation Expense means all reasonable expenses incurred by the City in causing the Waterworks Utility to be operated and maintained in good repair, working order and condition, including payments made to any other municipal corporation or private entity for water service and for sewage treatment and disposal service or other utility service in the event the City combines such service in the Waterworks Utility and enters into a contract for such service, and including pro-rata budget charges for the City’s administration expenses where those represent a reasonable distribution and share of actual costs, but not including AGENDA ITEM #1. a) -8- 10018 00009 ff222r42j3 any depreciation or taxes levied or imposed by the City or payments to the City in lieu of taxes, or capital additions or capital replacements to the Waterworks Utility. Maximum Annual Debt Service means, at the time of calculation, the maximum amount of Annual Debt Service that will mature or come due in the current calendar year or any future calendar year on the Parity Bonds. Moody’s means Moody’s Investors Service, its successors and their assigns, and, if such corporation shall be dissolved or liquidated or shall no longer perform the functions of a securities rating agency, Moody’s shall be deemed to refer to any other nationally recognized securities rating agency designated by the City. Net Revenue means Gross Revenue less Maintenance and Operation Expense. Outstanding means, as of any particular time, all Parity Bonds issued theretofore except (a) Parity Bonds theretofore canceled by the Bond Registrar after purchase by the City in the open market or because of payment at, or redemption prior to, maturity; (b) Parity Bonds for which funds have been deposited into a trust account pursuant to the ordinances authorizing the issuance of the Parity Bonds, but only to the extent that the principal of and interest on such Parity Bonds are payable from such trust account; (c) temporary, mutilated, lost, stolen or destroyed Parity Bonds for which new Parity Bonds have been issued pursuant to the ordinance authorizing their issuance; and (d) Parity Bonds exchanged for new Parity Bonds pursuant to the ordinances authorizing their issuance. Outstanding Parity Bond Ordinances mean the ordinances authorizing the issuance of the Outstanding Parity Bonds identified in the recitals to this ordinance. AGENDA ITEM #1. a) -9- 10018 00009 ff222r42j3 Outstanding Parity Bonds means the water and sewer revenue bonds of the City identified in the recitals to this ordinance. Parity Bonds means the Outstanding Parity Bonds, the Bond, and any Future Parity Bonds. Parity Bond Fund means any fund created for the payment and redemption of Parity Bonds. Parity Requirement means Net Revenue equal to or greater than: (a) 1.25 times the Maximum Annual Debt Service for all Parity Bonds plus the Future Parity Bonds proposed to be issued; and (b) 100% of Maximum Annual Debt Service for all subordinate lien evidences of indebtedness secured by Gross Revenue. Professional Utility Consultant means an independent licensed professional engineer, certified public accountant or other independent person or firm selected by the City having a favorable reputation for skill and experience with municipal utilities of comparable size and character to the Waterworks Utility in such areas as are relevant to the purposes for which such consultant is retained. Qualified Insurance means any non-cancelable municipal bond insurance policy or surety bond issued by any insurance company licensed to conduct an insurance business in any state of the United States (or by a service corporation acting on behalf of one or more such insurance companies) which insurance company or companies, as of the time of issuance of such policy or surety bond, are currently rated in the two highest rating categories by any Rating Agency but no lower than the highest then-existing rating for any of the Parity Bonds. AGENDA ITEM #1. a) -10- 10018 00009 ff222r42j3 Qualified Letter of Credit means any irrevocable letter of credit issued by a financial institution for the account of the City on behalf of Registered Owner of the Bond, which institution maintains an office, agency or branch in the United States and as of the time of issuance of such letter of credit, is currently rated in the two highest rating categories by any Rating Agency but no lower than the highest then-existing rating for any of the Parity Bonds. Rate Stabilization Fund means the Waterworks Rate Stabilization Fund created by the City pursuant to Ordinance No. 4709. Rating Agency means Moody’s, S&P or Fitch. Refunded Bonds means the Refunding Candidates designated by the Designated City Representative pursuant to Section 14. Refunding Account means the account by that name established pursuant to Section 14. Refunding Candidates mean the outstanding 2008A Bonds maturing on or after December 1, 2018. Registered Owner means the person in whose name the Bond is registered on the Bond Register. Reserve Fund means that special fund of the City known as the Waterworks Revenue Bond Reserve Fund created by Ordinance No. 4709. Reserve Requirement means with respect to any issue of Parity Bonds, the lesser of (a) Maximum Annual Debt Service on all Outstanding Parity Bonds, and (b) 125% of average Annual Debt Service on all Outstanding Parity Bonds; provided, that the amount required to be deposited hereunder with respect to any Future Parity Bonds in order to meet the Reserve AGENDA ITEM #1. a) -11- 10018 00009 ff222r42j3 Requirement shall not exceed 10% of the net proceeds of such Future Parity Bonds under the Code. Rule means the SEC’s Rule 15c2-12 under the Securities Exchange Act of 1934, as the same may be amended from time to time. S&P means Standard & Poor’s Rating Services, its successors and their assigns, and, if such corporation shall be dissolved or liquidated or shall no longer perform the functions of a securities rating agency, S&P shall be deemed to refer to any other nationally recognized securities rating agency designated by the City. State means the State of Washington. Term Bonds mean any Parity Bonds identified as such in the bond purchase contract or in the ordinance authorizing the issuance thereof, the payment of which is provided for by a requirement for mandatory deposits of money into the principal and interest account of the bond redemption fund created for the payment of such issue of Parity Bonds in accordance with a mandatory sinking fund requirement. Term Bond Maturity Year means any calendar year in which Term Bonds are scheduled to mature. 2008 Bond Ordinance means Ordinance No. 5313 adopted by the City Council on October 22, 2007 and Resolution No. 3919 adopted by the Council on November 26, 2007 authorizing the issuance of the 2008A Bonds. 2008A Bonds means the Water and Sewer Revenue Bonds, Series 2008A, of the City issued on January 5, 2008, as more particularly described in the recitals of this ordinance. AGENDA ITEM #1. a) -12- 10018 00009 ff222r42j3 Waterworks Utility means the combined water, sewer, wastewater and storm drainage systems of the City as the same may be added to, improved and extended for as long as any of the Parity Bonds are outstanding. Waterworks Utility Fund means that special fund of the City into which all Gross Revenue (except for earnings in any special fund for the redemption of revenue obligations of the Waterworks Utility) shall be deposited. Rules of Interpretation. In this ordinance, unless the context otherwise requires: (a) The terms “hereby,” “hereof,” “hereto,” “herein, “hereunder” and any similar terms, as used in this ordinance, refer to this ordinance as a whole and not to any particular article, section, subdivision or clause hereof, and the term “hereafter” shall mean after, and the term “heretofore” shall mean before, the date of this ordinance; (b) Words of the masculine gender shall mean and include correlative words of the feminine and neuter genders and words importing the singular number shall mean and include the plural number and vice versa; (c) Words importing persons shall include firms, associations, partnerships (including limited partnerships), trusts, corporations and other legal entities, including public bodies, as well as natural persons; (d) Any headings preceding the text of the several sections of this ordinance, and any table of contents or marginal notes appended to copies hereof, shall be solely for convenience of reference and shall not constitute a part of this ordinance, nor shall they affect its meaning, construction or effect; AGENDA ITEM #1. a) -13- 10018 00009 ff222r42j3 (e) All references herein to “articles,” “sections” and other subdivisions or clauses are to the corresponding articles, sections, subdivisions or clauses hereof; and (f) Words importing the singular number include the plural number and vice versa. Section 2. Findings Regarding Parity Provisions. The City Council hereby finds that there is no deficiency in any Parity Bond Fund, that provisions hereinafter meet the conditions for the issuance of Future Parity Bonds as set forth in the Outstanding Parity Bond Ordinances, and on or prior to the date of issuance of the Bond the City will have on file a certificate showing that that the issuance of the Bond will result in a debt service savings for the Waterworks Utility and does not require an increase of more than $5,000 in any year for principal of and interest on the Bond over and above the payments that were required to be made for the Refunded Bonds. The conditions contained in the Outstanding Parity Bond Ordinances having been complied with or assured, the payments required herein to be made out of the Waterworks Utility Fund into the Bond Fund and the Reserve Fund to pay and secure the payment of the principal of and interest on the Bond shall constitute a lien and charge upon the money in the Waterworks Utility Fund equal in rank with the lien and charge thereon for the payments required to be made for the Outstanding Parity Bonds. Section 3. Authorization and Description of Bond. The City is hereby authorized to issue a water and sewer revenue refunding bond (the “Bond”) in a principal amount of not to exceed $9,500,000 for the purpose of providing the funds necessary to refund the Refunded Bonds and pay all or a portion of the costs incidental to the foregoing and to the issuance of the Bond. The Bond shall be designated the “City of Renton, Washington Water and Sewer Revenue Refunding Bond, 2016” or other such designation as set forth in the Bond and AGENDA ITEM #1. a) -14- 10018 00009 ff222r42j3 approved by the Finance Director. The Bond shall be dated as of its date of delivery to the Bank, shall be fully registered as to both principal and interest, shall be in one denomination of not to exceed $9,500,000, and shall mature on the date set forth in the Commitment and approved by the Designated Representative pursuant to Section 13. The Bond shall bear interest from its dated date or the most recent date to which interest has been paid at the interest rate set forth in the Commitment. Interest on the principal amount of the Bond shall be calculated per annum on a 30/360 basis, or as otherwise provided in the Bond and in the Commitment. Principal of and interest on the Bond shall be payable at the times and in the amounts as set forth in the Commitment and in the payment schedule attached to the Bond. The Bond shall be payable solely out of the Bond Fund and the Reserve Fund and shall not be a general obligation of the City. Section 4. Registration of Bond. (a) Registrar/Bond Registrar. The Finance Director shall act as Bond Registrar. The Bond Registrar is authorized, on behalf of the City, to authenticate and deliver the Bond if transferred or exchanged in accordance with the provisions of the Bond and this ordinance and to carry out all of the Bond Registrar’s powers and duties under this ordinance. (b) Registered Ownership. The City and the Bond Registrar may deem and treat the Registered Owner of the Bond as the absolute owner for all purposes, and neither the City nor the Bond Registrar shall be affected by any notice to the contrary. Payment of the Bond shall be made only as described in subsection (d) below. All such payments made as described in AGENDA ITEM #1. a) -15- 10018 00009 ff222r42j3 subsection (d) below shall be valid and shall satisfy the liability of the City upon the Bond to the extent of the amount so paid. (c) Transfer or Exchange of Registered Ownership. The Bond shall not be transferrable without the consent of the City unless (i) the Bank’s corporate name is changed and the transfer is necessary to reflect such change; or (ii) the transferee is a successor in interest of the Bank by means of a corporate merger, an exchange of stock, or a sale of assets. Notwithstanding the foregoing, the Bond may be transferred upon satisfaction of the requirements, if any, set forth in the Commitment and in the Bond. (d) Place and Medium of Payment. Both principal of and interest on the Bond shall be payable in lawful money of the United States of America. Principal and interest on the Bond shall be payable by check, warrant, ACH transfer or by other means mutually acceptable to the Bank and the City. Upon final payment of principal and interest of the Bond, the Registered Owner shall surrender the Bond for cancellation at the office of the Bond Registrar in accordance with this ordinance. Section 5. Priority and Payment from the Waterworks Utility Fund. (a) Waterworks Utility Fund. A special fund of the City known as the “Waterworks Utility Fund” has been established by the City, into which shall be deposited all Gross Revenue as collected. Moneys in the Waterworks Utility Fund shall be trust funds and shall be held separate and apart from all other funds and accounts of the City. (b) Priority of Payments from the Waterworks Utility Fund. Gross Revenue on deposit in the Waterworks Utility Fund (other than in any bond redemption or federal rebate account) shall be used in the following order of priority: AGENDA ITEM #1. a) -16- 10018 00009 ff222r42j3 (i) To pay Maintenance and Operation Expense; (ii) To pay the interest on the Parity Bonds, including reimbursements to the issuer of a Credit Facility if the Credit Facility secures the payment of interest on Parity Bonds and the ordinance authorizing such Parity Bonds provides for such reimbursement; (iii) To pay the principal of the Parity Bonds, including reimbursements to the issuer of a Credit Facility if the Credit Facility secures the payment of principal on Parity Bonds and the ordinance authorizing such Parity Bonds provides for such reimbursement; (iv) To make all payments required to be made into any sinking fund or bond redemption fund hereafter created for the payment of Future Parity Bonds which are Term Bonds; (v) To make all payments required to be made into the Reserve Fund, including any reimbursements required for Qualified Insurance or Qualified Letter of Credit; (vi) To make all payments required to be made into any revenue bond redemption fund or warrant redemption fund and debt service account or reserve account created to pay and secure the payment of the principal of and interest on any revenue bonds or revenue warrants of the City having a lien upon Gross Revenue junior and inferior to the lien thereon for the payment of the principal of and interest on the Parity Bonds; and AGENDA ITEM #1. a) -17- 10018 00009 ff222r42j3 (vii) To retire by optional redemption or purchase any outstanding revenue bonds or revenue warrants of the City, to make necessary additions, betterments, improvements and repairs to or extensions and replacements of the Waterworks Utility, to make deposits into the Rate Stabilization Fund, or for any other lawful City purpose. (c) Rate Stabilization Fund. The City has previously created a Waterworks Rate Stabilization Fund (the “Rate Stabilization Fund”). The City may, at any time, as determined by the City and as consistent with subsection (b) of this section, deposit Gross Revenue into the Rate Stabilization Fund, excluding principal proceeds of Parity Bonds or other borrowing. The City may withdraw any or all of the money from the Rate Stabilization Fund for inclusion in Gross Revenue for any fiscal year of the City. Such deposits or withdrawals may be made up to and including the date 90 days after the end of the fiscal year for which the deposit or withdrawal will be included in Gross Revenue. No deposit of Gross Revenue will be made into the Rate Stabilization Fund to the extent that such deposit would prevent the City from meeting the Coverage Requirement. Section 6. Funds and Accounts. (a) Bond Fund. There is hereby authorized to be created the Waterworks Revenue Bond Fund, 2016 (the “Bond Fund”), which shall be a “Parity Bond Fund” and a subaccount of the Waterworks Utility Fund. The Bond Fund shall be maintained for the purpose of paying the principal of and interest on the Bond. As long as the Bond remains outstanding, the City hereby irrevocably obligates and binds itself to set aside and pay from the Waterworks Utility Fund into the Bond Fund those amounts necessary, together with such other funds as are on hand and available in the Bond Fund, to pay the interest or principal and interest next coming due on the AGENDA ITEM #1. a) -18- 10018 00009 ff222r42j3 Bond. Such payments from the Waterworks Utility Fund to the Bond Fund shall be made in a fixed amount without regard to any fixed proportion following the closing and delivery of the Bond on or before each date on which an installment of interest or principal and interest falls due on the Bond equal to the installment of interest or principal and interest. Money in the Bond Fund not needed to pay the interest or principal next coming due may temporarily be deposited in legal investments for City funds, but only to the extent that the same are acquired, valued and disposed of at Fair Market Value. (b) Reserve Fund. There has been created by the City a special fund of the City known as the Waterworks Revenue Bond Reserve Fund (the “Reserve Fund”) for purpose of securing the payment of the principal of and interest on all Parity Bonds. The City hereby irrevocably covenants and agrees that on or prior to the date of issuance of the Bond, the amount on deposit in the Reserve Fund will be at least equal to the Reserve Requirement. Except for withdrawals therefrom as authorized herein, the Reserve Fund shall be maintained at the Reserve Requirement at all times so long as any Parity Bonds are Outstanding. When the total amount in the Bond Fund shall equal the total amount of principal and interest for all outstanding Bonds, no further payment need be made into the Bond Fund. Notwithstanding the first sentence of this paragraph, the Reserve Requirement may be decreased for any issue of Parity Bonds when and to the extent the City has redeemed or otherwise defeased any Outstanding Parity Bonds. If there shall be a deficiency in the Bond Fund to meet maturing installments of either principal or interest, as the case may be, on the Bond, that deficiency shall be made up from the Reserve Fund by the withdrawal of cash therefrom for that purpose and after all cash has AGENDA ITEM #1. a) -19- 10018 00009 ff222r42j3 been depleted, then by draws on the Qualified Insurance or Qualified Letter of Credit for that purpose. Any deficiency created in the Reserve Fund by reason of any such withdrawal shall then be made up from Net Revenue first available after making necessary provisions for the required payments into the Bond Fund. Any money in the Reserve Fund in excess of the Reserve Requirement may be withdrawn and deposited in any Parity Bond Fund and spent for the purpose of retiring Parity Bonds or may be deposited in any other fund and spent for any other lawful Waterworks Utility purpose. The City may provide for the purchase, redemption or defeasance of Parity Bonds by the use of money on deposit in the Bond Fund or the Reserve Fund as long as the money remaining in those funds is sufficient to satisfy the required deposits in those funds for the remaining Parity Bonds. All money in the Bond Fund or Reserve Fund may be kept in cash or on deposit in the official bank depository of the City or in any national bank or may be invested in any legal investment for City funds, but only to the extent that the same are acquired, valued and disposed of at Fair Market Value. Interest on any of those investments or on that bank account shall be deposited in the Reserve Fund until the total Reserve Requirement shall have been accumulated therein, after which time the interest shall be deposited in any Parity Bond Fund. Notwithstanding the provisions for the deposit or maintenance of earnings in the Bond Fund or the Reserve Fund, the City also may transfer out of the Bond Fund or Reserve Fund any money required in order to prevent any Parity Bonds from becoming “arbitrage bonds” under the Code. AGENDA ITEM #1. a) -20- 10018 00009 ff222r42j3 If the City fails to set aside and pay into the Bond Fund or the Reserve Fund the amounts set forth above, the Registered Owner of any of the outstanding Bonds may bring an action against the City to compel that setting aside and payment. (c) Pledge of Revenue and Lien Position. The Net Revenue is hereby pledged to the payment of the Parity Bonds, and the Parity Bonds shall constitute a lien and charge upon such Net Revenue prior and superior to any other charge whatsoever. (d) Regarding Sufficiency of Revenues. The Council hereby finds that in fixing the amounts to be paid into the Bond Fund out of Gross Revenue, it has exercised due regard for the Maintenance and Operation Expense and has not obligated the City to set aside and pay into such Fund a greater amount of such Gross Revenue than in its judgment will be available over and above the Maintenance and Operation Expense. Section 7. Covenants. The City covenants and agrees with the Registered Owner of the Bond as follows: (a) Rate Covenant. It will establish, maintain and collect rates and charges for all services and facilities provided by the Waterworks Utility which will be fair and nondiscriminatory, and will adjust those rates and charges from time to time so that: (1) Gross Revenue will at all times be sufficient to (A) pay all Maintenance and Operation Expense on a current basis, (B) pay when due all amounts that the City is obligated to pay into the Reserve Fund and any Parity Bond Funds and (C) pay all taxes, assessments or other governmental charges lawfully imposed upon the Waterworks Utility or other revenue therefrom or payments in lieu thereof and any and all other amounts which the AGENDA ITEM #1. a) -21- 10018 00009 ff222r42j3 City may now or hereafter become obligated to pay from Gross Revenue by law or contract; and (2) Net Revenue in each calendar year will be at least equal to the Coverage Requirement. (b) Maintenance and Repair. It will at all times maintain and keep the Waterworks Utility in good repair, working order and condition and also will at all times operate such Utility and the business in connection therewith in an efficient manner and at a reasonable cost. (c) Disposal of Waterworks Utility. It will not sell, lease, mortgage or in any manner encumber or otherwise dispose of the Waterworks Utility in its entirety unless, simultaneously with such sale or other disposition, all Parity Bonds are defeased pursuant to the provisions of this ordinance. It will not sell, lease, mortgage or in any manner encumber or otherwise dispose of any part of the Waterworks Utility (other than timber), including all additions and improvements thereto and extensions thereof at any time made, that are used, useful or material in the operation of the Waterworks Utility, unless provision is made for the replacement thereof or for payment into the Bond Fund of the greatest of the following: (1) An amount which will be in the same proportion to the net amount of any Parity Bonds then outstanding (defined as the total amount of those bonds less the amount of cash and investments in the Reserve Fund and any Parity Bond Funds) that Gross Revenue from the portion of the Waterworks Utility sold or disposed of for the preceding year bears to the total Gross Revenue for that period; AGENDA ITEM #1. a) -22- 10018 00009 ff222r42j3 (2) An amount which will be in the same proportion to the net amount of any Parity Bonds then outstanding (as defined above) that the Net Revenue from the portion of the Waterworks Utility sold or disposed of for the preceding year bears to the total Net Revenue for that period; or (3) An amount which will be in the same proportion to the net amount of any Parity Bonds then outstanding (as defined above) that the depreciated cost value of the facilities sold or disposed of bears to the depreciated cost value of the entire Waterworks Utility immediately prior to such sale or disposition. Notwithstanding any other provision of this subsection, (1) the City in its discretion may sell or otherwise dispose of any of the works, plant, properties or facilities of the Waterworks Utility or any real or personal property comprising a part of the same which shall have become unserviceable, inadequate, obsolete or unfit to be used in the operation of the Waterworks Utility, or no longer necessary, material to or useful to the operation of the Waterworks Utility, without making any deposit into the Bond Fund, and (2) the City may transfer the Waterworks Utility to another municipal corporation so long as Net Revenue of the portion of the Waterworks Utility so transferred is used for payment of debt service on the Parity Bonds prior to any other purpose. In no event shall such proceeds be treated as Gross Revenue for purposes of this ordinance. (d) Books and Records. It will keep proper books, records and accounts with respect to the operations, income and expenditures of the Waterworks Utility in accordance with proper accounting procedures and any applicable rules and regulations prescribed by the State. It will prepare annual financial and operating statements within 270 days of the close of each AGENDA ITEM #1. a) -23- 10018 00009 ff222r42j3 fiscal year showing in reasonable detail the financial condition of the Waterworks Utility as of the close of the previous year, and the income and expenses for such year, including the amounts paid into the Bond Fund and Reserve Fund and into any and all special funds or accounts created pursuant to this ordinance, the status of all funds and accounts as of the end of such year, and the amounts expended for maintenance, renewals, replacements and capital additions to the Waterworks Utility. (e) No Free Service. Except to aid the poor or infirm, to provide for resource conservation or to provide for the proper handling of hazardous materials, it will not furnish or supply or permit the furnishing or supplying of any service or facility in connection with the operation of the Waterworks Utility free of charge to any person, firm or corporation, public or private, other than the City, so long as any Parity Bonds are outstanding. On at least an annual basis, it will determine all accounts that are delinquent and will take all necessary action to enforce payment of such accounts against those property owners whose accounts are delinquent. (f) Insurance. It at all times will carry fire and extended coverage and such other forms of insurance, including public liability and property damage insurance, with responsible insurers and with policies payable to or on behalf of the City and any additional insureds on such of the buildings, equipment, works, plants, facilities and properties of the Waterworks Utility, and against such claims for damages, as are ordinarily carried by municipal or privately owned utilities engaged in the operation of like systems, or will implement and maintain a self-insurance or an insurance pool program with reserves adequate, in the reasonable AGENDA ITEM #1. a) -24- 10018 00009 ff222r42j3 judgment of the City, to protect the Waterworks Utility and the Registered Owners of the Parity Bonds against loss. (g) Maintenance and Operation Expense. It will pay all Maintenance and Operation Expense and the debt service requirements for the outstanding Parity Bonds, and otherwise meet the obligations of the City as herein set forth. Section 8. Tax Covenants. The City shall take all actions necessary to assure the exclusion of interest on the Bond from the gross income of the owners of the Bond to the same extent as such interest is permitted to be excluded from gross income under the Code as in effect on the date of issuance of the Bond, including but not limited to the following: (a) Private Activity Bond Limitation. The City shall assure that the proceeds of the Bond are not so used as to cause the Bond to satisfy the private business tests of Section 141(b) of the Code or the private loan financing test of Section 141(c) of the Code. (b) Limitations on Disposition of Improvements. The City shall not sell or otherwise transfer or dispose of (i) any personal property components of the projects refinanced with proceeds of the Bond (the “Projects”) other than in the ordinary course of an established government program under Treasury Regulation 1.141-2(d)(4) or (ii) any real property components of the Projects, unless it has received an opinion of nationally recognized bond counsel to the effect that such disposition shall not adversely affect the treatment of interest on the Bond as excludable from gross income for federal income tax purposes. (c) Federal Guarantee Prohibition. The City shall not take any action or permit or suffer any action to be taken if the result of such action would be to cause the Bond to be “federally guaranteed” within the meaning of Section 149(b) of the Code. AGENDA ITEM #1. a) -25- 10018 00009 ff222r42j3 (d) Rebate Requirement. The City shall take any and all actions necessary to assure compliance with Section 148(f) of the Code, relating to the rebate of excess investment earnings, if any, to the federal government, to the extent that such Section is applicable to the Bond. (e) No Arbitrage. The City shall not take, or permit or suffer to be taken, any action with respect to the proceeds of the Bond which, if such action had been reasonably expected to have been taken, or had been deliberately and intentionally taken, on the date of issuance of the Bond would have caused the Bond to be an “arbitrage bond” within the meaning of Section 148 of the Code. (f) Registration Covenant. The City shall maintain a system for recording the ownership of the Bond that complies with the provisions of Section 149 of the Code until all Bond have been surrendered and canceled. (g) Record Retention. The City shall retain its records of all accounting and monitoring it carries out with respect to the Bond for at least three years after the Bond mature or are redeemed (whichever is earlier); however, if the Bond are redeemed and refunded, the City shall retain its records of accounting and monitoring at least three years after the earlier of the maturity or redemption of the obligations that refunded the Bond. (h) Compliance with Federal Tax Certificate. The City shall comply with the provisions of the Federal Tax Certificate with respect to the Bond, which are incorporated herein as if fully set forth herein. The covenants of this section shall survive payment in full or defeasance of the Bond. AGENDA ITEM #1. a) -26- 10018 00009 ff222r42j3 (i) Bank Qualification. The City hereby designates the Bond for purposes of paragraph (3) of Section 265(b) of the Code and represents that not more than $10,000,000 aggregate principal amount of obligations the interest on which is excludable (under Section 103(a) of the Code) from gross income for federal income tax purposes (excluding (i) private activity bonds, as defined in Section 141 of the Code, except qualified 501(c)(3) bonds as defined in Section 145 of the Code and (ii) current refunding obligations to the extent the amount of the refunding obligation does not exceed the outstanding amount of the refunded obligation), has been or will be issued by the City, including all subordinate entities of the City, during the calendar year 2016. Section 9. Future Parity Bonds. The City reserves the right to issue Future Parity Bonds if the following conditions are met and complied with at the time of issuance of those additional bonds: (a) There shall be no deficiency in any Parity Bond Fund. (b) The ordinance providing for the issuance of such Future Parity Bonds shall provide for the payment of the principal thereof and interest thereon out of a Parity Bond Fund. (c) The ordinance providing for the issuance of such Future Parity Bonds shall provide for the deposit into the Reserve Fund from the proceeds of those Future Parity Bonds of (1) an amount equal to the increase in the Reserve Requirement attributable to those Parity Bonds or (2) Qualified Letter of Credit or Qualified Insurance or an amount plus Qualified Letter of Credit or Qualified Insurance equal to the increase in the Reserve Requirement attributable to those Future Parity Bonds. At the discretion of the City, the City may provide for deposit into AGENDA ITEM #1. a) -27- 10018 00009 ff222r42j3 the Reserve Fund of other legally available money from Net Revenue or Qualified Letter of Credit or Qualified Insurance on or prior to the date of issuance of such Future Parity Bonds. (d) The ordinance authorizing the issuance of such Future Parity Bonds shall provide for the payment of mandatory redemption or sinking fund requirements into the applicable Parity Bond Fund for any Term Bonds to be issued and for regular payments to be made for the payment of the principal of such Term Bonds on or before their maturity, or, as an alternative, the mandatory redemption of those Term Bonds prior to their maturity date from money in the applicable Parity Bond Fund. (e) There shall be on file with the City either: (1) a certificate of the Finance Director demonstrating that Net Revenue for the Base Period, without regard to deposits into or withdrawals from the Rate Stabilization Fund, is equal to at least the Parity Requirement; or (2) a certificate of a Professional Utility Consultant that in such Consultant’s opinion Net Revenue for the Base Period, as adjusted, without regard to deposits into or withdrawals from the Rate Stabilization Fund, shall be equal to at least the Parity Requirement. The Professional Utility Consultant, in estimating Net Revenue available for debt services, may adjust Net Revenue to reflect: (A) Any changes in rates in effect and being charged or expressly committed by ordinance to be made in the future; (B) Income derived from customers of the Waterworks Utility who have become customers during the 12 consecutive month period or thereafter adjusted to reflect one year’s Net Revenue from those customers; AGENDA ITEM #1. a) -28- 10018 00009 ff222r42j3 (C) Income from any customers to be connected to the Waterworks Utility who have paid the required connection charges; (D) The Professional Utility Consultant’s estimate of the Net Revenue to be derived from customers anticipated to connect for whom building permits have been issued; (E) Income received or to be received which is derived from any person, firm corporation or municipal corporation under any executed contract for water, sewage disposal or other utility service, which revenue was not included in the historical Net Revenue; (F) The Professional Utility Consultant’s estimate of the Net Revenue to be derived from customers with existing homes or buildings which will be required to connect to any additions to and improvements and extensions of the Waterworks Utility constructed and to be paid for out of the proceeds of the sale of the additional Future Parity Bonds or other additions to and improvements and extensions of the Waterworks Utility when such additions, improvements and extensions are not completed; and (G) Any increases or decrease in Net Revenue as a result of any actual or reasonably anticipated changes in Maintenance and Operation Expense subsequent to the 12-month period. (f) Refunding Obligations. If Future Parity Bonds proposed to be so issued are for the sole purpose of refunding outstanding bonds payable from any Parity Bond Fund, such certification of coverage shall not be required if the amount required for the payment of the principal and interest in each year for the refunding bonds is not increased more than $5,000 AGENDA ITEM #1. a) -29- 10018 00009 ff222r42j3 over the amount for that same year required for the bonds or the portion of that bond issue to be refunded thereby and if the maturities of such refunding bonds are not extended beyond the maturities of the bonds to be refunded thereby. Nothing contained herein shall prevent the City from issuing Future Parity Bonds to refund maturing Parity Bonds, money for the payment of which is not otherwise available. (g) Subordinate Lien Obligations. Nothing contained herein shall prevent the City from issuing revenue bonds that are a charge upon Gross Revenue subordinate to the payments required to be made therefrom into any Parity Bond Fund. Section 10. Form of Bond. The Bond shall be in substantially the following form: UNITED STATES OF AMERICA NO. R-1 $____________ STATE OF WASHINGTON CITY OF RENTON WATER AND SEWER REVENUE REFUNDING BOND, 2016 INTEREST RATE: _____% MATURITY DATE: ____________, 20[__] REGISTERED OWNER: ______________________ PRINCIPAL AMOUNT: ________ MILLION AND NO/100 DOLLARS The City of Renton, Washington, a municipal corporation organized and existing under and by virtue of the laws of the State of Washington (herein called the “City”) hereby acknowledges itself to owe and for value received promises to pay, but only from the sources and as hereinafter provided, to the Registered Owner identified above, or registered assigns, on the Maturity Date identified above, the Principal Amount indicated above and to pay interest thereon from the date of delivery, or the most recent date to which interest has been paid or duly provided for, at the Interest Rate set forth above (the “Interest Rate”). Interest on this bond shall accrue from its dated date until paid and shall be computed per annum on the principal amount outstanding on a 30/360 basis. Principal of and accrued interest on this bond shall be payable on the dates set forth in the payment schedule attached hereto. Both principal of and interest on this bond are payable in lawful money of the United States of America. Principal and interest on this bond shall be payable by check or warrant or AGENDA ITEM #1. a) -30- 10018 00009 ff222r42j3 by other means mutually acceptable to the Registered Owner and the City. Upon final payment of principal and interest of this bond, the Registered Owner shall surrender this bond for cancellation at the office of the Bond Registrar in accordance with Ordinance No. __________ of the City (the “Bond Ordinance”). Reference is made to the Bond Ordinance and any and all modifications and amendments thereto for a description of the nature and extent of the security for this bond, the funds or revenues pledged, and the terms and conditions upon which such bond is issued. This bond is being issued for the purpose of refunding certain outstanding water and sewer revenue bonds of the City and paying costs of issuance of the bond. The City may prepay this bond as provided in the Bond Ordinance and in the Commitment. Any such prepayment may be subject to a prepayment fee. This bond has been designated by the City as a “qualified tax-exempt obligation” within the meaning of Section 265(b) of the Internal Revenue Code of 1986, as amended (the “Code”). This bond is payable solely from the Bond Fund and the Reserve Fund. The City has irrevocably obligated and bound itself to pay into the Bond Fund out of the Net Revenue or from such other moneys as may be provided therefor certain amounts necessary to pay and secure the payment of the principal and interest on this bond. This bond is not a general obligation of the City, the State or any other political subdivision. The City does hereby pledge and bind itself to set aside from the Waterworks Utility Fund out of the revenue of the Waterworks Utility and to pay into the Bond Fund and the Reserve Fund the various amounts required by the Bond Ordinance to be paid into and maintained in such Funds, all within the times provided by the Bond Ordinance. To the extent more particularly provided by the Bond Ordinance, the amounts so pledged to be paid from the Waterworks Utility Fund out of the revenue of the Waterworks Utility into the Bond Fund shall be a lien and charge thereon equal in rank to the lien and charge upon said revenue of the amounts required to pay and secure the payment of the Outstanding Parity Bonds and any revenue bonds of the City hereafter issued on a parity with the bond and superior to all other liens and charges of any kind or nature except Maintenance and Operation Expense. This bond is issued under and in accordance with the provisions of the Constitution and applicable statutes of the State of Washington and duly adopted ordinances of the City. The City hereby covenants and agrees with the owner of this bond that it will keep and perform all the covenants of this bond and of the Bond Ordinance to be by it kept and performed, and reference is hereby made to the Bond Ordinance for a complete statement of such covenants. This bond shall not be valid or become obligatory for any purpose or be entitled to any security or benefit under the Bond Ordinance until the Certificate of Authentication hereon shall have been manually signed by the Bond Registrar. AGENDA ITEM #1. a) -31- 10018 00009 ff222r42j3 It is hereby certified that all acts, conditions, and things required by the Constitution and statutes of the State of Washington to exist, to have happened, been done, and performed precedent to and in the issuance of this bond have happened, been done, and performed. IN WITNESS WHEREOF, the City of Renton, Washington has caused this bond to be signed with the facsimile or manual signature of the Mayor, to be attested by the facsimile or manual signature of the City Clerk, all as of this _____ day of ____________, 2016. CITY OF RENTON, WASHINGTON [SEAL] By /s/ facsimile or manual Mayor ATTEST: /s/ facsimile or manual City Clerk REGISTRATION CERTIFICATE This bond is registered in the name of the Registered Owner on the books of the City, in the office of the Finance Director of the City (the “Bond Registrar”), as to both principal and interest, as noted in the registration blank below. All payments of principal of and interest on this bond shall be made by the City from the Bond Fund. Date of Registration Name and Address of Registered Owner Signature of Bond Registrar __________ __, 2016 ______________________ Finance Director PAYMENT SCHEDULE Principal and interest on this bond shall be payable as set forth in the following schedule: Date Principal Interest Total Payment AGENDA ITEM #1. a) -32- 10018 00009 ff222r42j3 Section 11. Execution of Bond. The Bond shall be executed on behalf of the City with the manual or facsimile signature of the Mayor, and shall be attested by the manual or facsimile signature of the Clerk. Only such Bond as shall bear thereon a Certificate of Authentication in the form earlier recited, manually executed by the Bond Registrar, shall be valid or obligatory for any purpose or entitled to the benefits of this ordinance. Such Certificate of Authentication shall be conclusive evidence that the Bond so authenticated has been duly executed, authenticated and delivered hereunder and is entitled to the benefits of this ordinance. In case either of the officers who shall have executed the Bond shall cease to be an officer or officers of the City before the Bond so signed shall have been authenticated or delivered by the Bond Registrar, or issued by the City, such Bond may nevertheless be authenticated, delivered and issued and upon such authentication, delivery and issuance, shall be as binding upon the City as though those who signed the same had continued to be such officers of the City. The Bond may also be signed and attested on behalf of the City by such persons who at the date of the actual execution of the Bond, are the proper officers of the City, although at the original date of such Bond any such person shall not have been such officer of the City. Section 12. Right of Prepayment. The City may prepay the Bond in whole or in part on any date as set forth in the Commitment and approved by a Designated Representative pursuant to Section 13. If the Bond is prepaid in full, interest shall cease to accrue on the date such prepayment occurs. Section 13. Sale of Bond. AGENDA ITEM #1. a) -33- 10018 00009 ff222r42j3 (a) Bond Sale. The Council has determined that it would be in the best interest of the City to delegate to the Designated Representatives for a limited time the authority to request proposals from financial institutions to purchase the Bond and to approve the final terms of the Bond, as set forth in the Commitment of the successful respondent. The Designated Representative shall solicit proposals to purchase the Bond and shall select the Bank that submits the proposal that is in the best interest of the City. Subject to the terms and conditions set forth in this Section 13, each Designated Representative is hereby authorized to select the Bank, to designate all or a portion of the Refunding Candidates as Refunded Bonds, to approve the principal amount, principal payment dates, dated date, denominations, interest payment dates, redemption/prepayment provisions and interest rate or rates for the Bond, to accept the Commitment, to agree to any additional terms and covenants that are in the best interest of the City and consistent with this ordinance, and to execute the sale of the Bond to the Bank; provided that (1) the principal amount of the Bond does not exceed $9,500,000, (2) the final maturity of the Bond is no later than December 1, 2027, (3) the Bond is sold at a price not less than 97% and not greater than 105%, (4) the Bond is sold for a price that results in a minimum net present value debt service savings over the Refunded Bonds of 5%, and (5) the true interest cost for the Bond does not exceed 3.00%. (b) Report to Council; Expiration of Authority. Following the sale of the Bond, a Designated Representative shall provide a report to Council describing the sale and final terms of the Bond approved pursuant to the authority delegated in this section. The authority granted to the Designated Representatives by this section shall expire on December 31, 2016. AGENDA ITEM #1. a) -34- 10018 00009 ff222r42j3 If the Bond has not been sold by December 31, 2016, the authorization for the issuance of the Bond shall be rescinded, and the Bond shall not be issued nor its sale approved unless such Bond shall have been re-authorized by ordinance of the Council. The ordinance re-authorizing the issuance and sale of such Bond may be in the form of a new ordinance repealing this ordinance in whole or in part or may be in the form of an amendatory ordinance approving a Commitment or establishing terms and conditions for the authority delegated under this Section 13. (c) Delivery of Bond; Documentation. Upon the passage and approval of this ordinance, the proper officials of the City, including the Designated Representatives, are authorized and directed to undertake all action necessary for the prompt execution and delivery of the Bond to the Bank and further to execute all closing certificates, agreements, loan agreements, and documents required to effect the closing and delivery of the Bond in accordance with the terms of the Commitment. Section 14. Application of Bond Proceeds; Plan of Refunding. (a) Refunding Plan. For the purpose of realizing a debt service savings and benefiting the City’s ratepayers, the Council proposes to refund and defease the Refunded Bonds as set forth herein. The Refunded Bonds shall include those Refunding Candidates designated by a Designated City Representative and identified in the Escrow Agreement. Proceeds of the Bond shall be deposited with the Escrow Agent pursuant to the Escrow Agreement to be used immediately upon receipt thereof to defease the Refunded Bonds as authorized by the 2008 Bond Ordinance and to pay costs of issuance of the Bond. AGENDA ITEM #1. a) -35- 10018 00009 ff222r42j3 The net proceeds deposited with the Escrow Agent shall be used to defease the Refunded Bonds and discharge the obligations thereon by the purchase of certain Government Obligations (which obligations so purchased, are herein called “Acquired Obligations”), bearing such interest and maturing as to principal and interest in such amounts and at such times which, together with any necessary beginning cash balance, will provide for the payment of: (1) interest on the Refunded Bonds due and payable on and prior to the Call Date; and (2) the redemption prices of the Refunded Bonds on the Call Date. Such Acquired Obligations shall be purchased at a yield not greater than the yield permitted by the Code and regulations relating to acquired obligations in connection with refunding bond issues. (b) Escrow Agent/Escrow Agreement. The City hereby appoints U.S. Bank National Association, Seattle, Washington, as the Escrow Agent for the Refunded Bonds (the “Escrow Agent”). A beginning cash balance, if any, and the Acquired Obligations shall be deposited irrevocably with the Escrow Agent in an amount sufficient to defease the Refunded Bonds. The proceeds of the Bond remaining after acquisition of the Acquired Obligations and provision for the necessary beginning cash balance shall be utilized to pay expenses of the acquisition and safekeeping of the Acquired Obligations and expenses of the issuance of the Bond. In order to carry out the purposes of this Section 14, the Finance Director is authorized and directed to execute and deliver to the Escrow Agent, an Escrow Agreement. AGENDA ITEM #1. a) -36- 10018 00009 ff222r42j3 (e) Call for Redemption of Refunded Bonds. The Designated Representatives are hereby authorized to set aside sufficient funds out of the purchase of Acquired Obligations from proceeds of the Bond to make the payments described in Section 14(d). The Designated Representatives are hereby authorized to call the Refunded Bonds for redemption on their Call Date in accordance with the provisions of the 2008 Bond Ordinance authorizing the redemption and retirement of the 2008A Bonds prior to their fixed maturities. Said defeasance and call for redemption of the Refunded Bonds shall be irrevocable after the issuance of the Bond and delivery of the Acquired Obligations to the Escrow Agent. The Escrow Agent is hereby authorized and directed to provide for the giving of notices of the redemption of the Refunded Bonds in accordance with the applicable provisions of the 2008 Bond Ordinance. The costs of publication of such notices shall be an expense of the City. The Escrow Agent is hereby authorized and directed to pay to the Finance Director, or, at the direction of the Finance Director, to the paying agent for the Refunded Bonds, sums sufficient to pay, when due, the payments specified in this ordinance. All such sums shall be paid from the moneys and Acquired Obligations deposited with the Escrow Agent, and the income therefrom and proceeds thereof. All such sums so paid to said Finance Director shall be credited to the Refunding Account, which is hereby authorized to be created. All moneys and Acquired Obligations deposited with the Escrow Agent and any income therefrom shall be held, invested (but only at the direction of the Finance Director) and applied in accordance with the provisions of this ordinance and with the laws of the State for the benefit of the City and owners of the Refunded Bonds. AGENDA ITEM #1. a) -37- 10018 00009 ff222r42j3 The City will take such actions as are found necessary to see that all necessary and proper fees, compensation and expenses of the Escrow Agent for the Refunded Bonds shall be paid when due. Section 15. Ongoing Disclosure; Additional Covenants. (a) Ongoing Disclosure. The Bond is exempt from ongoing disclosure requirements of the Rule. (b) Covenants. The City may agree to provide the Bank certain financial or other information and agree to such additional covenants as determined to be necessary by a Designated Representative and as set forth in the Commitment and approved by the Designated Representative pursuant to Section 13. Section 16. Contract; Savings Clause. The covenants contained in this ordinance and in the Bond shall constitute a contract between the City and the Registered Owner of the Bond. If any one or more of the covenants or agreements provided in this ordinance to be performed on the part of the City shall be declared by any court of competent jurisdiction and after final appeal (if any appeal be taken) to be contrary to law, then such covenant or covenants, agreement or agreements, shall be null and void and shall be deemed separable from the remaining covenants and agreements in this ordinance and shall in no way affect the validity of the other provisions of this ordinance or of the Bond. Section 17. General Authorization; Ratification of Prior Acts. The Mayor, the Chief Administrative Officer, the Finance Director and other appropriate officers of the City are authorized to take any actions and to execute documents as in their judgment may be necessary or desirable in order to carry out the terms of, and complete the transactions AGENDA ITEM #1. a) -38- 10018 00009 ff222r42j3 contemplated by, this ordinance. All acts taken pursuant to the authority of this ordinance but prior to its effective date are hereby ratified. AGENDA ITEM #1. a) -39- 10018 00009 ff222r42j3 Section 18. Lost, Stolen or Destroyed Bond. In case the Bond shall be lost, stolen or destroyed while in the Registered Owner’s possession, the Bond Registrar may at the request of the Registered Owner execute and deliver a new Bond of like date, number and tenor to the Registered Owner thereof upon the Registered Owner’s paying the expenses and charges of the City and the Bond Registrar in connection therewith and upon its filing with the City written certification that such Bond was actually lost, stolen or destroyed and of its ownership thereof. In the case the Bond shall be lost, stolen, or destroyed while in the Registered Owner’s possession, the Registered Owner may elect upon final payment of principal and interest of the Bond to surrender a photocopy of the Bond for cancellation at the office of the Bond Registrar together with written certification that such Bond was actually lost, stolen or destroyed and of its ownership thereof. Section 19. Effective Date of Ordinance. This ordinance shall be effective upon its passage, approval, and thirty (30) days after publication. PASSED by the City Council this 11th day of July, 2016. Jason A. Seth, City Clerk APPROVED BY THE MAYOR this ____ day of July, 2016. Denis Law, Mayor Approved as to form: Pacifica Law Group LLP Bond Counsel Date of Publication: ___________________ AGENDA ITEM #1. a) 10018 00009 ff222r42j3 CERTIFICATE I, the undersigned, City Clerk of the City Council of the City of Renton, Washington (the “City”), DO HEREBY CERTIFY: 1. The attached copy of Ordinance No. ________ (the “Ordinance”) is a full, true and correct copy of an ordinance duly passed at a regular meeting of the City Council of the City held at the regular meeting place thereof on July 11, 2016, as that ordinance appears on the minute book of the City; and the Ordinance will be in full force and effect after publication in the City’s official newspaper as provided by law; and 2. A quorum of the members of the City Council was present throughout the meeting and a majority of those members present voted in the proper manner for the passage of the Ordinance. IN WITNESS WHEREOF, I have hereunto set my hand this 11th day of July, 2016. Jason A. Seth, City Clerk AGENDA ITEM #1. a) AB - 1701 City Council Regular Meeting - 27 Jun 2016 SUBJECT/TITLE: Approval of new Job Order Contractor (JOC) RECOMMENDED ACTION: Refer to Finance Committee DEPARTMENT: Community Services STAFF CONTACT: Michael Nolan, Facilities Coordinator EXT.: 6608 FISCAL IMPACT SUMMARY: Per the RCW, a Job Order Contract provides the city with an on-call contractor who can perform public works up to $350,000 per project and up to a cumulative $4 million per year for two years with an option to extend for a third. Individual projects are created as Work Orders under the contract which are funded by the individual departments who create the Work Order. Departments can only initiate projects that they already have funding for in their budget. Therefore the Job Order Contract does not add any additional burden to the City's budget and the fiscal impact is neutral. SUMMARY OF ACTION: In 2013, the city awarded its first ever Job Order Contract to Forma Construction for a period of two years. In 2015, the city exercised its option to extend the Job Order Contract for a third year. Having reached its maximum term per RCW, the contract is set to expire on July 16, 2016. Since the Job Order Contract program has been such a success for both the Community Services and Public Works departments, it was decided to not only continue the program, but to award two Job Order Contracts, the maximum allowed by state law. This will increase competition and adds accountability and transparency to the process by using more than one contractor. On May 9, 2016, the city issued an RFP to select a new Job Order Contractor. Three firms submitted proposals, (Forma Construction, Sabyr Contractors, and Centennial), and all three were interviewed by a panel of four city employees. When the score sheets from the reviewers were tabulated, Forma had the highest score followed by Sabyr and then Centennial. (The RCW allows for the same firm to be awarded successive Job Order Contracts.) EXHIBITS: A. Resolution 4177 Authorizing JOC B. JOC Request For Proposal 05-09-16 C. Forma Construction Proposal D. JOC Evaluation Form 2016, summary E. JOC Contract, draft F. Sabyr Contractors Proposal STAFF RECOMMENDATION: Approve the Job Order Contract to be awarded to the two highest scoring firms, Forma Construction and Sayber Contractors, and authorize the Mayor and City Clerk to sign the contracts. AGENDA ITEM #2. a) CITY OF RENTON, WASHINGTON RESOLUTION NO. 4177 A RESOLUTION OF THE CITY OF RENTON, WASHINGTON, MAKING A DETERMINATION TO USE A JOB ORDER CONTRACT FOR PUBLIC WORKS PROJECTS. WHEREAS, the traditional public works process for contracting for public works projects is time consuming and costly as it requires separate contracting actions for each small project; and WHEREAS, pursuant to RCW 39.10.420(3) (Job order procedure — Which public bodies may use — Authorized use), public bodies may use a job order contract for public works projects when a determination is made; NOW, THEREFORE, THE CITY COUNCIL OF THE CITY OF RENTON, WASHINGTON, DOES RESOLVE AS FOLLOWS: SECTION I. The above recitals are found to be true and correct in all respects. SECTION II. The City Council now makes a determination that, consistent with RCW 39.10.420(3), the City of Renton's use of job order contracts will benefit the public by providing an effective means of reducing the total lead-time and cost for the construction of public works projects for repair and renovation required at public facilities through the use of unit price books and work orders by eliminating time-consuming, costly aspects of the traditional public works process, which requires separate contracting actions for each small project and authorizes its use by City staff. 1 AGENDA ITEM #2. a) RESOLUTION NO. 417 7 PASSED BY THE CITY COUNCIL this lst day of April 7 2013. Bonnie I. Walton, City Clerk APPROVED BY THE MAYOR this lst day of April ^ 2Q1S Denis Law, Mayor Approved as to form: Lawrence J. Warren, City Attorney RES.1592:3/13/13:scr 2 AGENDA ITEM #2. a) REQUEST FOR PROPOSAL Job Order Contracting May 9, 2016 RFP Issued May 13, 2016 Informational Meeting May 27, 2016 SUBMITTAL DEADLINE, 5:00 PM June 10, 2016 Interviews of Finalists June 10, 2016 JOC Coefficient Bids Opened, 4:30 PM AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 2 1.0 INTRODUCTION The CITY OF RENTON, WA (hereinafter referred to as “CITY”) is requesting PROPOSALS from general contractors and construction management firms that are actively providing well- managed Job Order Contracting (JOC) and/or Design-Build construction services to publicly funded government entities. JOC is proven to provide an effective means of reducing the time-consuming and costly aspects of traditional public works construction where separate contracting actions are required for each individual project. CITY has determined that the use of a competitively bid JOC contract where a pre-qualified contractor manages small construction projects initiated by individual Work Orders with pre-determined pricing tied to unit price books, will improve current construction contracting procedures and provide a more efficient process that benefits the public with greater value for tax payer funded construction projects. RCW 39.10.420 - 460 outlines the requirements for JOC and authorizes the CITY to utilize this contracting procedure. One or two JOC contracts will be awarded with this solicitation through a competitive open public bid process. JOC services may be utilized by any of the CITY’s departments, divisions or agencies for any type of construction work. Job Order Contracting is a contract mechanism that differs from traditional low-bid construction contract awards. Pre-qualified JOC contractor(s) will be responsible for managing and completing individual Work Order driven indefinite delivery, indefinite quantity construction services for repair, remodeling, renovation and maintenance on small public works projects at fixed unit prices. Payment for each Work Order identifying individual tasks will be made according to fixed pricing based on a designated construction Unit Price Book with a pre- determined coefficient or multiplier established through this open public RFP solicitation. There AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 3 is no guaranteed minimum committed dollar amount assigned to issuance of individual Work or Task orders, and there is no guarantee that CITY will engage selected JOC contractor(s) to complete projects up to the maximum contract dollar amount. JOC is performance based construction similar to Design-Build construction. CITY is soliciting for a JOC provider that will manage, operate and perform related construction activities in a responsible manner that will minimize CITY’s need to oversee and manage this JOC program. Responding companies will be evaluated and selected on their ability, capacity and motivation to provide innovative, on-time deliveries of JOC services in a reliable, fair and competent manner that consistently provides the CITY with best value construction results. A competitive process undertaken with this public request for Proposals is utilized to evaluate and select the best qualified responding JOC provider(s). Qualified contractors are encouraged to submit their Proposals. Those that are not clearly responsive to minimum qualifications of five (5) years experience as a general contractor, construction management contractor, or JOC contractor with extensive experience simultaneously managing multiple subcontractors and multiple projects at multiple jobsite locations to accomplish small Design-Build types of public works construction for maintenance, repair, remodeling and renovation projects shall be rejected without further consideration. Certified minority and women’s owned business enterprises (MWBE), small, historically underutilized businesses and veteran owned companies are strongly encouraged to submit a PROPOSAL or to participate in the JOC program as subcontractors on this solicited JOC to the extent permitted by the Washington state civil rights act, RCW 49.60.400. Proposal evaluations, JOC contractor selection, and JOC contractor performance are subject to RCW 39.10.470 that provides for open inspection of all proceedings, records, contracts and other public records relating to alternative public works transactions. CITY reserves the right in its sole discretion to reject the submittal of any Proposer that fails to comply with these stated procedures. 2.0 SCOPE OF WORK The selected Job Order Contractor will provide timely, creative and best value services to accomplish an undetermined number of small public works construction projects during the term of the JOC. This is a fixed unit price, indefinite delivery, indefinite quantity type of contract for the performance of a broad range of construction services. Activity initiated by Work Orders issued on an as-needed basis will include management and completion of small public works maintenance projects including repair, remodeling, renovation, alteration and facility maintenance at fixed unit prices performed by multiple subcontractors of multiple construction trades potentially working on multiple jobsites at the same time. CITY will issue individual project Job, Task or Work Orders authorizing specific construction performance on individual projects. Any Change Orders issued for a Work Order must keep the AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 4 Work Order within the maximum dollar limits. Total JOC contract Work Orders shall not exceed $4,000,000 per year. The specific work requirements identified in individual project Job, Task or Work Orders to be issued by the CITY will include, but are not limited to: A. Coordinate with CITY at individual project pre-construction meetings to obtain information needed for scope of work, incidental project design, building specifications, material requirements, performance schedule, jobsite safety plan, security expectations and hours of access for subcontractors to perform needed work B. For each JOC project, provide Scope of Work, incidental project design, basic working drawings, value engineering and suggested best value construction methods to make projects cost efficient C. Provide project construction cost estimates and firm, fixed project pricing based on individual line items priced with designated RSMeans Construction Unit Price Book D. Coordinate project schedules with CITY and other affected parties to start JOC projects without delay E. Obtain necessary permits in full compliance with applicable codes, ordinances and stated building requirements F. Provide experienced professional project management and jobsite supervision for each project Work Order G. Effectively coordinate schedules and sequence of work with project oversight and management personnel to assure on-time completion H. Handle all aspects of material acquisition, delivery, storage and security I. Interact with and manage WMBE related subcontractor activities J. Supervise and manage construction tasks including safety, quality control, record keeping, reporting, job status communications to CITY and other specifically identified performance requirements K. Manage, oversee and coordinate the entire construction process of each project to consistently assure best value construction results L. Coordinate and communicate project activities with CITY’s team members throughout all phases of construction from incidental design sequence to project completion AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 5 3.0 INFORMATION FOR CONTRACTORS A. The CITY reserves the right to select up to two contractors under this solicitation with the term of contract for one beginning shortly after award and the other beginning at a later date not longer than six months out. B. The initial contract term for the selected JOC will not exceed two years, and may, upon mutual consent of the CITY and the JOC contractor, be extended for one additional year, for a total contract duration not to exceed three years under this solicitation. C. Maximum total dollar amount that the CITY may award under each JOC contract awarded under this solicitation shall not exceed $4 million in the first year; $8 million over the first two years; and, if JOC contract is extended or renewed for an additional year, $12 million over the three years of the contract. D. Specific project requirements will be identified in individual project Job, Work and/or Task Orders issued by the CITY. E. Each individual Work Order to be issued for a particular project will not exceed $350,000. F. All Work Orders issued for the same project shall be treated as a single Work Order for purposes of the $350,000 limit on Work Orders. G. Each Work Order issued shall be treated as a separate contract for the purposes of chapters 39.08, 39.12, 39.76, and 60.28 RCW. H. JOC does not allow contractor to add on work and/or additional costs beyond that which is identified in each project Scope of Work. I. There is no guaranteed issuance of Work Orders, no guaranteed minimum Work Order dollar amount, and there is no guarantee that CITY will engage selected maximum allowable contract dollar amount. CITY may cancel the JOC contract without penalty or financial obligation for work not yet underway. J. Any new permanent, enclosed building space constructed under a Work Order shall not exceed 2,000 gross square feet. K. The published Unit Price Book to be used on this contract for project pricing is the current edition of the RSMeans Facility Construction Cost Data and all other RSMeans cost data manuals as needed. The Seattle, Washington, Weighted Average CITY Cost Index and the prices in the “Bare Cost Total” column will be used. The value of the applicable line items and their quantities will be multiplied by AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 6 the CITY’s Cost Index and the designated coefficient and totaled to determine the lump sum cost of Work Orders. The current RSMeans edition and quarterly online updates, when revised and made available to the public, will apply to execution of Work Orders at the time they are priced or awarded to the JOC contactor. L. For Non-Priced Items (specific line items not found in the Unit Price Book), the Contractor shall submit unit prices for all costs of the Work that includes reimbursement for all direct costs of the Work. For direct costs for Labor and Materials, CITY may request up to three (3) bids from sources acceptable to CITY. If equipment costs are not found in the Unit Price Book, equipment charges shall be computed on the basis of actual invoice costs. M. Specifications governing the materials and work under the JOC contract to be executed based on this RFQ must be in compliance with all current national, state and local construction and codes; industry standards; and applicable CITY technical requirements and regulations. When the Specification Standards for JOC are not inclusive of the work to be performed under a Work Order, the JOC contractor may be required to propose appropriate technical specifications, drawings, and/or products and procedures to the City for approval and pricing. N. For each Work Order the successful Bidder shall not self-perform more than 10% of the direct construction work with his own forces and must subcontract at least 90% of the direct construction work to local subcontractor entities. O. The Job Order Contractor shall publish notification of intent to perform public works projects at the beginning of each contract year in a statewide publication and in a legal newspaper for general circulation in every county in which the public works projects are anticipated. P. The Job Order Contractor and its subcontractors shall pay prevailing wages for all work that would otherwise be subject to the requirements of chapter 39.12 RCW. Prevailing wages for all work performed pursuant to each Work Order must be at rates not less than those shown in the prevailing wage schedule established by the State Department of Labor and Industries and must be the rates in effect at the time the individual work order is issued. Intents and Affidavits must be filed with the Department of Labor and Industries for each individual Work Order. Q. In the event that the State law (RCW 39.10.420) currently governing the JOC process is modified by the State Legislature, the CITY reserves the right to incorporate or not to incorporate provisions of the revised law into either one or both of the JOC contracts to be executed based on this RFP by change order, including but not limited to provisions relating to the dollar thresholds for Work Orders and MWBE reporting requirements. Any such changes that the CITY makes shall not change the established pricing book units and coefficients bid by the contractor. AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 7 4.0 SELECTION PROCESS A competitive process using public requests for Proposals is utilized to evaluate the selected JOC provider(s). A weighted selection of responding JOC contractors and selection of those requested to respond with a Price Quote will be based upon and shall include, but not be limited to past performance on similar type of work order contracts showing ability to perform JOC; ability to provide a performance and payment bond for the Job Order Contract; ability of the professional personnel who will work on the Job Order Contract; construction estimating and scheduling experience; safety record and accident prevention program; subcontractor work experience; ability to meet time and budget requirements; small business and MWBE outreach plan and activity; recent, current, and projected workloads of the proposer; JOC contractor office location(s); ability to simultaneously work with multiple subcontractors in multiple jobsite locations; financial stability; and the fixed Proposal price bid as the Unit Price Book multiplier/coefficient. The CITY will utilize a three step process to select Job Order Contractor(s). 1) Following receipt of Proposals from interested firms in response to this Request for Proposal (RFP), CITY will convene a Selection Committee to evaluate and select best qualified JOC RFP responses in accordance with RCW 39.10.430 using the qualifications and evaluation criteria set forth in Section 5.0 of this RFP. 2) Based on the evaluation and rating of Proposals submitted, the highest ranked firms will be invited to participate in an interview, where they will make a presentation, answer questions and be evaluated according to the criteria outlined in Section 5.7 of this RFP. 3) The highest ranked firms invited to an interview will be requested to submit their sealed JOC Coefficient Bid(s), considered as part of their Proposal. The coefficient becomes the contractor’s competitively bid price adjustment to the unit prices as published in the Unit Price Book, and it is to be applied to pre-priced tasks based on Work Order documents developed by the CITY and provided to the contractors. The coefficient shall compensate the contractor for all non-craft labor, field office expense, supervision, field engineering, as-built drawings, home office cost, bonds, insurance, taxes, overhead and profit necessary to complete the work in accordance with the terms of the contract. The firm with the highest combined scoring of their Proposal, Interview and Coefficient Bid(s) will at the CITY’s option, be selected as the JOC contractor. CITY reserves the right to terminate the JOC contract for convenience and award the JOC contract to the next highest scoring contractor not yet awarded a contract under this RFP. AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 8 If the CITY chooses to award a second JOC contract under this RFP, the firm with the second highest combined scoring may be selected within six months of award of the first JOC without further solicitation. CITY reserves the right to conduct a separate selection process for the second JOC contract. 5.0 QUALIFICATIONS AND EVALUATION CRITERIA All qualifications received will be reviewed and evaluated by the Selection Committee. The designated Selection Committee will review all qualifications received in response to this RFP, and based upon the results of their scoring of items, develop a short list of firms to interview and request them to submit Final Proposals. It is strongly recommended that respondents limit the main narrative portion of their proposal to 20 pages or less. Attachments such as resumes, project schedules, estimates, plans, photos and similar items will be considered to be in addition to the 20 page recommended limit. Each evaluation criterion has been assigned points based on its relative value to the contract as a whole and will be scored as follows: Experience & Past Performance 15 points References & Letters of Recommendation 15 points Construction Management Abilities 15 points Qualifications of Professional Personnel 15 points MWBE Outreach & Participation Plan 5 points Company Ownership & Office Location 5 points Recent, current and projected workloads 5 points Interview 20 points Final Proposal Price Bid 5 points Bonding Capacity Pass/Fail Total: 100 points Bidding firms must reply to each of the items set forth in the same order as listed below. All Proposals responding to this RFQ are required to be in 8½ x 11 format and submitted with one unbound and seven (7) bound copies prior to RFP due date. Proposal responses are limited to a maximum of 20 pages of content and should be thorough, clear, concise and without repetition or duplicated information. A weighted point scored selection of responding JOC contractors, and selection of those requested to respond with a JOC Price Quote will be based upon and shall include, but not be limited to: AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 9 A. EXPERIENCE & PAST PERFORMANCE (Maximum of 15 points available) 1) Describe your firm’s past performance in Job Order Contracting or similar type (Design-Build) of facility work for public agencies within Washington and provide specific information on relevant experience. Detail your experience, and include a list of JOC or JOC type Work Order contracts completed within the last five (5) years and those currently in progress involving the use of multiple subcontractors on multiple projects. Describe how you provided best value construction. Do not leave out any relevant project. CITY reserves the right to check additional references other than those submitted. The following information should be provided on each past JOC or Work Order contract: a) Customer name and location of contract b) Description of projects completed and total value of work done c) Start date and completion date d) Names and phone numbers of major subcontractors, if applicable e) Name, phone number, address, e-mail address, and title of the primary point of contact (a secondary point-of-contact may also be provided). 2) Describe your firm’s past relationship with other customers with particular emphasis on partnering, teamwork, communication and cooperation. Itemize ways your firm has initiated and continued positive working relationships based on trust and performance. 3) Describe your firm’s ability and commitment to work with multiple small business subcontractors and provide mentoring and technical assistance as needed. 4) Describe your ability to simultaneously manage multiple projects with multiple subcontractors and your experience at meeting the timelines and schedule needs for Work Orders within the estimates provided. Refer to experience managing JOC Work Orders in particular and other experience that can indicate success at ability to meet scheduling, project costs and budget requirements. 5) Provide a summary of your firm’s safety plan and your approach for Safety responsibility during a Job Order Contract. Submit a Safety and Health Qualification Statement showing your firm’s Experience Modification Rates for the past three years. Data from your firm’s OSHA 200 and 300 logs and any OSHA or WISHA violations received in the past three years shall be reported on the Statement. AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 10 6) Describe your success and past performance of WMBE inclusion in JOC and/or public works subcontracting. Describe your plans for small business outreach and recruitment of WMBE firms including HUBZone subcontractors, women, minorities and veteran owned firms, and your knowledge and expertise in how to perform such outreach. Identify the WMBE utilization you have had on past JOC contracts if any, and if none, identify percentages of WMBE utilization on the facility work you have performed for public agencies. Detail your knowledge of available WMBE firms in the subcontracting community for facility services. 7) Describe your firm’s recycling and energy conservation program showing how jobsite sustainability will be part of JOC activities. 8) Relate your firm’s experience at working with licensed specialty subcontractors selected to properly handle disposal of hazardous materials. 9) Describe your firm’s ability to handle emergency construction problems at times outside of normal working hours and show how your participation in this JOC will provide CITY with excellent risk management backup. B. REFERENCES & LETTERS OF RECOMMENDATION (Maximum of 15 points) Provide a minimum of four references from Owners Representatives who have worked directly with you on projects, preferably job order contracts. The preferred format for the references is a brief Letter of Recommendation in which the Owner Representative gives a numeric evaluation of your firm’s performance from 1 to 10, with 1 being poorest and 10 being best. Phone numbers for a Owners Representative reference are acceptable in lieu of a Letter of Recommendation. C. CONSTRUCTION MANAGEMENT ABILITIES (Maximum of 15 points) 1) Describe your firm’s plan to manage the JOC. Explain how your firm plans to staff and operate the work of the JOC. Present your project management and subcontracting procedures and staffing in the following order: a) Corporate organization, their interface and support with this JOC project; b) Project Management Organization Chart; c) Proposed interface of Contractor’s staff with CITY to include communication procedures with CITY, customers, and subcontractors; d) Job Order Management. Describe your firm’s process for planning and preparing Work Order documentation, developing and reviewing plans, developing scopes of work, preparing and distributing bid packages, AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 11 managing required submittals, developing estimates for each Work Order, providing site supervision, and ensuring a timely and efficient close-out process; e) Describe the roles, responsibilities and accountability of your Project Managers, Assistant Project Managers, Project Engineers, Site Superintendents and Safety Director as they apply to a JOC program. f) Quality Control Procedures. Describe your firm’s process for assuring best value commercial grade construction quality. State how a quality control plan will be developed for the work performed at CITY’s site. Describe any quality problems your firm has documented in the past five (5) years. Provide documentation to show how many JOC or similar type projects delivered in the past five (5) years have been completed on time and within budget, showing the value of change orders to the original value of the work. g) Demonstrate the ability to work with a CITY in developing and executing best value facility maintenance construction projects with less than a full set of plans and specifications. Give examples of how you have helped an CITY solve construction problems. 2) Subcontractor Management Ability a) Describe your firm’s plan and methods used for identifying, selecting, managing and assisting subcontractors b) Describe your firm’s contingency plan for handling unsatisfactory subcontractor performance to assure timely project completion. D. QUALIFICATIONS OF PROFESSIONAL PERSONNEL (Maximum of 15 points) 1) Provide a brief description of your project organization. Describe your contract team, each of your key personnel for contract management and Work Order planning, and a resume for each individual. Provide an organization chart that shows how your team integrates with each other. Designate the proposed Project Manager, Project Engineer, Project Superintendent, and corporate executive to be dedicated to this proposed Job Order Contract, and describe their depth of knowledge and experience in executing similar types of work with multiple trade disciplines. At any time, the CITY reserves the right to require the substitution of any designated personnel provided that the CITY has first notified the Job Order Contractor in writing and has allowed a reasonable period for making the transition. AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 12 2) Describe your firm’s experience in project management, construction estimating using a Unit Price Book, and construction scheduling within a JOC or Work Order contract. Describe your management tools to develop, manage and monitor individual Work Orders. Describe the methodology used to develop individual Work Order estimates, including any software tools used to prepare estimates or schedules. Describe the methodology used to develop individual project schedules including any software utilized for this purpose. Describe key staff experience in each of these areas. 3) Describe contractor’s history and past endeavor to include all trades of organized labor unions on JOC projects. E. MWBE OUTREACH AND PARTICIPATION PLAN (Maximum of 5 points) Contractors shall submit with their qualifications an MWBE Outreach and Participation Plan. The Plan should detail the specific measures the Contractor will take to reach out to and ensure the maximum participation of subcontractors that are certified by the State of Washington Office of Minority and Women’s Business Enterprises (OMWBE) as Minority Business Enterprises (MBEs), Women’s Business Enterprises (WBEs), and Minority and Women’s Business Enterprises (MWBEs). Provide evidence of past success in recruiting MWBE subcontractors. F. COMPANY CITYSHIP & OFFICE LOCATION (Maximum of 5 points) Demonstrate your firm’s knowledge of and experience in working with local subcontractors, suppliers, permitting officials and design professionals from an office location that is close, or adjacent to CITY’s facilities. Supply the address of your local office. G. RECENT, CURRENT & PROJECTED WORKLOAD (Maximum of 5 points) Describe your firm’s capability to perform overlapping Work Orders, and to work up to the maximum available contract amount. Provide the volumes of work you have successfully provided in past JOC or Work Order contracts (through both the number of projects and the total dollar value). Describe the resources you have as subcontractors to absorb greater amounts of work. What has been your annual volume (in dollars) of construction for each of the past five years? What is your anticipated dollar value of construction work for the current year and what is your projected dollar value of construction work for the next three years? Based on this RFP how would your firm’s participation in the JOC contract to be executed affect your projected workload, and what measures would you need to take to meet the projected workload under a JOC contract? AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 13 H. INTERVIEW (Maximum of 20 points) Interviews will be held for firms selected by the selection committee based upon the firms' responses to this Request for Proposal. Should your firm be invited to an interview, questions will be directed solely to the proposed key project staff. At a minimum, the corporate executive to be dedicated to the JOC contract, the Project Manager, the project superintendent, and the key individuals responsible for JOC services shall be in attendance. In addition to presenting their qualifications and experience and the project team’s approach to JOC, the interviewees will be expected to respond to questions from the interview panel regarding the firm’s qualifications and Proposal, as well as responding to any written questions sent before the interview to the firms selected for an interview. The interview panel will evaluate firms invited to an interview and assign points based on the following criteria: 1) As presented by the contractor’s project team members, demonstration of contractor’s experiences, qualifications and capabilities to successfully manage and perform the JOC services with description of project team’s approach, method and history to consistently provide best value construction. (10 points) 2) Completeness and content of response to questions from the interview panel raised during the interview. (10 points) I. JOC COEFFICIENT BID (Maximum of 15 points) The Firms that the Selection Committee determines to be most qualified finalists based upon their evaluation of the submittals received in response to this RFP, will be requested to submit a JOC Coefficient Bid for pricing pre priced tasks in the form of a composite coefficient (multiplier) to be applied against line item pricing in the RSMeans Unit Price publications. Bidders may be asked to bid multiple coefficients. An official Bid Form shall be provided only to those contractors that the CITY has requested to submit a JOC Coefficient Bid. The coefficient(s) shall compensate the contractor for all overhead costs, general and administrative costs, profit and all other costs not covered by RS Means Bare Cost Data and shall compensate the contractor for all non-craft labor, field office expense, supervision, field engineering, as-built drawings, home office cost, bonds insurance, taxes other than WSST, overhead and profit necessary to complete the work in accordance with the terms of the contract. Note that the coefficient does NOT include Washington State Sales Tax. WSST will be added to each Work Order budget after the estimate has been calculated using RS Means and the contractor’s Coefficient. AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 14 Evaluation of the JOC Coefficient Bids will be evaluated and scored based on the following criteria: 1) Lowest Bid to receive 5 points 2) Bids within 5% of the low Bid receive 4 points 3) Bids within 10% of the low Bid receive 3 points 4) Bids within 15% of the low Bid receive 2 points 5) Bids within 20% of the low Bid receive 1 points 6) Bids greater than 20% of the low Bid receive 0 points Percentage calculation method: Bid – low bid / low bid x 100 = % J. BONDING CAPACITY (no points, Pass/Fail) Demonstrate your firm’s ability to provide a performance and payment bond for the Job Order Contract in the amount of four million dollars ($4,000,000). With Solicitation Response, the JOC contractor shall submit a Letter of Commitment from an approved surety confirming surety intention to provide a bond should the company receive an award. This letter does not actually supply the bond, but expresses that the surety can provide a qualified bond should an award be given. Alternately, you may provide a copy of a current or previous bond in the amount stated. (No points are allocated for this item as it is an absolute requirement. Failure to demonstrate bonding capacity will disqualify a Proposal.) Note: no-bid bond is required with the Proposal. K. FINAL SELECTION The firm with the highest scoring Proposal resulting from the Selection Committee's evaluation of the qualifications, the interview and the JOC Coefficient Bid will be selected as the JOC contractor. The CITY may at its option award a second JOC Contract to the second scoring Proposal within six months of award of the first JOC without further solicitation. 6.0 ADDITIONAL INFORMATION A. CONTRACTOR’S REGISTRATION Respondents to this JOC solicitation must be properly licensed and bonded to perform general construction and/or construction management in the state of Washington and the City of Renton, and must be registered by the Washington State AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 15 Department of Labor and Industries in accordance with RCW 18.27.020. The winning Proposer will be required to obtain a City of Renton business license. B. SUBMITTAL INFORMATION It is the Proposer’s responsibility to provide a full and complete Proposal response that does not require interpretation or clarification. The Proposer is to provide all requested materials, forms and information. The Proposer is to ensure that the submitted materials properly and accurately reflect the Proposer’s offering. During scoring and evaluation (prior to interviews if any), CITY will rely upon the submitted materials and shall not accept materials from the Proposer after the RFP deadline; this does not limit the CITY’s right to consider additional information (such as references that are not provided by the Proposer but are known to CITY, or their past experience with the Proposer), or to seek clarifications as needed. 1) Proposer Responsibility The Proposer has responsibility to examine all specifications and conditions, and comply fully with specifications and all contract terms and conditions. Proposers must comply with all Federal and State laws, ordinances, rules and CITY demands, and must meet all registration requirements where required for contractors as set forth in the Washington Revised Statutes. 2) Changes or Corrections to Proposal Submittal Prior to the submittal closing date and time, a Proposer may make changes to its Proposal, if initialed and dated by the Proposer. No changes are allowed after the closing date and time. 3) Errors in Proposals Proposers are responsible for errors and omissions in their Proposals. No such error or omission shall diminish the Proposer’s obligations to the CITY. 4) Rejection of Proposals The CITY reserves the right to reject any or all Proposals at any time with no penalty. The CITY also has the right to waive immaterial defects and minor irregularities in any submitted Proposal. 5) Readability Proposers are advised that the CITY’s ability to evaluate Proposals is dependent on the Proposer’s submittal document, including specific information, organization, level of detail and clarity of content. 6) Incorporation of RFP and Proposal in Contract This RFP and the Proposer’s response, including all promises, warranties, commitments, and representations made in the successful Proposal as accepted by the CITY, shall be binding and incorporated by reference in the CITY’s contract with the Proposer. AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 16 7) Submission Deadline Firms desiring consideration shall submit their Proposal response prior to the designated date due and time. Proposals received after the required bid submission deadline will not be accepted or considered. Mail or hand deliver one PDF file on CD and six (6) bound printed copies of responses to this Request for Qualifications for receipt no later than 5:00 PM, MAY 27, 2016 at the following address: CITY OF RENTON City Clerk’s Office 7th floor, Renton City Hall 1055 South Grady Way Renton, WA 98057 8) Withdrawal of Proposal A submittal may be withdrawn by written request of the submitter, prior to the closing date and time. After the closing date and time, the submittal may be withdrawn only with permission by the CITY. C. INSURANCE REQUIREMENTS Before execution of the contract, the Proposer shall secure and maintain commercial general liability insurance in the minimum amount of $1,000,000, per occurrence, in full force throughout the duration of the Agreement. It is agreed that on the Proposer’s general liability policy, the City of Renton will be named as Additional Insured(s) on a non-contributory primary basis 1) The minimum insurance limits shall be subject to a possible change based upon inflation, increased liability awards, recommendation of the City’s professional insurance advisors and other relevant factors. 2) The Proposer shall also maintain in full force throughout the duration of this Agreement a policy of automobile liability insurance, with minimum limits of $1,000,000 per occurrence, insuring the Proposer against liability for bodily injury, property damage and personal injury or death arising out of the operation or use of a vehicle by the Proposer’s employees, agents, sub- Proposers and invitees in the work, if the work being provided to the City requires the use of a automobile. 3) Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. The Proposer shall comply with all State of Washington regulations relating to workers’ compensation coverage for the Proposer’s employees. 4) A certificate of insurance showing all required insurance, properly endorsed, shall be delivered to the City and approved by the City Risk Manager before executing the work of this agreement. AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 17 D. INFORMATIONAL MEETING An informational meeting is scheduled for: Time: 10:00 AM , Friday May 13, 2016 Place: Renton City Hall Conferencing Center, 7th Floor 1055 South Grady Way Renton, WA 98057 E. QUESTIONS Proposers may submit questions or comments relative to this RFP and any questions or comments must be received IN WRITING or by electronic e-mail no later than seven (7) calendar days prior to the date for submission of Proposals. Written requests should be addressed to the attention of: Michael Nolan, Facilities Coordinator Renton City Hall 1055 South Grady Way Renton, WA 98057 425-430-6608 mnolan@rentonwa.gov Failure to request clarification of any inadequacy, omission, or conflict will not relieve the Proposer of responsibilities in any subsequent contract. It is the responsibility of the interested Proposer to assure they receive responses to questions if any are issued. F. PROTESTS The City will provide a protest period of at least ten business days following the day of the announcement of the apparent successful proposal to allow a protester to file a detailed statement of the grounds of the protest. The City will promptly make a determination on the merits of the protest and provide to all proposers a written decision of denial or acceptance of the protest. The City will not execute the contract until two business days following the public body's decision on the protest. G. ADDENDA A change may be made by the CITY if, in the sole judgment of the CITY, the change will not compromise the CITY’s objectives in this RFP process. A change to this RFP will be made by formal written Addendum which shall become part of this RFP and included as part of the Contract. It is the responsibility of the interested Proposer AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 18 to assure that they have received Addenda if any are issued. Any addenda issued for this RFP will be published at the following website address: http://www.bxwa.com/ END OF RFP AGENDA ITEM #2. a) City of Renton, WA 2016 JOC RFP Solicitation (continued) 19 CITY OF RENTON Job Order Contracting REQUEST FOR PROPOSALS Proposals will be received until 5:00 p.m. May 27, 2016 at the City Clerk's office, 7th floor, Renton City Hall, 1055 South Grady Way, Renton WA 98057. This is an indefinite quantity, indefinite delivery (IDIQ) contract for up to three years duration with a maximum dollar amount of $4 million per year. There is no guaranteed minimum dollar amount assigned to issuance of individual task orders, and there is no guarantee that selected JOC contractor(s) will be engaged to complete projects up to the maximum allowable contract dollar amount. Selected Job Order Contractor to provide construction services to accomplish an indefinite delivery, indefinite quantity of small public works construction and minor facility maintenance, repair, remodeling, renovation and alteration projects at pre-determined fixed unit prices. All construction work is to be based on a coefficient bid against the current edition of the RSMeans Unit Price Book as the basis for pricing line item tasks to be performed by the resulting JOC contract. The City reserves the right to reject any and/or all Proposals and to waive any and/or all informalities. Request For Proposal documents will be available May 9, 2016. RFP, sample contract, general conditions of the contract, addenda, and plan holders list for this project are available on-line through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”; “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List.” Questions about the project shall be addressed to , Michael Nolan, City of Renton, Facilities Department, 1055 Grady Way, Fifth Floor, Renton, WA, 98057, phone (425) 430-6608, fax (425) 430-6603, email mnolan@rentonwa.gov . An informational meeting will be held on May 13, 2016, at 10:00 a.m. in the Conferencing Center on the 7th floor of Renton City Hall, 1055 South Grady Way, Renton, WA. All prospective proposers are encouraged to attend. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Jason Seth, City Clerk Published: Daily Journal of Commerce May 9, 2016 Daily Journal of Commerce May 11, 2016 AGENDA ITEM #2. a) CITY OF RENTON JOB ORDER CONTRACTING SERVICES FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH, STE 400 SEATTLE WA 98134 P 206.626.0256 27 MAY 2016 AGENDA ITEM #2. a) May 27, 2016 City of Renton, City Clerk’s Office 7th floor, Renton City Hall 1055 South Grady Way Renton, Washington 98057 re: 2016 JOC RFP Solicitation Members of the Selection Committee, FORMA Construction is currently serving as the City’s Job Order Contractor and we are eager to continue to partner with you. Following are a few keys to our proposal:. By proving that JOC can be both effective and economical, our open and transparent approach in this market has quickly made us the most active and sought-after Job Order Contractor in the region. Currently running Job Order Contracts for Sound Transit and WSDOT; Snohomish and King Counties; the State of Washington; the University of Washington; and the Cities of Renton, Seattle, Everett, and Bellevue; FORMA’s JOC-specific QC, estimating, and scope development systems handle hundreds of work orders for our clients every year. Taking the approach of a builder—not a broker—we look for ways to make a positive impact on every job. Effective Job Order Contractors do more than create estimates and execute subcontracts. FORMA looks to use our own forces to perform sensitive and difficult scopes of work, or even supplement subcontractor crews. This ability to lead by example creates a better jobsite culture of safety and efficiency on every project, and gives our team an opportunity to provide meaningful mentorship to local subcontractors. FORMA is proactive—we don’t wait for the phone to ring to react to projects. Instead, by working with individual departments and Project Managers on an on-going basis, we help our clients plan their pipelines of work on a 12 to 14 month horizon, while maintaining the flexibility to handle the on-call work that inevitably also comes with being a JOC contractor. We regularly run both horizontal and vertical job orders to offer the City of Renton maximum flexibility and responsiveness. Our crews manage commercial, industrial, and civil work orders everyday; performing facilities renovations, maintenance, and T/I scopes; as well as sewer, stormwater, flatwork, utilities, and roadway improvements. FORMA has the expert personnel and infrastructure in place to manage this work. With fourteen JOC contracts awarded, and nearly 800 work orders executed, FORMA Construction maintains one of the largest active special projects teams in the region. While Renton representatives will continue to easily interface with our handful of key staff as primary points of contact, our project teams can scale up with additional superintendents, foremen, QA personnel, and designers as needed. With an extensive background in Job Order Contracting and a successful track record delivering JOC work for the City of Renton; FORMA Construction is well qualified to continue to serve as your Job Order Contractor, and we are look forward to building on our relationship. Sincerely, Jim Phillips, President FORMA Construction Company FORMA Construction officially acknowledges receipt of Addendum No. 1 CONSTRUCTION FORMA CONSTRUCTION OLYMPIA & SEATTLE FORMACC.COM AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONTENTS 00 CONTENTS EXPERIENCE & PAST PERFORMANCE LETTERS OF RECOMMENDATION CONSTRUCTION MANAGEMENT ABILITIES QUALIFICATIONS OF PROFESSIONAL PERSONNEL MWBE OUTREACH & PARTICIPATION PLAN COMPANY CITYSHIP & OFFICE LOCATION RECENT, CURRENT & PROJECTED WORKLOAD A B C D E F G above: a parking lot paving work order at Seattle Center, recently completed by FORMA under our City of Seattle Job Order Contract on the cover: removing dangerous metal from a Renton water tower under the City’s Job Order Contract AGENDA ITEM #2. a) A EXPERIENCE & PAST PERFORMANCEA EXPERIENCE & PAST PERFORMANCE FORMA HAS DELIVERED OVER $70M IN WORK ORDERS VIA FOURTEEN JOB ORDER CONTRACTS IN THE STATE OF WASHINGTON repainting and signage scopes performed in the iconic 4th floor of the Seattle Public Library, delivered under a City of Seattle JOC work order AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTING1. EXPERIENCE IN JOC FORMA Construction maintains the most skilled and responsive Job Order Contracting teams in the region and these small scale construction jobs, renovations and emergency repairs are exactly the work that we perform everyday—both as a Job Order Contractor, and as a trusted GC who has developed solid working relationships with local public agencies and private businesses. Our proposed JOC team will continue to bring expertise to City of Renton work orders in each of the following areas that are directly relevant to the work ahead: JOC-SPECIFIC EXPERIENCE With 14 Job Order Contracts awarded, our proposed personnel are experts in Job Order Contracting and they work everyday within Renton preferred protocol and the requirements of the RCW. Utilizing state of the art estimating and scheduling tools, we have proven, JOC-specific systems in place to ensure success—from proposal development protocol and estimate building tools, to MWBE inclusion tracking; subcontractor oversight, quality control, and project closeout processes. VETERAN INDUSTRY PROFESSIONALS Builders–not brokers, FORMA’s integrated JOC teams are comprised of hands-on construction professionals and in-house designers dedicated full time to our JOC work. PUBLIC AGENCY PROCUREMENT & SCREENING As the Job Order Contractor for WA State, Snohomish and King Counties, UW, Sound Transit, WSDOT, and the Cities of Bellevue, Seattle, Everett, and Renton, 100% of our JOC work is completed for public agencies under federal and local RCW regulations and agency directives. Our JOC personnel are screened, tested, badged and certified to work on a wide array of secure sites. WORKING WITH MULTIPLE, DIVERSE STAKEHOLDERS FORMA’s 780+ JOC work orders are excellent examples of our ability to manage and synthesize the priorities of multiple and diverse stakeholders. Our City of Seattle JOC, for example, involves coordination with Police, Fire, Libraries, Parks, Utilities & Transportation Department heads and their maintenance & facilities personnel; as well as contract managers; MWBE stakeholders; user groups; inspectors & regulatory agencies; design teams, specialists and proprietary vendors. We take the time up front to understand the needs of each group, establish clear roles early on, and lead the team through the scoping, budgeting and construction processes to arrive at a built project that meets the objectives of all parties. OCCUPIED FACILITIES EXPERIENCE More than 85% of our JOC work is performed in operating, fully occupied facilities. Our JOC teams have managed work orders in busy civic buildings, on crowded college campuses, in police, fire, justice and correctional facilities; in active rail yards, ports and airports; and in critical hospital patient care areas. VERTICAL & HORIZONTAL CAPABILITIES In addition to the wide range of facilities scopes we deliver, FORMA JOC teams are regularly completing paving and concrete work; utilities, stormwater, and civil scopes; as well as ROW and signaling improvements. FORMA has owned and operated an earthwork construction firm for over 20 years and offers the responsiveness and versatility of an experienced GC who easily delivers both horizontal and vertical scopes. MANAGING MULTIPLE SUBS AT MULTIPLE SITES In 2015, our JOC teams managed over 350 work orders—all of which required the management of multiple subcontractors at multiple sites across the state. Our JOC experts are collaborative, hands-on managers who have the technical knowledge to communicate effectively with field crews and insist on the high quality of installation that FORMA demands. FORMA Construction has quickly become the preferred JOC choice in Washington. In the past five years alone we have : 14 780+ OVER $70M been awarded Washington Job Order Contracts, compiled work orders, and delivered in JOC work to date. EXPERIENCE & PAST PERFORMANCE EXPERIENCE & PAST PERFORMANCE 01 AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 02 CITY OF RENTON JOB ORDER CONTRACT CUSTOMER NAME & LOCATION the City of Renton sites primarily within the city of Renton TOTAL VALUE OF WORK DONE $6,088,336 (to date) START & COMPLETION DATES 05/2013 - 05/2016 MAJOR SUBCONTRACTORS Marine Vacuum 206.255.8174 Wrecking Ball 425.339.3111 Mocon Fence 425.228.2296 Hammer Construction 253.888.0396 West Coast Painting, llc 425.251.8300 Thermatech Northwest 253.606.4905 Custom Craft Cabinets 253.826.5450 Sustainable Floors 253.202.8156 Columbia Fire 206.232.8569 PRIMARY POINT OF CONTACT MICHAEL NOLAN, AIA Facilities Coordinator, City of Renton Community Services Dept., Facilities Division P 425.766.6164 mnolan@rentonwa.gov DESCRIPTION OF PROJECTS Led by the FORMA personnel proposed here, our Renton JOC team provides on-call renovation, repair and construction services at Renton-owned facilities throughout the region for a variety of City agencies and user groups. Both horizontal and vertical work orders, we have completed T/Is for the City Attorney’s Office and Police Department; miscellaneous upgrades at the Airport and fire stations; as well as paving, flatwork, utilities, and other scopes at area parks and community centers. Our Renton work orders have involved tight timelines, limited drawings & specs, occupied buildings, background checks & badging; and required the oversight of multiple subcontractors at multiple sites throughout the region. the Mill Ave Emergency Sidewalk Repair job order involved extensive curb, gutter, sidewalk & asphalt work in front of the new Renton Library in time for its Grand Opening a structural demolition, grading, and painting work order for the City CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x x x ...It was an unreasonable scope with a ridiculous schedule and an inflexible deadline, but you guys carried it off...It was truly a team effort between the City and FORMA but both you and your subs went above and beyond to make this happen. The grand opening of the library would not have been the same without your accomplishment. Michael Nolan, AIA, Facilities Coordinator | City of Renton “ renovation of a Police evidence storage facility—a $145k work order delivered under our Job Order Contract for the City of Renton AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 03 CITY OF SEATTLE JOB ORDER CONTRACTS CUSTOMER NAME & LOCATION City of Seattle Primarily downtown Seattle locations, as well as City-owned sites across the state, such as the City Light facilities in the North Cascades TOTAL VALUE OF WORK DONE JOC NO. 1: $11,485,967 JOC NO. 2: $7,768,878 (to date) START & COMPLETION DATES JOC NO. 1: 10/2011 - 10/2014 JOC NO. 2: 03/2014 - 03/2017 MAJOR SUBCONTRACTORS Illuminate Contracting 206.497.1961 Valley Electric 425.407.0832 Queen City Sheetmetal & Roofing 206.457.2195 Airflow Mechanical 425.776.9857 Skyline Tile & Marble 425.485.2000 Auburn Mechanical 253.838.9780 Wrecking Ball 425.339.3111 Corona Steel 253.874.4766 Firstline Systems 425.820.1947 Peterson Scaffolding 360.616.1635 Turnstone Construction 425.881.0218 Thompson Floor 206.527.1439 Highpoint Flooring 425.806.5335 SASCO 425.806.8400 Performance Contracting 425.488.7171 PRIMARY POINTS OF CONTACT JEREMY NICHOLS, PE, PM City of Seattle FAS P 206.684.0647 jeremy.nichols@seattle.gov GLENN OSAKO, PROJECT MANAGER Seattle Public Libraries P 206.615.1785 glenn.osako@spl.org DESCRIPTION OF PROJECTS Currently managing our 2nd Job Order Contract for the City of Seattle, FORMA has worked with City Departments such as Seattle Public Libraries, SDOT, FAS, Parks & Recreation, Seattle Public Utilities, Seattle Center, and City Light. We have delivered work orders at local libraries, fire stations, municipal buildings, police, court and detention facilities, city parks and schools. Specific scopes include ADA & lighting upgrades, interior renovations, roofing and cladding, M/E/P and specialty systems installations, as well as flatwork, ROW improvements, utilities, civil, and infrastructure scopes for a wide variety of agencies throughout the region.. With 90% of our Seattle JOC work executed in occupied downtown facilities, FORMA personnel are experts at managing the challenging logistics of parking, access, storage, safety and security posed by these congested, urban conditions surrounded by user groups and the public. WMBE inclusion is a major focus for the City—through these JOC contracts, we have added significantly to our database of local, small, disadvantaged, and historically under-utilized businesses who are experts in their fields and well acquainted with Job Order Contracting. FORMA completes a wide range of T/I’s, installations, paving, civil, and ROW scopes for the City under JOC—including this $300,000 build-out of the 4th fl of City Hall Lighting upgrades at the Arboretum as part of a JOC work order for the City of Seattle CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x x x AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 04 WA STATE DEPT OF ENTERPRISE SERVICES JOB ORDER CONTRACTS CUSTOMER NAME & LOCATION WA State Department of Enterprise Services Sites throughout Washington State, from Beacon Rock State Park on the Oregon border to Clallam Bay Corrections facility, and sites in La Conner, North Bend, Walla Walla, and Spokane TOTAL VALUE OF WORK DONE JOC NO. 1: $9,254,022 JOC NO. 2: $10,587,001 (to date) START & COMPLETION DATES JOC NO. 1: 06/2010 - 06/2013 JOC NO. 2: 09/2013 - 09/2016 MAJOR SUBCONTRACTORS Illuminate Contracting 206.497.1961 Master Pools 206.395.2475 Mastercraft Electric 253.872.2400 JP Francis 253.872.8950 Freeland Industries 360.895.1135 D|B Solutions 425.744.6300 High Point Flooring 425.806.5335 Valley Electric 206.931.9086 Meyer Brothers Roofing 253.596.5005 Sare Electric 360.352.2628 PRIMARY POINTS OF CONTACT BOB BOURG, FACILITIES Washington State Dept of Enterprise Services P 360.902.7230 bob.bourg@des.wa.gov MARLENE ANGLEMYER Washington State Dept of Enterprise Services P 360.407.8023 marlene.anglemyer@des.wa.gov DESCRIPTION OF PROJECTS FORMA teams are currently running our second Job Order Contract for Washington State’s Department of Enterprise Services—managing horizontal and vertical scopes for the Parks Department, Washington State Patrol, DSHS, the Military Department, and community colleges on sites across Washington State. Our team’s efficient management of work orders throughout this wide geographic area, and on remote sites such as Clallam Bay and Beacon Rock State Park illustrates our scheduling, planning, and subcontractor oversight expertise; as well the extensive network of qualified vendors and subs we have immediate access to across the region, and our ready knowledge of the legal, permitting and building regulations in jurisdictions Statewide. This work order involved re-roofing and abatement scopes at Beacon Rock State Park in Skamania, on the Columbia River Gorge work diagramed as part of a State work order proposal for drainage repairs at Highline Community College, Building 19 CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x x x AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 05 UNIVERSITY OF WASHINGTON JOB ORDER CONTRACTS CUSTOMER NAME & LOCATION University of Washington UW education, athletic, and medical facilities primarily on the Seattle campus, as well as UW-properties in Forks, Friday Harbor and Tacoma TOTAL VALUE OF WORK DONE JOC NO. 1: $11,729,020 JOC NO. 2: $3,505,021 (to date) START & COMPLETION DATES JOC NO. 1: 10/2012 - 10/2015 JOC NO. 2: 11/2015 - 11/2018 MAJOR SUBCONTRACTORS Crown 253.243.9015 Bond Plumbing 425.672.8281 Custom Craft Cabinets 253.826.5450 Sustainable Floors 253.202.8156 Thermatech Northwest 253.606.4905 Early Bird Painting 360.710.5931 Marine Vacuum 206.762.0240 Olympic Ironworks 360.491.2500 Longs Painting 253.234.8050 Pacific Utility 253.537.1115 ETS-Lindgren 425.868.2558 Reliance Fire 206.682.6636 Hammer Construction 253.888.0396 Reliance Fire 206.682.6636 PRIMARY POINTS OF CONTACT ASHLEY KANGAS, UNIT MANAGER, SPDT University of Washington, Capital Projects P 206.616.1868 akangas@uw.edu BECKI EATCH, PROJECT MANAGER University of Washington, Special Projects P 206.616.5217 beatch@uw.edu DESCRIPTION OF PROJECTS Our work for the University involves preparing work order proposals and estimates in collaboration with UW user groups, and managing each work order through the administrative, design, permitting, installation, and inspection phases to deliver these small-scale construction and repair projects within limited schedules and budgets. Scopes include minor construction, renovation, repair and alterations in classroom, research, laboratory, medical, administrative, sports and other UW education and healthcare facilities and grounds. Working in and around fully occupied University buildings and sensitive medical facilities demands extensive proactive planning, flexibility, and open lines of communication with Owner reps and user groups—as well as diligent oversight of field crews and our subcontractors on every work order. under our UW Job Order Contract, FORMA crews are regularly working in critical patient care areas of occupied hospitals and sensitive research and technical facilities with significant logistical challenges the new UW Softball locker room facilities, delivered under a UW work order CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x x x AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 06 CITY OF BELLEVUE JOB ORDER CONTRACTS CUSTOMER NAME & LOCATION City of Bellevue City-owned sites throughout King County, primarily located in Bellevue TOTAL VALUE OF WORK DONE JOC NO. 1: $3,747,968 JOC NO. 2: $716,092 (to date) START & COMPLETION DATES JOC NO. 1: 08/2012 - 08/2014 JOC NO. 2: 08/2015 - 08/2018 MAJOR SUBCONTRACTORS Cut All Concrete 425.398.0900 McFall Inc. 425.890.9639 Kodo Construction 253.833.0911 NWB, Inc. 253.750.4127 MacDonald Miller 206.391.3613 Watson Asphalt, Inc. 425.868.4377 Dutton Electric 425.347.7600 Spiritridge Construction 425.564.0971 West Coast Signal 206.579.3675 Trenchless Construction 360.474.0195 Kodo Construction 253.833.0911 PRIMARY POINTS OF CONTACT MARINA STEFANOVIC, PROJECT MANAGER City of Bellevue, Civic Services P 425.452.4486 mstefanovic@bellevuewa.gov SHANNON HORST, PROJECT MANAGER City of Bellevue P 425.452.4072 shorst@bellevuewa.gov KEN KROEGER, PROJECT MANAGER City of Bellevue P 425.452.4624 kkroeger@bellevuewa.gov DESCRIPTION OF PROJECTS FORMA personnel have managed infrastructure, facilities, environmental restoration, civil, and ROW scopes under two Job Order Contracts for the City of Bellevue for Parks, Utilities, and Transportation Departments. Work orders involve utility relocations and upgrades, traffic flow revisions, ADA improvements, and a wide range of landscaping, paving, and trails work at area parks; as well as T/I’s, roofing, repair, and other vertical scopes at Bellevue government administration facilities, fire stations, and community use buildings. We responded quickly to owners, collaborate efficiently with users and design professionals, tightly control safety and quality, and deliver these small scale construction, site work, and repair projects through a transparent process that ensures a cost-effective, timely result—all of which involves the oversight of multiple subcontractors on multiple sites. installation of several foot bridges along the Coal Creek Primrose Loop Trail—an environmental restoration project sequenced around the salmon migratory windows, was delivered under a City of Bellevue JOC work order. lighting bollards installed at the Kelsey Creek Farm under the City’s Job Order Contract. CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x x x AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 07 CUSTOMER NAME & LOCATION Sound Transit Sound Transit-owned locations throughout western Washington TOTAL VALUE OF WORK DONE $2,116,271 (to date) START & COMPLETION DATES 07/2013 - 07/2016 MAJOR SUBCONTRACTORS Valley Electric 425.322.7486 Seahurst Electric 425.309.2554 Early Bird Painting 360.710.5931 Hammer Construction 206.457.4772 H.S. Wold Co., Inc 425.359.1708 PRIMARY POINTS OF CONTACT BILL GARDNER, DEPUTY CM Sound Transit P 206.718.2405 bill.gardner@soundtransit.org CARRIE WHITTON ST Construction Contracts Specialist P 206.689.4971 carrie.whitton@soundtransit.org DESCRIPTION OF PROJECTS Work on Sound Transit’s Capital Projects JOC—governed by a Project Labor Agreement—has involved complex renovations, upgrades, installations and specialty scopes on logistically challenging, frequently occupied sites, under the strict regulations of multiple agencies and in collaboration with multiple stakeholders. FORMA’s recent facilitation of ST’s ULink Door Closer work order for example, required the procurement of a King County Metro permit, Stacy and Witbeck permit, and Link Access Permit; as well as the methodical coordination of all process requirements to gain access and schedule installations at multiple stations along a three mile Link light rail corridor between Westlake Station & UW Station. FORMA managed all work within the preferred practices of each agency and coordinated with Hoffman, Stacey and Witbeck, Turner, and Tallus Construction whose work was ongoing adjacent to our scopes. test pile driving at the Tacoma Trestle, executed under a JOC work order for Sound Transit FORMA recently installed handrails in the new ULink light rail tunnel CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x x x SOUND TRANSIT JOB ORDER CONTRACT The work was coordinated well with your subcontractors, the railroad flagger and the local businesses as well as Sound Transit. I truly appreciate the work you did to make this operation go smoothly for all the parties involved. Tom Dean, DECM Construction Manager Sound Transit JOC - Tacoma Trestle Test Piles work order “ AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 08 SNOHOMISH COUNTY JOC CUSTOMER NAME & LOCATION Snohomish County, Sites throughout Snohomish County DESCRIPTION OF PROJECTS FORMA is currently scoping and pricing a range of work orders on this recently awarded JOC. Work will involve a range of facilities T/Is & repairs and horizontal and civil scopes. TOTAL VALUE OF WORK DONE $45,252 (to date) START & COMPLETION DATES 01/2016 - 01/2019 MAJOR SUBCONTRACTORS Early Bird Painting 360.710.5931 Valley Electric 425.322.7486 H.S. Wold Co., Inc 425.359.1708 Seahurst Electric 425.309.2554 PRIMARY POINT OF CONTACT DON WOLFE, CPPO, Snohomish County Procurement P 425.388.3453 dwolfe@co.snohomish.wa.us CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x x x CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x x x CITY OF EVERETT JOC CUSTOMER NAME & LOCATION City of Everett, City-owned sites primarily in Everett DESCRIPTION OF PROJECTS FORMA is working with the City to estimate a range of horizontal & vertical scopes at City transit & admin facilities, parks, fire stations, and libraries, under this recently awarded JOC. TOTAL VALUE OF WORK DONE $1,093,162 (to date) START & COMPLETION DATES 08/2015 - 08/2018 MAJOR SUBCONTRACTORS Seahurst Electric 425.309.2554 Early Bird Painting 360.710.5931 Hammer Construction 206.457.4772 H.S. Wold Co., Inc 425.359.1708 PRIMARY POINT OF CONTACT SHARON CHRISTIE, CPPB, City of Everett Purchasing P 425.257.8903 schristie@everettwa.gov FORMA JOC crews are currently re-surfacing Howarth Park pedestrian bridge under a JOC work order for Everett’s Parks Department AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 09 KING COUNTY JOB ORDER CONTRACT CUSTOMER NAME & LOCATION King County Procurement County-owned sites throughout western WA DESCRIPTION OF PROJECTS As the Job Order Contractor for King County, FORMA meets with a range of County Departments, client groups & stakeholders to document objectives and build work order proposal packages to scope, price, schedule, and execute these small scale civil, industrial, commercial and municipal projects. Work has included horizontal & vertical scopes, T/I’s, roofing & facilities repairs, parks maintenance, and miscellaneous installations. TOTAL VALUE OF WORK DONE $4,232,881 (to date) START & COMPLETION DATES 10/2014 - 10/2017 MAJOR SUBCONTRACTORS Auburn Mechanical 206.730.0068 Valley Electric 206.931.9086 Marine Vacuum 206.255.8174 Ironclad Industrial Flooring 425.220.7774 PRIMARY POINT OF CONTACT TRI ONG, PE CAPITAL PROJECTS MANAGER III King County Parks & Recreation Division P 206.477.3591 tri.ong@kingcounty.gov CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x x x to aid in salmon spawning, FORMA facilitated the installation of felled trees via helicopter in a local waterway under a King County JOC work order AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 10 CUSTOMER NAME & LOCATION Woodland Park Zoo, Seattle Washington TOTAL VALUE OF WORK DONE Ongoing relationship, a partial list of these work orders includes: Central Shops Offices Renovation $189,163 New viewing deck at the Cougar Exhibit $30,000 Penguin Life Support System piping repair $3,400 Bear Grotto Storage $2,472 Replacement of Orangutan Boardwalk $107,377 Pony Barn Demolition $2,615 Gorilla Keepers’ Rest room $136,794 START & COMPLETION DATES Ongoing relationship since 2008: Individual jobs have ranged from a 3 day piping repair job to the 4 month renovation of an historical building on site to house new offices for Zoo Administration. MAJOR SUBCONTRACTORS Turnstone Construction 206.634.1521 Hammerhead International 702.646.4275 Biscayne Aquaculture 512.477.3700 Lacey Glass 360.459.8411 Valley Electric 425.407.0832 Northend Excavating Inc 360.691.2172 Hope-Amundson 619.232.4673 PRIMARY POINT OF CONTACT MONICA LAKE, CAPITAL PROJECTS MGR Woodland Park Zoo P 206.548.2459 monica.lake@zoo.org DESCRIPTION OF PROJECTS FORMA has been providing on-call construction and consultation services for Woodland Park Zoo since 2008. From miscellaneous repairs and small construction projects to short-notice expert advice and oversight, our teams are often managing multiple Zoo work orders simultaneously, often when the busy Zoo is open and occupied. our on-call team reacted quickly to manage the critical repair of life support systems at the Zoo’s Humboldt Penguin Exhibit, also built by FORMA FORMA worked with the Zoo and our subs to precisely document the sizes & arrangement of each of the existing planks that comprised the decking adjacent to the Orangutan’s habitat in order to replace the boardwalk with new FSC All Weather Wood lumber As always your ability to get things done was exactly what I needed. Thanks so very much - you were able to proceed w/out much direction and I don’t know anyone else who could have managed this so well. Monica Lake, Capital Projects Manager Woodland Park Zoo “ WOODLAND PARK ZOO ON-CALL WORK ORDERS CONTRACT RELEVANCE JOC contract multiple work orders, subs, sites vertical & horizontal scopes unit price book estimating public agency procurement work order range: $50K - $350K x x x x AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 11 2. PARTNERING, TEAMWORK, COMMUNICATION, COOPERATION FORMA’s approach to partnering in JOC is focused on creating an integrated team from Day One. While we are experts in construction first, simply delivering quality work on time and on budget is not enough. The real key to building a successful JOC Division that owners are eager to use lies in the way our teams interact with their clients and colleagues. We have found that the degree to which we actively partner with owners and truly build an integrated team will determine just how useful the JOC contract will be for that agency. To foster and maintain these positive relationships, FORMA is committed to the following: In our experience, the best way to ensure a positive working relationship and foster trust with our clients is to deliver on expectations. Every one of our JOC contracts has been readily & enthusiastically extended by the Owner when it’s come up for renewal—a strong indicator that we’re meeting expectations and building solid partnerships. g Facilitating conversations and coordination between the Owner’s own departments to minimize disruptions and maximize economies of scale. Offering in-house design services dedicated to our JOC clients to bring a fully integrated approach to the Scope of Work development. Dedicating resources exclusively to each JOC, our staff is always available for same day meetings or site visits. Actively coaching and explaining systems and approaches to client PM’s that may be unfamiliar with the JOC process. Offering our frank assessment of whether a job is a good fit for JOC—not all projects are well suited to JOC and it’s in everyone’s best interests to identify those as early in the process as possible. Establishing a regular, reliable schedule of meetings that start promptly and encourage open lines of communication. Careful selection, diligent oversight and support of subcontractors to ensure quality execution. • • • • • • • 3. COMMITMENT TO ASSISTING AND MENTORING SMALL BUSINESSES Job Order Contracting provides an ideal framework for us to match small businesses to scopes of work that can easily scale to their abilities, and gives our JOC team opportunities to mentor these businesses and enhance their long-term success in the industry. We offer both general best practices and project-specific bidding, estimating, and field crew training to any subcontractor that requests it—with great success. As the brief success stories illustrate below, often our biggest challenge in helping grow a small and eager JOC subcontractor is not overusing them across our many JOC contracts and over-extending their developing capabilities. FORMA’s on-site mentorship gives field crews new to the industry an opportunity to earn certifications and valuable hands-on training while they break into public contracting. SUBCONTRACTING SUCCESS STORIES COMPASS PLUMBING We were introduced to Compass Plumbing, an MBE, at an outreach event and promptly awarded their first subcontract for $17,732. To date they have partnered with FORMA on $386,733 in JOC work. HAMMER CONSTRUCTION Since their first JOC subcontract for $27,360, Woman-Owned Hammer Construction has been a go-to, invoicing more than $1.8M to date. MARINE VACUUM SERVICE INC An MBE/DBE certified business, Marvac’s first JOC contract was $6,618 for vactor truck services. Since then, they have successfully partnered on scores of FORMA work orders, totaling over $1.3M for civil excavation, underground utility work, site concrete and miscellaneous carpentry scopes. JET PAINTING Since their first $2,000 painting contract, MBE-certified Jet has teamed with us frequently, executing $108,525 to date in JOC work. FOY ELECTRIC The first FOY contract was for $231,063 to install grounding to multiple Seattle City Light light poles. Since then, this Seattle certified WBE has successfully executed more than $975,000 on FORMA JOC projects ranging from basic electrical re-work to service upgrades. AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 12 4. MANAGING MULTIPLE PROJECTS WITH MULTIPLE SUBCONTRACTORS With an average of 50 work orders active in our JOC pipeline at any given time, FORMA JOC teams are Our work order development, staffing plans, and subcontractor management procedures have been developed out of proven field experience successfully delivering JOC jobs on schedule, within the estimates provided for clients across the region. On any single JOC contract we typically see an average of 15-30 projects active and in various stages of completion on multiple sites. Our management approach relies on clear lines of communication through a single point of established contact, and a work order Pipeline Management process (detailed on page 17 of this submittal) that tracks the progress of each work order within each contract from initial site meeting and scope development, to final completion and commissioning. The team we propose has been developed to easily scale to the scope and size of each project and the number of open work orders. By drawing from our strong pool of Superintendents, Project Engineers and Tradespeople, we can build teams that match the needs of the City on a case by case basis and efficiently run multiple work orders simultaneously. To date, with 14 Job Order Contracts awarded and over $73M in JOC work executed, our successful management of this work is evident in our low number of change orders and nearly perfect record of on-schedule delivery: VARIANCE OFF ORIGINAL JOC ESTIMATES: UNDER 9% ACROSS ALL JOB ORDER CONTRACTS ON-SCHEDULE DELIVERY: OVER 99% OF ALL FORMA WORK ORDERS Our experience delivering JOC work orders on schedule & within the estimates provided is further detailed by contract in a table on page 28 of this submittal REGULARLY MANAGING THE WORK OF MORE THAN 200 SUBCONTRACTORS ON MULTIPLE JOC SITES AT ONCE ACROSS WESTERN WASHINGTON.internally, our JOC teams stay in constant contact and collaborate via our Sharepoint system, regularly scheduled resource-allocation meetings, and up-to-date work order tracking and cloud-based filing systems paving scopes and installation of bollards outside the UW ULink station, executed under our Sound Transit JOC AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 13 Our approach to ensuring safety on JOC work orders stresses the oversight, training, and administration of our subcontractors and the thorough review and documentation of each of their Corporate and work-order-specific safety plans, and appropriate JHA’s. We have developed a detailed preconstruction site safety check list (attached here for your review) that we require each Subcontractor fill out completely and submit before any work begins on site. Distributed during our mandatory Site Safety Orientation, this checklist ensures that we have all the Subcontractors’ work plans and corporate APPs on file and establishes a time and day for weekly safety meetings. Steve Hagen, our Corporate Safety Officer, will continue to work with PM Lon Weaver, Superintendent Darrell Matuizek and our on site supervision personnel to develop, implement, and follow- through on a site-specific safety plan for each Renton JOC work order we take on. OUR JOC SAFETY RECORD IS PERFECT. ZERO SAFETY INCIDENTS RECORDED WITH 700+ JOC WORK ORDERS RUN. 5. APPROACH TO SAFETY IN JOB ORDER CONTRACTING Being a Job Order Contractor comes with the responsibility of ensuring that our subcontractors and suppliers are executing their work safely and efficiently on every jobsite. We utilize our 10% allowance of self-performed work to lead by example on our JOC job sites, and we apply our proven JOC-specific safety program to all work orders—providing thorough screening, diligent supervision, and regular inspections. RECENT SAFETY METRICS 2015 2014 2013 2012 2011 5 YR AVERAGE EMR VALUES OSHA RECORDABLE INCIDENCE RATES 0.7715 0.0 0.7322 0.0 0.6804 0.0 0.7145 0.0 0.7062 0.0 0.6826 0.0 As our safety metrics indicate above, job site safety is a top priority for FORMA and our safety performance is consistently ranked among the best in the region. Not merely a gauge of safe working conditions, strong safety performance ratings are indicative of the level of quality and professionalism of a GC, and the degree to which job site conduct, time and materials are managed and allocated. MANAGING WORK ON OCCUPIED SITES FORMA JOC teams work closely with the Owner and users on site to establish objectives and develop together the detailed plan and sequence of operations best adapted to each job’s unique conditions. We strictly cordon off and control all construction zones to protect the public, delicate equipment, our own crews, and adjacent operations—and we remain available and flexible to stakeholders at all times. PROTECTION FROM WEATHER Also in the instance of weather-sensitive scopes such as paving and roofing—FORMA’s success is born out of careful preparation and open lines of communication with stakeholders. FORMA Construction has been a member of Washington State’s SMART Dream Team for over 10 years. With membership dependant on maintaining excellent safety metrics, this elite group is comprised of only the top performing contractors in WA. g We attribute our excellent safety record to an overall dedication to strict construction management and performance standards that include a tidy, well-organized job site; respectful, professional conduct from every member of our team; and a proactive approach to deliveries, storage, and sequencing that result in low incidence of injury and keeps our projects running smoothly. AGENDA ITEM #2. a) Subcontractor certifies that every employee working on site has attended the required preconstruction site safety orientation and that commencement of work constitutes full acceptance of all requirements contained therein FORMA JOC WORK ORDER SUBCONTRACTOR SAFETY PRECONSTRUCTION CHECKLIST subcontractor: date: work order no. work order: FORMA’s officer: TO BE COMPLETED BEFORE ANY WORK BEGINS ON SITE Required on every work order regardless of scope: Subcontractor has submitted their corporate Accident Prevention Program Subcontractor has submitted a Site Specific Safety plan Plan has been approved by FORMA’s representative: The Site Specific Safety plan must address the anticipated hazards and plans to control them specific to this project. Additionally any special programs, such as confined space, fall protection, respiratory protection, must be addressed and the designation of a competent person named for each program. Subcontractor has submitted JHAs (Job Hazard Analyses) specific to this work order Subcontractor has submitted their work plan specific to this work order Plan has been approved by FORMA’s representative: Subcontractor has supplied a first aid kit and has a first aid certified employee on site at all times Required as necessary dependant on Subcontractor’s scope of work: Subcontractor has supplied FORMA Construction with M.S.D.S. sheets for material brought on site Subcontractor has submitted a fall protection plan Subcontractor has the appropriate specific equipment training and all necessary certifications Other appropriate requirements specific to the Subcontractor’s scope of work: Subcontractor’s designated representative, date FORMA’s representative, date required weekly safety meetings will be held every (day) at (time) FORMA CONSTRUCTION COMPANY SEATTLE & OLYMPIA WA P 206.626.0256 FORMACC.COM AGENDA ITEM #2. a) FORMA Construction Company 1016 1st Ave South, Suite 400 Seattle, Washington 98134 206.626.0256 360.943.5868 Jim Phillips, President 206.626.0256 jimp@formacc.com x Division 2 Site Construction Division 3 Concrete Work Division 6 Wood & Plastics 0.7715 0.7062 0.6826 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A x AGENDA ITEM #2. a) 0 7 14 7 273,295 15.37 5.12 0 2 3 0 161,618 6.19 0 0 8 4 2 272,324 8.81 1.47 0 0 0 0 0 0 x N/A May 27, 2016 Jim Phillips, President FORMA Construction Company AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEXPERIENCE & PAST PERFORMANCE 14 6. SUCCESS & PAST PERFORMANCE OF WMBE INCLUSION IN JOB ORDER CONTRACTING Recently named the 2015 CHAMPION OF INCLUSION, FORMA is dedicated to proactively encouraging the participation of a maximum number of small and historically under-utilized businesses and awarding them with JOC work whenever possible. JOC work serves as an ideal springboard for State and locally certified small, minority, veteran, and woman-owned businesses looking to break into public contracting, and FORMA has had great success identifying and utilizing these businesses in our Job Order Contracts. To continue to identify an ever greater number of these businesses, FORMA hosts and attends a series of industry outreach events, closely monitors critical online directories, and proactively contacts potential subcontractors when opportunities arise—giving them ample information and time to assemble a bid. Further, FORMA breaks down scopes to scale opportunities to the abilities of our subs, offers training and mentoring, and provides thorough guidelines to assist with the RCW’s contractual requirements. For a more detailed account of FORMA’s outreach and inclusion plan, please review Section E of this submittal, MWBE Outreach and Participation Plan. FORMA’s knowledge of available WMBE firms is illustrated by the partial list (at right) of state and locally-certified businesses with whom we partner on a regular basis to execute JOC work orders; and the table below, which details our past performance and ongoing inclusion efforts in Job Order Contracting: MWBE UTILIZATIONFORMA JOC CONTRACTS UW JOC NO. 1 STATE OF WA DES JOC NO. 1 CITY OF SEATTLE JOC NO. 1 CITY OF BELLEVUE JOC NO. 1 CITY OF RENTON JOC SOUND TRANSIT JOC STATE OF WA DES JOC NO. 2 CITY OF SEATTLE JOC NO. 2 KING COUNTY JOC WSDOT JOC CITY OF BELLEVUE JOC NO. 2 CITY OF EVERETT JOC UW JOC NO. 2 SNOHOMISH COUNTY JOC 16.69% 10.43% 24.95% 8.46% 24.44% 8% (to date) 3.4% (to date) 53% (to date) 18% (to date) 19.13% (to date) 21.46% (to date) 15% (to date) 55.2% (to date) - UTILIZATION GOAL 20% 20% 20% 20% 20% 20% 20% 65% 20% 20% 20% 20% 20% 20% A PARTIAL LIST OF THE WMBE FIRMS FORMA REGULARLY TEAMS WITH ON JOC WORK ORDERS THE EARLY BIRD PAINT COMPANY WBE: W2F7322843 AUBURN MECHANICAL WBE QUEEN CITY SHEET METAL & ROOFING WBE: W2F00002432 ILLUMINATE CONTRACTING, LLC WBE THERMATECH NW, INC WBE METRO PAINTING LLC WBE: W2F0021643 DBE/SBE: D2F0021643 HAMMER CONSTRUCTION WBE SKYLINE TILE & MARBLE, INC WBE: W2F0011049 N I PAINTING & CONSTRUCTION CO. MBE: M4M0018809 MARINE VACUUM SERVICE INC MBE: M4M0002341 DBE/SBE: D4M0002341 FOY ELECTRIC WBE SUSTAINABLE FLOORS 8(a), SB/MBE/WBE, VOB WS CONTRACTING MBE TALLUSS ARCHITECTURAL PRODUCTS MBE JET PAINTING & SPECIALTY FINISHES MBE: M5M0022004 COMPASS PLUMBING & DRAIN MBE: M4M0023490 IRONCLAD INDUSTRIAL FLOORING MBE: M5M0023315 DBE/SBE: D5M0023315 WASHINGTON HEATING & A/C MBE: M4M0017683 EXCEL ELECTRICAL WBE AIRFLOW MECHANICAL, INC MBE/DBE/SBE: D5M0015287 JP FRANCIS & ASSOCIATES, INC MBE: M3M0018112 DBE/SBE: D3M0018112 AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGLEED PLATINUM PROJECTS OLYMPIA REGIONAL LEARNING ACADEMY Net Zero Ready CEBULA HALL, ST MARTIN’S UNIVERSITY LEED Platinum SEATTLE FIRE STATION NO.20 LEED Platinum LEED GOLD PROJECTS HIGH POINT NEIGHBORHOOD CENTER LEED Gold FIRSTENBURG COMMUNITY CENTER LEED Gold CASCADE SCHOOL AGE CENTER, JBLM LEED Gold MERCER SLOUGH ENV. EDUCATION CENTER LEED Gold SEATTLE FIRE STATION NO. 28 LEED Gold YESLER COMMUNITY CENTER LEED Gold OLYMPIA FIRE STATION NO.4 LEED Gold M PARSONS PLAZA BUILDING LEED Gold ACADEMIC BUILDING NO. 23, SPSCC LEED Gold APPLIED TECHNOLOGY BUILDING, SPSCC LEED Gold ASSOCIATION OF WASHINGTON CITIES LEED Gold HSSR BUILDING, NORTH SEATTLE CC LEED Gold HANDS ON CHILDREN’S MUSEUM LEED Gold, 4 Green Globes ADVANCED TECH CENTER, BATES TC LEED Gold pending STEM BLDG, GRAYS HARBOR COLLEGE LEED Gold pending HARNED CENTER, TACOMA CC LEED Gold pending LEED SILVER PROJECTS LIBERTY HALL, EVERETT COMMUNITY COLLEGE LEED Silver OUR LADY OF GUADALUPE PARISH LIFE CENTER LEED Silver JOHN L O’BRIEN BLDG HISTORIC RENOVATION LEED Silver PACIFIC NORTHWEST EYE ASSOCIATES LEED Silver HARNED HALL, ST MARTIN’S UNIVERSITY LEED Silver SOUND TRANSIT MOW FACILITY LEED Silver pending THURSTON COUNTY HAZOHOUSE LEED Silver pending COMMITMENT TO SUSTAINABLE CHOICES & AN INTEGRATED DESIGN APPROACH FORMA employs 10 LEED Accredited Professionals and several designers with professional architectural experience and certifications. We work regularly on integrated project teams— collaborating with user groups, owners and expert colleagues to identify objectives and analyze the costs and benefits of available systems, materials and innovative building solutions. Our job site recycling program typically sees 95% of construction waste diverted from landfills. More than just a mandatory sorting of construction debris, our Corporate recycling program starts with dedicated Project Managers and detail-oriented Superintendents who minimize waste at the outset through the diligent selection and storage of materials—particularly important on JOC work orders, where budgets are small and time is short. With this in mind, FORMA JOC teams order only what’s required for each work order, protect it carefully from the elements, and actively work to avoid products with excessive packaging and waste built-in. Specifying locally sourced, rapidly renewable, durable and low-VOC materials; as well as energy and water-efficient fixtures and systems are more ways to save Owners money on long-term life cycle costs, while conserving resources and greatly improving the interior environments of the facilities we renovate through JOC. In addition to following our own best practices, FORMA JOC crews work easily within Owner preferences and sustainability goals. As the Job Order Contractor for the City of Seattle for example, our work orders are subject to the City’s Sustainable Building and Sites policy. In partnership with the Architect and City PM, we work in accordance with their Capital Green Submittal Requirements— taking the lead on the Checklist process and gathering all submittals and documentation necessary for each work order. 7. RECYCLING & CONSERVATION FORMA is a leader in sustainable building, completing 30+ projects in compliance with USGBC, WSSP & GBI standards in the last 10 years alone—including Cebula Hall at SMU & Seattle Fire Station 20, THE 2 HIGHEST SCORING LEED PLATINUM BUILDINGS IN THE US. At right is a partial list of certified-sustainable FORMA projects. With this demonstrated experience, FORMA offers the City of Renton not only proven experience in JOC, but the enthusiasm and expertise to capitalize on innovative and cost-effective opportunities for sustainable initiatives in Job Order Contracting. EXPERIENCE & PAST PERFORMANCE 15 AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGEMERGENCY RESPONSE WORK ORDER EXAMPLES MILL AVE CONCRETE SIDEWALK REPAIR Led by the same individuals proposed here, our Renton JOC team facilitated this emergency work order to demo, re-pour and upgrade significant portions of the pedestrian area in front of the new Renton Library in time for its Grand Opening event. FORMA partnered with the City to develop and implement a full traffic control plan and coordinate the extensive curb, gutter, sidewalk & asphalt work without drawings or engineering. Two new ADA ramps, planter boxes, a new catch basin, widened sidewalks, and a new metro bus station were installed in just two weeks. SOUTH SEATTLE COLLEGE FLOOD INVESTIGATION & REPAIR Within 90 minutes of a flooding call from South Seattle CC, our JOC team had reviewed the building’s as-built drawings and met subcontractors on site to investigate the cause and mitigate the damage. Our team identified and repaired a crushed section of the rain leader under the floor of an occupied room in just six days to deliver this $12,000 emergency work order. McNEIL ISLAND SPECIAL COMMITMENT CENTER FIRE REPAIRS The State of Washington DSHS contacted FORMA when they needed emergency services performed to repair their fire damaged facilities on McNeil Island. We arrived that evening to assist with damage assessment; scope, budget, and schedule definition; and even set up temporary walls and structures to quarantine and isolate inmates. Geographical, security, and logistical challenges required careful scheduling and off-hour shifts to quickly complete all cleanup, repair and installation services on this $350,000 work order. EMERGENCY SEWER LINE REPLACEMENT Our Washington State JOC team mobilized immediately to facilitate the replacement of a crushed sewer line at Fircrest School. Diligent coordination and persistence was necessary from our skilled teammembers to properly sequence all of the utility locates, inspections, permitting, deliveries, subcontracted scopes, and administrative details to handle emergency repairs and ensure total project completion for users in just 10 days. PEPSI NW EMERGENCY ROOF REPAIR FORMA teams responded quickly on New Year’s Day when we were contacted to shore up 4,000 sf of failed roof at Pepsi NW’s regional bottling facility near our Olympia office. We erected a temporary solution to prevent further damage, facilitated an efficient permitting process, and had the roof replaced and all repairs made in just 6 weeks under this $295,660 emergency work order for a private owner. 8. HAZARDOUS MATERIALS More than 85% of our JOC work orders are renovations of existing facilities where tearing into walls and ceilings, repairing flooring, and site excavation can involve hazardous materials, underground storage tanks, and contaminated soils. In our JOC work we regularly contract with local licensed specialty subcontractors to ensure the safe and complete remediation of all material. In the course of our work with the City of Renton specifically, FORMA has teamed with Wrecking Ball Demolition and Thermatech Northwest (a certified WBE) to successfully manage the safe abatement of black mastic adhesives, asbestos tiles, lead windows, lead paint, asbestos pipe fittings, and other hazardous materials on multiple work orders. 9. MANAGING EMERGENCY WORK As your Job Order Contractor, FORMA becomes an extension of your own Maintenance and Facilities department—available whenever and wherever you need us. Builders first, our proposed team members are skilled and experienced craftsmen, ready to troubleshoot emergency issues and get started on minor repairs. We respond quickly, have the local industry connections to fast- track the process, and the scheduling expertise to deliver work efficiently while minimizing risk and costly off-shift hours. At right are a few examples of JOC work orders that required our swift response. FORMA JOC teams further mitigate risk by coordinating with Owners to set clear expectations and develop a detailed communication plan and schedule of tasks prior to any off-shift work beginning. In the event problems arise during off-hours, there is an agreed-upon plan in place and the contact information of the appropriate point person ready, as well as our own on-site supervisor at hand, ready to put the plan into action. EXPERIENCE & PAST PERFORMANCE 16 FORMA is currently managing the demolition of Sunset public housing buildings under a Renton work order, which requires coordination with licensed specialty abatement subcontractors AGENDA ITEM #2. a) B REFERENCES & RECOMMENDATIONS B REFERENCES & RECOMMENDATIONS“I HAVE HIGH REGARD FOR FORMA AS A JOB ORDER CONTRACTOR. THEIR PRICING IS ACCURATE AND REPRESENTS GOOD VALUE FOR THE STATE, THE QUALITY OF WORK IS EXCELLENT AND THEY PERFORM ALL TASKS IN A TIMELY AND RESPONSIBLE MANNER.” Bob Bourg, Claims & Disputes ManagerWashington State Department of Enterprise Services AGENDA ITEM #2. a) AGENDA ITEM #2. a) AGENDA ITEM #2. a) AGENDA ITEM #2. a) AGENDA ITEM #2. a) AGENDA ITEM #2. a) AGENDA ITEM #2. a) AGENDA ITEM #2. a) AGENDA ITEM #2. a) C CONSTRUCTION MANAGEMENT ABILITIESC CONSTRUCTION MANAGEMENT “FORMA WORKED HARD TO CONSERVE COSTS AND KEEP THE PROJECTS MOVING DURING ADVERSE CONDITIONS, WHILE ALL THE TIME PRESERVING A SAFE WORKING ENVIRONMENT AND A CLIMATE FOR GOOD COMMUNICATION ACROSS CONTRACT LINES.” Thomas G Lindahl, Senior Engineer Washington State Patrol - multiple JOC Work Orders AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONSTRUCTION MANAGEMENT ABILITIES 1. FORMA’S PLAN TO MANAGE THE JOC FORMA has scoped, staffed and managed nearly 800 JOC work orders. On any single JOC contract we typically see an average of 15-30 projects active and in various stages of completion on multiple sites throughout the area. Our successful JOC approach relies on clear lines of communication, expert personnel, and a pipeline management process that tracks the progress of each work order from initial site meeting and scope development, to final completion and commissioning. milestone / task • MEET W/ OWNER, USERS • DOCUMENT EXISTING CONDITIONS • DEVELOP, REFINE SCOPES • FLAG MWBE OPPS • GENERATE OPTIONS • FINALIZE PRICING • CREATE JOC WORK ORDER PROPOSAL PACKAGE key personnel staffing 05% CORPORATE EXEC 30% PROJECT MANAGER 15% SUPERINTENDENT 30% QC MANAGER / PE 05% SAFETY OFFICER milestone / task • SCHEDULING, MOBILIZATION • ORDER MATERIALS • ISSUE SUBCONTRACTS • ASSESS MWBE/VOB/SBA UTILIZATION VS GOALS • SUBMITTAL REVIEW / QC • LOGISTICS & TEAM MTNGS • DESIGN AND PERMIT COORDINATION key personnel staffing 05% CORPORATE EXEC 30% PROJECT MANAGER 15% SUPERINTENDENT 30% QC MANAGER / PE 10% SAFETY OFFICER milestone / task • SITE COORDINATION & ONGOING MANAGEMENT • SUBCONTRACTOR OVERSIGHT & PAYMENT • SUBS ASSISTANCE, AS NEC • CITY / USER UPDATES & MILESTONE MEETINGS • QC & SAFETY INSPECTIONS key personnel staffing 05% CORPORATE EXEC 20% PROJECT MANAGER 60% SUPERINTENDENT 30% QC MANAGER / PE 20% SAFETY OFFICER milestone / task • PUNCH LISTS • DOCUMENTATION • FINAL INSPECTIONS • OWNER TRAINING • WARRANTY, CLOSEOUT & FINAL SUBMITTALS • MWBE UTILIZATION REPORTING & ANALYZING key personnel staffing 05% CORPORATE EXEC 20% PROJECT MANAGER 10% SUPERINTENDENT 10% QC MANAGER / PE 05% SAFETY OFFICER 5 work orders in CLOSEOUT 10 work orders in SCOPING & PRICING 6 work orders in PRECONSTRUCTION 6 work orders in CONSTRUCTION PROPOSAL PREP PRECONSTRUCTION CONSTRUCTION CLOSEOUT g n D mMANAGING MULTIPLE WORK ORDERS Based on our understanding of the City’s likely work order volumes on this contract, we have created a pipeline framework, that will efficiently respond to your needs. At any point in time, there may be only six projects under construction, but there may be well over twenty in the active pipeline, all of varying size, complexity, location, and priority. mMAJOR MILESTONES & JOC TASKS By viewing the JOC process as a pipeline and assigning responsibilities to each phase, work orders are completed swiftly and are not plagued with lingering issues. m KEY PERSONNEL STAFFING PLAN & SUBCONTRACTOR MANAGEMENT The proposed staffing plan illustrated above is a proven framework that will efficiently support 30+ active work orders at a time, each with multiple trades and subcontractors. Our Superintendents, Safety Manager, PE, and field oversight personnel will be on site, monitoring construction progress against schedule milestones, ensuring quality and safety standards, and assisting our subcontractors, as necessary. In the event the needs of the contract require increased staffing, our flexible approach and depth of personnel will allow us to scale up support quickly at any City of Renton location. Please note that the personnel detailed under Staffing does not reflect the support these crews receive from our team of on-call design professionals or FORMA Risk Managers, Estimating staff, field oversight, and support personnel. g n D THE FORMA JOB ORDER CONTRACTING MANAGEMENT PIPELINE CONSTRUCTION MANAGEMENT 17 AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGESTIMATING, PRECONSTRUCTION SUPPORT DREW PHILLIPS Lead Estimator IN-HOUSE DESIGNERS HUMAN RESOURCES MWBE / SBA INCLUSION MELISSA ASHCRAFT Human Resources Director ACCIDENT PREVENTION & RISK MANAGEMENT STEVE HAGEN Safety Director ACCOUNTING AR & AP NED OWENS CFO ADMINISTRATION AND PROJECT SUPPORT MARY PETERS Lead Project Administrator CITY OF RENTON JOB ORDER CONTRACT LON WEAVER, PROJECT MANAGER PRIMARY POINT OF CONTACT FORMA CORPORATE PROJECT OVERSIGHT JIM PHILLIPS, PRESIDENT & CORPORATE EXECUTIVE FORMA’s corporate organization is designed to give our people at the jobsite level the ability and authority to solve problems quickly and completely. It also obligates our corporate managers to be actively involved in the details of every project to which they are assigned. EXPERT PERSONNEL Our proposed team is comprised of JOC experts who have been efficiently managing Renton work orders for the past three years. We have the JOC- specific expertise you can depend on to continue to scope, price, schedule, and manage these work orders successfully—and we have in-house designers dedicated full time to JOC work. We utilize proven estimating and scheduling tools and truly partner with our team and stakeholders to develop reliable, targeted plans that result in the best possible work for the available budget. PRINCIPAL INVOLVEMENT Our owners and corporate management staff are actively involved in every project that passes through our offices, whether large or small. Rather than approaching your work orders as an outsider, FORMA President and Corporate Executive Jim Phillips will take an active, visible role in these jobs, and will continue to be an integral part of your JOC team from start to finish. Because Jim remains in constant contact with our Project Managers and Renton stakeholders, any adjustments to staffing, logistics, and even pricing are dealt with swiftly at the jobsite level. KNOWLEDGEABLE SUPPORT & ADMINISTRATIVE STAFF FORMA Construction has significant experience working on publicly funded projects at the state, federal and local levels that include certified payroll and other specialized requirements, and our offices are well staffed with knowledgeable, detail- oriented process experts. Our Project Administrators, Accountants, and support staff are critical members of our project teams who have developed reliable systems for managing the specialized contract requirements, standard forms, billing, procurement, bidding, and legal details of our JOC contracts—and they are a big part of the reason our JOC process is so efficient. “ ...the projects were successful in large part due to FORMA approaching the project as a team member and active collaborator. FORMA brings this attitude to all JOC projects. They are easy to work with, collaborative, and work to identify issues prior to them arising in the field Becki Eatch, PM, UW Capital Projects 1a. CORPORATE ORGANIZATION, INTERFACE & SUPPORT CONSTRUCTION MANAGEMENT 18 AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGAlready serving the City, our proposed team is an experienced, scalable, flexible entity with a consistent management structure, a single point of contact, and the ability to produce design documents in-house and self- perform small scopes of work as necessary. We have the proven JOC systems in place to seamlessly run the work of multiple trades at multiple work order sites across the region—offering both horizontal and vertical construction expertise. FORMA President Jim Phillips will serve as Corporate Executive and oversee our team’s work from start to finish. Jim’s management plan emphasizes dedicated lines of communication, proactive planning and progress tracking, a consistent client interface, and a reliable network of JOC experts and support staff. TRUSTED ON-CALL COLLEAGUES ARCHITECTS & CITY-APPROVED FIRMS ENGINEERS & SPECIALISTS IDENTIFIED THROUGH PAST WORK & OUTREACH FORMA employs some of the most skilled & experienced construction professionals in the region. We can scale our work order teams to fit your needs with additional: CONSTRUCTION MANAGERS SUPERINTENDENTS PROJECT ENGINEERS FOREMEN, CRAFTSMEN PROJECT ACCOUNTANTS, SUPPORT PERSONNEL ADDITIONAL JOC POOL Key among these experts are PM Lon Weaver and Project Engineer Jesse Trujillo, JOC specialists who have already fostered strong relationships with Renton Departments and facilities personnel in our current work. Lon and Jesse bring proven expertise in scope analysis & development, work order pricing & planning, and subcontractor management—and they will be dedicated to the City’s contract full time. Superintendent Darrell Matuizek is also currently serving on our Renton JOC team and brings significant technical expertise to the jobsite of each work order. To ensure the safety and quality of installations, Darrell will continue to oversee subs, schedule pre-installation meetings & inspections via the City’s preferred protocol; and work in tandem with Safety Director Steve Hagen, one of the top Safety Managers in the Pacific Northwest. Detail-oriented process experts, our PA’s & Accountants are critical members of our team who have developed reliable systems for managing the specialized contract requirements, standard forms, billing, bidding, procurement, and legal details of our JOC contracts—and they are a big part of the reason our JOC process is so efficient. Further, our proven approach to JOC staffing means we have a deep pool of qualified professionals to draw from as your needs grow and we can ramp up quickly as necessary to support this core team. STEVE HAGEN SAFETY DIRECTOR (as necessary) ON-CALL DESIGN PARTNERS FORMA IN-HOUSE DESIGNERS LON WEAVER PROJECT MANAGER (MAIN POINT OF CONTACT) JESSE TRUJILLO, LEED AP PROJECT ENGINEER, QA/QC DARRELL MATUIZEK SUPERINTENDENT & SCHEDULER CORE MANAGEMENT TEAM JIM PHILLIPS, LEED AP CORPORATE EXEC 1b. PROJECT MANAGEMENTORGANIZATION CONSTRUCTION MANAGEMENT 19 CITY OF RENTON DEPARTMENT HEADS & STAKEHOLDERS AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONSTRUCTION MANAGEMENT 20 1d. JOB ORDER MANAGEMENT As the most sought-after Job Order Contractor in the region, FORMA has built a robust JOC Division that has the experience, resources and proven systems in place to continue to serve the City of Renton as a collaborative, expert partner. We are regularly managing scores of work orders in various stages of completion on sites throughout western Washington via a team of well-organized, detail-oriented professionals. Once work begins, we will document existing conditions, owner objectives and potential challenges and opportunities. We collaborate with Stakeholders and the appropriate trade professionals to review any plans and identify a range of options and approaches that can be implemented to meet budget, programming, and scheduling constraints. By preparing several options from the initial meeting and site review, we avoid revisiting the budgeting and scheduling cycle multiple times before the work order is complete. The graphic below illustrates FORMA’s approach to successfully managing the receipt, performance and closure of each JOC work order. We will collaborate with you to streamline the JOC process and arrive at an agreed-on work plan quickly and efficiently to meet your objectives, schedule, and budget: identify any emergency needs meet with stakeholders review, assess, document existing conditions, challenges, opportunities establish & document objectives & priorities, quantify work items identify potential major subs / suppliers, target MWBE / SBA / VOB goals, outreach establish & document budget parameters review site assessment, challenges, opportunities; owner’s objectives, priorities; budget & schedule parameters break out work tasks, use takeoff & scheduling software to assign values, match owner needs to time & budget constraints assess & develop scopes to maximize MWBE / VOB participation prepare multiple scope options and phasing solutions per owner priorities, budget and schedule constraints request & develop design/ specs as necessary review & evaluate scope options and phasing solutions evaluate sequencing, VE opportunities, other job- specific ways to deliver objectives internal review of subs participation targets collaborative discussion & agreement on scope & work plan work order request is issued review / refine agreed on submittal, prepare and submit final plan NTP is received Assist subcontractors, MWBE’s with contract compliance as necessary demo / construction / repair work begins on-site coordination and subcontractor management on-going progress updates / communication with stakeholders, subs on-going site inspections, safety & quality assurance punch lists, project close- out, owner training as necessary SITE VISIT & TEAM MEETING TEAM PREPARES OPTIONS REVIEW OF OPTIONS NTP & CONSTRUCTION • • • • • • • • • • • • • • • • • • • • • • • • We don’t wait for the phone to ring to react to projects—instead, by working on a continual basis with individual Project Managers, we help our JOC clients plan their pipelines of work on a 12 month horizon. g 1c. INTERFACE & COMMUNICATION PROCEDURES To ensure responsiveness and accountability, our approach to JOC emphasizes the early establishment of roles and clear lines of authority, careful documentation of stakeholder objectives, open communication, and the creation of an integrated team from day one. We begin with a team meeting and a collaborative assessment of objectives, existing conditions, expectations, and access & safety issues that could impact our work and/or surrounding operations. PM Lon Weaver will continue to serve as your main point of contact—coordinating with our estimating and field oversight teams who will in turn manage work orders and deliveries from suppliers, oversee subcontractors’ work, and interface with stakeholders on site as directed. AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONSTRUCTION MANAGEMENT 21 1e. ROLES, RESPONSIBILITIES & ACCOUNTABILITY OF TEAM MEMBERS As the most sought-after Job Order Contractor in the region, FORMA has built a robust JOC Division that has the experience, resources and proven systems in place to continue to serve the City of Renton as a collaborative, expert partner. We are regularly managing scores of work orders in various stages of completion on sites throughout western Washington via a team of well-organized, detail-oriented professionals. CORPORATE EXECUTIVE JIM PHILLIPS, LEED AP roles and responsibilities: overall client maintenance and coordination, dispute resolution and contract negotiations, Renton & FORMA corporate standards compliance, MWBE utilization monitoring, work order client group meetings, closeout meetings with user groups, resource allocation oversight and overall ongoing assessment PROJECT MANAGER LON WEAVER roles and responsibilities: primary point of contact, general contract oversight, staffing and manpower management, client meeting attendance, existing conditions inspection, scope & proposal package development, collaboration with subcontractors, specialists, and vendors, budget analysis & reconciliation, systems selection, specification development, RS Means estimating, scheduling & pre-planning, closeout oversight SUPERINTENDENT DARRELL MATUIZEK roles and responsibilities: existing conditions inspections, logistics planning, work order scheduling & sequencing, field personnel allocation, submittal reviews, precon meetings with user groups, planning & oversight, initial site safety orientations & on-going safety inspections, oversight of subs, assistance & training as necessary in the field, ongoing punchlist development, closeout & user training PROJECT ENGINEER JESSE TRUJILLO roles and responsibilities: existing conditions documentation, assistance with logistics planning & sequencing, assistance with scope & proposal package development, review of work order estimates & schedules, contract scheduling & pre-planning, QA pre-installation site meetings, QA/QC forms & log maintenance, installation inspections, daily oversight & CA, closeout & commissioning management STEVE HAGEN SAFETY DIRECTOR roles and responsibilities: logistics planning, site-specific safety plan development, implementation of site-specific plan & FORMA’s APP, review of subcontractors’ site-specific safety plans & JHA’s, safety forms & log maintenance, inspections & enforcement Your FORMA JOC team will prepare multiple scope options and phasing solutions based on existing conditions and opportunities; City priorities, budget, and schedule constraints Our scalable JOC pipeline (detailed on page 17 of this submittal) provides the proven framework to manage the City’s contract at $4M per year, and the flexibility to provide the same attention and service if it is less than $1M/yr. g all JOC work is carefully estimated, planned and sequenced in UW’s occupied medical facilities where FORMA has successfully delivered multiple work orders—such as the above $200K upgrades to UWMC’s specialized imaging equipment & facilities bike cage fabrication & installation at the Beacon Hill Link Light Rail Station in Seattle, delivered under a Sound Transit JOC work order AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCONSTRUCTION MANAGEMENT 22 1f. QUALITY CONTROL PROCEDURES ASSURING BEST VALUE CONSTRUCTION QUALITY & QC PLANNING Issuing over $80M in subcontracts each year, FORMA ensures the thorough, high-quality execution of each scope of work by demanding the same level of quality and responsibility that is expected of our own self-performed scopes. FORMA stresses four key elements in ensuring quality on our JOC work orders: 1. SUBCONTRACTOR QUALIFICATION FORMA’s QA program starts with matching scopes of work to subcontractors that we know have the expertise to be successful. Subcontractors are thoroughly vetted to ensure that they have a history of completing their work safely with the highest level of craftsmanship and professionalism and within the timeframe required by our clients. The wide range of project sizes and complexities in JOC also means that our vetting process involves finding right-size projects where new contractors can build a strong reputation with our team before taking on more complex work. 2. PRE-INSTALLATION MEETINGS Jobsite QA is based on a series of meetings and forms maintained on each project. Starting with the pre-installation conference, FORMA superintendents and managers meet with the subcontractor’s foreman assigned to the project to review the relevant plans and specifications, submittals, schedule durations, site specific safety plans, crew sizes and logistics. This meeting sets the tone and expectations for every team working on site. 3. ON-GOING REVIEW While trades are underway, the Superintendent, PE/QA Manager, and Safety Officer will provide ongoing observation and input on each subcontractor’s performance and make adjustments to the schedule and crew size to maximize the efficiency, quality and safety of each installation. Any concerns are tracked on an ongoing contractor-specific deficiencies log. FORMA field personnel verify equipment and material for compliance at delivery, observe installations, and work closely with City and State inspectors. At a minimum, each week, these three primary representatives meet with all subcontractors on site, and those about to begin work, to discuss the sequencing and logistics required, and how conflicts between trades can be minimized. 4. SUBCONTRACTOR CHECK-OUT Before any trade can leave the site, they must perform a Subcontractor Check-Out with our Superintendent. This is a final inspection where any deficiencies from the ongoing punch list are confirmed to have been remedied. FORMA requires that representatives from successive trades also attend these walks to ensure there will be no disagreement between trades as the project progresses. On JOC work our PE/QA personnel and Superintendent take on the responsibilities of Commissioning Lead and facilitate owner inspections and training. By participating in the scope development process and the selection of key systems and materials, including any mechanical equipment and controls systems, this expert team member will provide valuable feedback on how the products are designed to perform and how they interact. Because our teams are planning for closeout as they develop the scope of work, key commissioning deliverables such as owner training, special inspections for warranties, and O&M deliverables are all explicitly called out in each work order document. “ Their quality of work is among the best I have seen or worked with over the years. And when the job is done, they are still there to work with you. Bill McGregor, Former Director of Facilities Management Saint Martin’s University, Lacey Washington - multiple work orders FORMA Construction uses the RCW’s 10% self-performed work allowance to find opportunities to embed our staff into a project to better lead by example—even going so far to create compound crews where we share labor resources and management with developing companies on sensitive scopes of work. g AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGENSURING OUR WORK ORDERS ARE COMPLETED IN ACCORDANCE WITH SPECIFICATIONS We believe diligent pre-planning and ongoing communication are the keys to successfully managing quality control on multiple work order sites with multiple subcontractors—and our early, thorough investment in every detail of these projects ensures that they are completed precisely as they’ve been budgeted and scheduled. Wherever possible our JOC teams include relevant project information as part of our work order proposal packages. This may include product data, manufacturers, color selections, relevant warranty data or durations, documentation of existing conditions, and/or logistics plans and site information. This compiled documentation ensures that during any stage of construction any member of our JOC team will know exactly what is being done and what to expect when finished. Led by proposed PM Lon Weaver and scrutinized in the field by our PE, Superintendent, and foremen, FORMA will develop and enforce project-specific quality control plans for each work order. The core of our JOC QC Plan centers on Subcontractor Vetting, Pre-installation Meetings & Submittal Review, Ongoing Review for Deficiencies, and Project Check Out & Deficiency Review. Based on the high volume and short duration of JOC work orders, once construction begins, the key to success is assigning actionable items with clearly defined responsibilities, roles, and deadlines to keep the project on schedule and moving forward. Lon Weaver and Jesse Trujillo will be fully involved in the construction administration and document controls process, attending preconstruction meetings and weekly progress meetings. They will work in tandem with the Superintendent on site to ensure and inspect the work is implemented according to the work order documents and industry standards. They have the authority to direct the correction of any defective work and the ability to replace any sub from the project should it be warranted. ” “At Lake Washington, the facilities department supplied the painting materials and shortly after we began, it became clear it wasn’t what the users had in mind. With the space scheduled to be turned over the next day, our subs and field staff convened a quick meeting with the owner’s group, provided alternative products, and worked through the night to maintain the turnover schedule. In this instance, we worked closely with the College Facilities director and our subcontractors to gain additional panel space and conduit routing locations to successfully complete the scope. We then specifically detailed each item in the scope, including quantities, sequence of work, and locations. JOC WORK ORDER EXAMPLE LAKE WASHINGTON INSTITUTE OF TECHNOLOGY CLASSROOM RENOVATION Washington State DES JOC ERIC LINDSTROM, SR PM FORMA Construction DEFICIENCY CORRECTION PROCEDURES We take every precaution to ensure that we have thoroughly vetted our subcontractors and have retained the most experienced and reliable team possible for each JOC work order. Prior to any official punchlist walkthrough, FORMA will have identified any corrective items with our own rolling completion list. We strive for zero corrections, however, should corrections be required we will document them and notify the owner when completed. In a rare instance that the performance of one of our subcontractors is unsatisfactory, or we judge there is a deficiency in materials or workmanship, FORMA will immediately document the circumstance and correct the issue, as below: CONSTRUCTION MANAGEMENT 23 JOC PROJECTS COMPLETED ON TIME & WITHIN BUDGET Because we work so closely with Owners and subs as our JOC work order packages are developed, every detail of the project is discovered, analyzed, and quantified as a line item in the estimate. When owner’s objectives exceed their budgets, we propose value engineering opportunities and assess alternative approaches with specialists and local subcontractors. To date, with 14 Job Order Contracts awarded and over $73M in JOC work orders executed, our successful management of this work is documented in our low number of change orders and near perfect record of on-schedule delivery. Please see the table on page 28 of this submittal for a detailed breakdown of each of FORMA’s Job Order Contracts. AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGWe will consult with our own team of in-house designers and based on the complexity of the scopes of work and field conditions, we will evaluate: Partnering with key subs and suppliers who are experts in particular products or scopes of work Hiring an engineering firm, architect, or specialist as necessary Researching building code restrictions Researching materials and methods for specific scopes of work Performing site surveys, utility locates, field dimensioning, and/or potholing Our JOC team members have decades of hands-on experience in a wide range of specialized project types and unique scopes of work. We have found that this depth of expertise is particularly valuable on JOC work, where little is communicated about the project, drawings and specs are limited, and schedules are tight. LESS THAN 1% OF OUR JOC WORK ORDERS COME WITH A FULL SET OF PLANS & SPECS • • • • • CONSTRUCTION MANAGEMENT 24 1g. DEVELOPING AND EXECUTING WORK WITHOUT PLANS & SPECIFICATIONS More often than not our JOC jobs are initiated with only a verbal description of project objectives and proposed scope. It’s up to our team to work in concert with the Owner’s representative to begin to build the scope and work plan from there. ” “The City contacted our JOC team wanting to remodel the Permitting area on the 6th floor of City Hall. We received a basic as-built pdf of the current layout and met with the owner on site to document existing conditions and discuss their objectives. Based on this limited coordination, within a week we’d developed a detailed work plan and diagrammed a renovation drawing for City review and approval. Demolition, patching, painting, and electrical scopes were completed during off-hours in this operational area of the occupied City Hall building. JOC WORK ORDER EXAMPLE RENTON CITY HALL 6TH FL, PERMIT AREA REMODEL City of Renton Job Order Contract LON WEAVER, PROJECT MANAGER FORMA Construction AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTING2. SUBCONTRACTOR MANAGEMENT ABILITY In 2015 FORMA JOC teams managed over 350 work orders—all of which required site investigation, comprehensive scope development, estimate building, design coordination, and the management of multiple subcontractors at multiple sites. IDENTIFYING AND SELECTING SUBCONTRACTORS Subcontractor management at FORMA begins with a strict prequalification process in which new vendors are vetted to identify potential risks or deficiencies. We carefully review financial statements, letters of bondability, historical and current safety records and corporate safety plans. Subcontractors that meet our criteria are entered into our database and become available to provide pricing on bid packages and assist with scope-development and estimate-building on specialized work orders as necessary. Once a subcontractor has been selected and their price and qualifications have been reviewed, we request a listing of their proposed tier subs and suppliers, a project-specific site safety plan & JHA, and proposed staffing plan. The firm is then issued a subcontract binding them both to the work order’s scheduled milestones and the FORMA QC documentation and inspection program. In this way we are able to match each scope with a responsible and reliable subcontractor on every JOC work order. With a current database of hundreds of qualified subcontractors we maintain a legacy of strong working relationships with construction professionals in local markets. By identifying not only the most qualified companies, but also the best crews within those firms, FORMA ensures that our work order teams are as strong as possible. ASSISTING SUBCONTRACTORS Our Project Administrators make the JOC administrative requirements easier for our subs by assembling an Information Packet tailored to their needs at the start of each new work order. The packet contains all appropriate payroll forms and instructions; in addition to links to informative websites, and a project- specific checklist. FORMA posts retainage bonds on every project—streamlining the process and expediting payments for our subcontractors. Additionally, we often help trusted smaller subs make it through challenging cash-flow phases by advancing payment prior to receiving owner funds, or by making payments directly to subs and suppliers. By monitoring the balances owed to tier subs and suppliers, our system ensures that any funds distributed on the project actually pay for the work in place. UNSATISFACTORY SUBCONTRACTOR PERFORMANCE Because our subs are so carefully vetted and managed, and made aware of FORMA standards and protocol before work begins, our JOC teams rarely deal with unsatisfactory performance. In the infrequent case that a sub cannot perform, our team will adjust that firm’s role to a scope of work better in line with their abilities. In the event this course of action is not effective, we will document the circumstances and replace them. Our expansive database means there is always a qualified contractor ready to step in if a sub cannot meet expectations. As Prime, FORMA guarantees all work delivered under our Job Order Contracts. As such, our JOC teams are careful to vet each subcontractor, provide detailed project information in our bid packages with ample time for review, and ensure that all scopes are scaled to the technical, financial, and staffing capabilities of these firms. g” MANAGING SUBCONTRACTORS FORMA uses the 10% self-performed work allowance to find opportunities to embed our staff into a project to better lead by example—even going so far to create compound crews where we share labor resources and management with developing companies on sensitive scopes of work. Before construction begins, each subcontractor participates in a pre-installation meeting on site where all materials, milestones, and work components are reviewed and verified, and standards of quality, safety, and behavior are established and documented. During construction, FORMA crews provide ongoing observation and input on each sub’s performance and make adjustments to the schedule and crew size to maximize efficiency, quality and safety. At a minimum each week, we meet with the subcontractors on site and those about to begin work to discuss the sequencing and logistics required, and how conflicts between trades can be minimized. Before any sub can leave the site they complete a thorough project walk-through with the Superintendent verifying that on-going punchlist items for which their firm is responsible have been completed. CONSTRUCTION MANAGEMENT 25 AGENDA ITEM #2. a) D PROFESSIONALPERSONNELD PROFESSIONAL PERSONNEL OUR PROPOSED TEAM IS COMPRISED OF JOC EXPERTS WHO ARE ALREADY WORKING WITH THE CITY OF RENTON AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPROFESSIONAL PERSONNEL 26 QUALIFICATIONS OF PROFESSIONAL PERSONNEL No team is better qualified for this work. Already serving as the City’s Job Order Contractor, FORMA Construction has redefined JOC contracting in the region— adding value for our clients by putting hands-on, seasoned construction experts in charge and offering a collaborative, transparent process. Managing these small scale renovation and construction projects, collaborating with colleagues to facilitate incidental design services quickly and efficiently, and coordinating the work of multiple trades will require seasoned professionals who have significant teaming experience, leadership skills, and hands-on expertise. Our proposed JOC team members have this experience in addition to a solid background in the intricate JOC delivery process, and the City’s own preferred practices and protocol. FORMA President Jim Phillips will serve as Corporate Executive on the City’s contract and will oversee our flexible, scalable team from start to finish. Jim’s management plan emphasizes dedicated lines of communication, proactive planning and progress tracking, consistent client interface, and a reliable network of key personnel and support staff who will run day to day operations and preserve the project memory. Key among these experts are proposed PM Lon Weaver and Project Engineer Jesse Trujillo who are already working with Renton Departments to plan and execute more than $6M in a wide variety of horizontal and vertical scopes under our current Job Order Contract. Superintendent Darrell Matuizek—with over 30 years of hands-on field experience—will continue to bring his significant technical expertise to the jobsite of each Renton work order— ensuring the efficient facilitation of subcontracted and self- performed scopes, and overseeing safety and quality assurance in close collaboration with Safety Director Steve Hagen, recognized as one of the top Safety Managers in the Pacific Northwest. Each of our proposed team members brings proven Renton JOC expertise in scope analysis and development, work order planning, RS Means estimating, and subcontractor selection and management—and we look forward to continuing to serve the City of Renton. Please find the full resumes of our proposed team members on the following pages and an organizational chart on page 19 of this submittal YEARS OF INDUSTRY EXPERIENCE JOB ORDER CONTRACTING EXPERIENCE SIMILAR TYPE JOBSPROPOSED PERSONNEL JIM PHILLIPS, LEED AP CORPORATE EXECUTIVE LON WEAVER PROJECT MANAGER DARRELL MATUIZEK SUPERINTENDENT JESSE TRUJILLO, LEED AP PROJECT ENGINEER STEVE HAGEN SAFETY OFFICER EXECUTING WORK W/ MULT TRADES CITY OF RENTON JOC EXPERIENCE WORKING IN OCCUPIED FACILITIES x x x x x x x x x x x x x x x x x x x x x x x x x 17 9 35 7 30 AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPRESIDENT, CORPORATE EXECUTIVE FORMA President Jim Phillips has experience in all areas of the JOC facilitation and management process—assessing and weighing in as necessary on all company activities from the estimate building and scope development of individual work orders to overall staffing projections and resource allocation across multiple Job Order contracts. His relevant experience includes work with the City of Renton, and JOC work orders in King, Pierce, Snohomish, and Thurston Counties; as well as complex, award-winning community centers, civic buildings, and infrastructure projects for public agencies and transit authorities. With excellent facilitation, leadership, and communication skills, Jim is proficient in all aspects of overall project facilitation, and regularly oversees the management of multiple projects at multiple sites across the region. EDUCATION UW, Master of Business Administration Wheaton College, Bachelor of Science, Physics USGBC LEED AP RELEVANT PROJECT EXPERIENCE STATE OF WA JOB ORDER CONTRACTING - NW REGION & STATEWIDE WA State Department of Enterprise Services, various locations statewide CITY OF RENTON JOB ORDER CONTRACTING City of Renton Facilities Division, various locations SOUND TRANSIT JOB ORDER CONTRACTING Sound Transit, primarily sites in Seattle Washington WSDOT JOB ORDER CONTRACTING Washington State Department of Transportation, various locations statewide KING COUNTY JOB ORDER CONTRACTING King County, sites throughout King County Washington CITY OF EVERETT JOB ORDER CONTRACTING City of Everett, various locations UNIVERSITY OF WASHINGTON JOB ORDER CONTRACTING University of Washington Capital Projects, various locations statewide CITY OF SEATTLE JOB ORDER CONTRACTING City of Seattle Purchasing & Procurement, various locations statewide CITY OF BELLEVUE JOB ORDER CONTRACTING City of Bellevue Contracting Services, Bellevue Washington ON-CALL WORK ORDERS AT WOODLAND PARK ZOO Woodland Park Zoo, Seattle Washington SNOHOMISH COUNTY JOB ORDER CONTRACTING Snohomish County Purchasing, sites throughout Snohomish County WA • Oversight of 700+ JOC work orders to date • City of Renton Job Order Contracting experience • Proficient in all phases of JOC contract oversight staffing allocation, planning and facilitation • Commitment to Small & MWBE subcontracting and meaningful mentorship EXPERIENCE & STRENGTHS JIM PHILLIPS, LEED AP PROFESSIONAL PERSONNEL installation of a custom fabricated “W” crash barrier on UW’s Tacoma campus under our University of Washington Job Order Contract our State JOC team collaborated with DES stakeholders & Seattle Central College, user groups at Seattle Vocational Institute, and 12 subcontractors to deliver this build-out housing classrooms & childcare space AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPROJECT MANAGER Already working in King County running the Job Order Contract for the City of Renton, Project Manager Lon Weaver is a skilled construction professional with more than nine years of industry experience and a strong background in Job Order Contracting in both vertical and horizontal scopes. Lon’s experience includes detailed line item takeoffs and development of line-item estimates, scope creation, implementation and verification; as well as preparing bid documents for subs, assembling subcontractor quotes for review and procurement, and verifying all subcontractor safety and reference information. Lon is also regularly responsible for Quality Assurance and manages our proven, JOC-specific QA/QC processes on site in tandem with our Superintendents and field oversight personnel. Lon works easily with clients and colleagues to define project parameters and detail scopes of work, and has the right combination of targeted experience to benefit our team. He will work in tandem with City stakeholders, client/user groups, and FORMA site supervisors to oversee the staffing, scheduling, and pricing of all work orders, as well as the day-to-day construction operations and he will attend all joint scope meetings. EDUCATION Renton Technical College, 2-Year Industrial Certificate OSHA 30 Trained and Current, First Aid/CPR certified ASHE Healthcare Construction (HCC) training Hazardous Materials/Wastes Management Workshops, Lead & Asbestos RELEVANT PROJECT EXPERIENCE CITY OF RENTON JOB ORDER CONTRACTING City of Renton Facilities Division, various locations CITY OF BELLEVUE JOB ORDER CONTRACTING City of Bellevue Contracting Services, Bellevue Washington CITY OF SEATTLE JOB ORDER CONTRACTING City of Seattle Purchasing & Procurement, various locations statewide STATE OF WA JOB ORDER CONTRACTING - NW REGION & STATEWIDE WA State Department of Enterprise Services, various locations statewide KING COUNTY JOB ORDER CONTRACTING* King County, sites throughout King County Washington UNIVERSITY OF WASHINGTON JOB ORDER CONTRACTING* University of Washington Capital Projects, various locations statewide LAKE WASHINGTON SCHOOL DISTRICT JOB ORDER CONTRACTING * Lake Washington School District, various locations * project completed with previous employer • In-depth knowledge of JOC, RCW regulations • Proficient in all phases of JOC work order management, estimating, scheduling & staffing • Over 95 JOC work orders planned & managed • Understands the fluctuating Renton market conditions that affect work order pricing EXPERIENCE & STRENGTHS LON WEAVER PROFESSIONAL PERSONNEL comprehensive T/I of the Renton City Attorney’s offices, preformed under our Renton Job Order Contract paving & landscaping scopes performed at a local park under a City of Renton JOC work order AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGSUPERINTENDENT With nearly 35 years of hands-on experience, Superintendent Darrell Matuizek regularly manages phased, complex construction on occupied sites where safety, deliveries, limited access, and the tieing-in of new systems into existing conditions can be challenging. He has a strong background in the public sector and adds value to his project teams through expert existing conditions analysis, logistics planning, and the sequencing of construction activities around delicate adjacent operations in sensitive, occupied facilities. A critical member of our current Renton Job Order Contracting program, Darrell works regularly in this fast-paced, coordination-heavy, on-call delivery system—which involves expert logistics planning, detailed construction phase sequencing, and on-going, open communication with multiple tenants, user groups, and Owner stakeholders. EDUCATION Darrell’s training comes from apprenticeships, years of hands-on field experience, and scores of successfully completed projects. RELEVANT PROJECT EXPERIENCE CITY OF RENTON JOB ORDER CONTRACTING City of Renton Facilities Division, various locations STATE OF WA JOB ORDER CONTRACTING - STATEWIDE WA State Department of Enterprise Services, various locations statewide CITY OF SEATTLE JOB ORDER CONTRACTING City of Seattle Purchasing & Procurement, various locations statewide CITY OF BELLEVUE JOB ORDER CONTRACTING City of Bellevue Contracting Services, Bellevue Washington PROVIDENCE EVERETT CLINIC & LIBERTY HALL AT EVERETT CC WA State Department of Enterprise Services & EVCC, Everett Washington HEALTH SCIENCES BUILDING AT NORTH SEATTLE COLLEGE WA State Dept of Enterprise Services & N Seattle College, Seattle WA TEKNION SHOWROOM BUILD-OUT Diversification Inc, Seattle Washington MULTIPLE T/I’s, RENOVATIONS AT SEATTLE CANCER CARE ALLIANCE * Seattle Cancer Care Alliance, Seattle Washington RENOVATIONS & BUILD-OUTS AT MULTIPLE HARBORVIEW LOCATIONS * Harborview Medical / UW Medicine, Seattle Washington * project completed with previous employer • Current City of Renton JOC experience • Extensive technical knowledge • Nearly 35 years of hands-on experience • Management of deliveries, schedules & complex construction on occupied, challenging sites • Experience working with design teams, stakeholders, Inspectors, and public facilities personnel EXPERIENCE & STRENGTHS DARRELL MATUIZEK PROFESSIONAL PERSONNEL Darrell’s kindness, professionalism and attention to detail was exemplary. It is rare to find an individual who truly loves doing what he does and it certainly showed in how Darrell began and completed our project. The end product is a testimony to his skills, abilities and desire to do his very best. Dr David-Paul Zimmerman, Head of Schools Amazing Grace and Renton Preparatory Schools “ build-out of new school facilities for the Amazing Grace Lutheran Church, delivered under a City of Renton JOC work order AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPROJECT ENGINEER Already supporting our current Job Order Contract with the City of Renton, Project Engineer Jesse Trujillo is a skilled construction professional with extensive JOC facilitation experience and a strong background in both vertical and horizontal scopes. Jesse’s experience includes detailed line item takeoffs and development of line-item estimates, scope creation, implementation and verification; as well as preparing bid documents for subs, assembling subcontractor quotes for review and procurement, and verifying all subcontractor safety and reference information. Jesse is also regularly responsible for Quality Assurance and will continue to work in tandem with proposed PM Lon Weaver and Superintendent Darrell Matuizek to implement our proven, JOC-specific QA/ QC processes in accordance with City practices. Jesse works easily with clients and colleagues to define project parameters and detail scopes of work, and has the right combination of targeted experience to benefit our team. He will continue to work closely with Renton personnel and FORMA site supervisors to support the staffing, scheduling, and pricing of all work orders, as well as the day-to-day construction operations and he will attend all joint scope meetings. EDUCATION University of New Mexico, Bachelor of Science, Construction Management USGBC LEED AP RELEVANT PROJECT EXPERIENCE CITY OF RENTON JOB ORDER CONTRACTING City of Renton Facilities Division, various locations STATE OF WA JOB ORDER CONTRACTING - STATEWIDE WA State Department of Enterprise Services, various locations statewide CITY OF EVERETT JOB ORDER CONTRACTING City of Everett, various locations CITY OF SEATTLE JOB ORDER CONTRACTING City of Seattle Purchasing & Procurement, various locations statewide SNOHOMISH COUNTY JOB ORDER CONTRACTING Snohomish County Purchasing, sites throughout Snohomish County WA • Expert facilitation of dozens of JOC work orders • Current City of Renton JOC experience • Proficient in all phases of JOC contract support Means estimating, procurement, field oversight • Experience interfacing with designers, owners, users, subcontractors, inspectors and facilities personnel EXPERIENCE & STRENGTHS JESSE TRUJILLO, LEED AP PROFESSIONAL PERSONNEL remodel of the permitting area at Renton City Hall, executed under a Renton JOC work order our proposed JOC team managed this structural demolition, grading, and painting work order for the City of Renton AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGSAFETY DIRECTOR Recognized as one of the top Safety Managers in the Pacific Northwest, Steve has been in the construction industry for 30+ years and is a collaborative and committed team member, a thorough and detail-oriented Safety Officer, a mentor and an asset to his project teams. Under Steve’s guidance FORMA Construction has cultivated and maintained a JOC-specific Safety Program that has some of the best safety metrics in the region. He works closely with our field teams on site at each work order to ensure that all OSHA/WISHA, FORMA, and site-specific safety issues are adequately addressed prior to commencing construction operations, and throughout the construction process. He performs ongoing independent site safety inspections and maintains extensive safety documentation and records for each JOC work order, based on the Work Order Safety program we’ve developed. With more than thirty years of construction experience in functioning facilities and on occupied sites, Steve is an expert in safe working environments that keep users, field crews, and visitors safe and minimize the loss of time and materials. EDUCATION South Puget Sound CC, Business Administration RELEVANT PROJECT EXPERIENCE STATE OF WA JOB ORDER CONTRACTING - NW REGION & STATEWIDE WA State Department of Enterprise Services, various locations statewide CITY OF RENTON JOB ORDER CONTRACTING City of Renton Facilities Division, various locations SOUND TRANSIT JOB ORDER CONTRACTING Sound Transit, primarily sites in Seattle Washington KING COUNTY JOB ORDER CONTRACTING King County, sites throughout King County Washington CITY OF EVERETT JOB ORDER CONTRACTING City of Everett, various locations UNIVERSITY OF WASHINGTON JOB ORDER CONTRACTING University of Washington Capital Projects, various locations statewide CITY OF SEATTLE JOB ORDER CONTRACTING City of Seattle Purchasing & Procurement, various locations statewide CITY OF BELLEVUE JOB ORDER CONTRACTING City of Bellevue Contracting Services, Bellevue Washington ON-CALL WORK ORDERS AT WOODLAND PARK ZOO Woodland Park Zoo, Seattle Washington SNOHOMISH COUNTY JOB ORDER CONTRACTING Snohomish County Purchasing, sites throughout Snohomish County WA • 30+ years of industry experience • A top Safety Manager in the Northwest • Average EMR of .7145 over the past 5 yrs • Experience overseeing safe working conditions in occupied facilities on 700+ JOC work orders EXPERIENCE & STRENGTHS STEVE HAGEN PROFESSIONAL PERSONNEL OSHA 500 Trainer Forklift Operator Trainer First Aid & CPR Training Asbestos & Lead Awareness Trainer Scaffold User Hazard Awareness Training 3M Fire Protection products training OSHA 30 Hour Training Hazardous Waste Operations and Emergency Response Supervisor Certified to Conduct Qualitative Respirator Fit Tests 8 Hour Dangerous Waste Mgmt Training Dept of Ecology Accident Investigation Workshop Sling & Rigging Certified Trench & Excavation 2.5 Day, 20 Hour Fall Protection REGISTRATIONS & LICENSES AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGBeing a Job Order Contractor means understanding the budget and schedule constraints of the owner up front. Because we develop the scopes of work, and have the opportunity to create strong logistics plans, the burden of maintaining the budget and schedule rests squarely on our shoulders. Our work order estimates and project schedules are assessed and adjusted daily by the site Superintendent, and weekly by the full JOC team during our regular JOC oversight meetings; where progress is carefully monitored and resources are shared across all JOC contracts. WORK ORDER MANAGEMENT TOOLS FORMA’s proven management tools for JOC are both web- hosted project management systems—like Prolog, Bluebeam, and Viewpoint—and traditional forms, checklists and key deliverables that must be maintained on each work order. A partial list of these include: Contract Administration Checklist: a comprehensive list of the paperwork, owner-specific forms, and filings that are required to begin each new work order along with their deadlines and frequency Work Order Proposal Packages: the consistent set of clear and concise materials we submit to an owner detailing existing conditions, user objectives, assumptions & exclusions, schedules, estimate breakdowns and support materials to lay the ground work for a successful work order Work Order Preconstruction Checklists: completed by all subs before work starts on site to ensure all necessary paperwork has been submitted, and that every individual on site fully understands the requirements of working on a FORMA JOC job Daily Activity Reports and Field Change Request Forms carefully track and document work order progress and changes on site, creating a history of the project Hands-on field leadership: weekly site meetings, on-going inspections, and maintenance of project-specific forms and logs by our seasoned construction professionals ensure the safety and quality of all installations As the JOC Contractor for the City of Renton, we consider ourselves part of the Owner’s team, and as such we are collaborative advocates for your objectives. We build our work order proposals, estimates, and schedules with you in an open, transparent process around the confines of your budgetary restraints and compressed schedules. There are no expensive surprises or unexpected schedule extensions in our JOC work because every detail of the project has been discovered, analyzed, and quantified ahead of time, and approved by you before work begins. Our Means estimates are not based off of templates or linked activities designed to maximize the cost of the work order. FORMA JOC estimating is an ‘opt-in’ system that starts with a clean sheet for every project, ensuring that only relevant costs are captured— providing owners with a transparent budgeting process. g PROFESSIONAL PERSONNEL 27 2. JOC PROJECT MANAGEMENT, ESTIMATING & SCHEDULING DEVELOPING ACCURATE WORK ORDER ESTIMATES Our JOC teams successfully price work orders everyday— creating transparent estimates with Timberline, WinEst and CostWorks. Our estimates are organized to show clear correlation between specific, stand alone scopes of work, so that our clients can prioritize and understand the budget implications of every decision. When scope is added or cut during preconstruction, it becomes an immediate and simple adjustment that the client can see and understand. Our early analysis and proactive planning sets realistic expectations, develops clearly defined objectives, and ensures that we adhere closely to the budgets of our JOC work orders. The State DES work order above involved modifications to the return desk at Highline Community College’s Library. Our JOC personnel priced the work quickly to expedite the job and work was completed in just over a month at our original estimate AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGFORMA JOC SCHEDULES & BUDGETS AT A GLANCE To date, with fourteen Job Order Contracts awarded; and over $73M in work orders executed, our successful management of JOC work is evident below in our low number of change orders and nearly perfect record of on-schedule delivery. Please note “change orders” in Job Order Contracting are more often than not a mechanism for Owners to add scope to their projects once construction is underway, rather than an indication of omitted scopes or even unforeseen conditions. Our JOC experts will build work order schedules with you in an open, transparent process around the requirements of your facilities personnel and tenant groups. Surprises, delays and extensions are rare in our JOC work because every detail of the project has been discovered, analyzed, and quantified ahead of time by veteran construction professionals, and approved by you before work begins. g” DEVELOPING & ENSURING RELIABLE JOC SCHEDULES Developed in MS Project or P6, our JOC work order schedules and sequencing plans remain flexible tools, with work tasks tied to cost implications that can be easily adjusted as changing field conditions require. As an experienced JOC contractor, we have come to expect the logistical and scheduling challenges that come with this type of work, and we have the proven expertise to anticipate and manage them. FORMA JOC Superintendents integrate their detailed logistics plans into the work order’s CPM schedule, so that work tasks are tied to schedule implications that can be easily adjusted as changing field conditions require. Long lead items, milestones, inspections and critical work zones are identified and proactively flagged before they can bog down progress. Our early, thorough investment in every detail of these projects generates detailed, line item schedules that are diligently maintained and assessed everyday by the PM and Superintendent. Each work order is also evaluated via FORMA’s overall resource schedule where projects are tracked from preconstruction through closeout, progress is monitored, and resources are shared across contracts. This allows FORMA to manage the needs and mitigate the risks of our clients from the perspective of a pipeline of work, not as just a single work order at a time. TOTAL $ VALUE OF WORK ORDERS TOTAL $ VALUE OF CHANGE ORDERS % OF WORK ORDERS COMPLETED ON SCHEDULEFORMA JOC CONTRACTS # OF WORK ORDERS UW JOC NO. 1 STATE OF WA DES JOC NO. 1 CITY OF SEATTLE JOC NO. 1 CITY OF BELLEVUE JOC NO. 1 CITY OF RENTON JOC SOUND TRANSIT JOC STATE OF WA DES JOC NO. 2 CITY OF SEATTLE JOC NO. 2 KING COUNTY JOC WSDOT JOC CITY OF BELLEVUE JOC NO. 2 CITY OF EVERETT JOC UW JOC NO. 2 SNOHOMISH COUNTY JOC TOTALS: $11,729,020 $9,254,022 $11,485,967 $3,747,968 $6,088,336 $2,116,271 $10,587,001 $7,768,878 $4,232,881 $942,512 $716,092 $1,093,162 $3,505,021 $45,252 $73,312,383 $2,675,868 $90,564 $1,073,018 $35,179 $663,704 $176,314 $924,186 $299,871 $89,141 $17,375 $19,048 $28,706 $8,200 $0 $6,101,174 96 149 107 47 74 18 145 47 45 5 13 12 21 2 781 97% 99% 98% 100% 100% 100% 99% 100% 100% 100% 100% 100% 100% 100% 99.5% TOTAL $ VALUE VARIANCE % 22.81% 0.98% 9.34% 0.94% 10.9% 8.33% 8.73% 3.86% 2.11% 1.84% 2.66% 2.63% 0.23% - 8.32% PROFESSIONAL PERSONNEL 28 AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGPROFESSIONAL PERSONNEL 29 3. ORGANIZED LABOR UNIONS AND JOB ORDER CONTRACTING FORMA Construction Company is signatory with the Carpenter and Laborer unions and is well acquainted with the procedures and expectations of organized labor in the public works arena. In addition, we are members of other local and regional organizations with their own high standards and further utilization requirements, and have no problem following all necessary protocol and meeting these criteria. We employ a diverse group of tradespeople—from apprentices to the most seasoned craftsmen, and we maintain an internship program that has provided opportunities to aspiring construction professionals from community college to university level students. Roughly 15% of all our labor is provided by Apprentices. FORMA’s current Job Order Contract for Sound Transit is facilitated under a Project Labor Agreement, and we have managed over thirty projects at SeaTac Airport over the years that were also subject to PLA’s. In all instances, FORMA teams with labor groups to efficiently facilitate the PLA and Owner’s own preferred practices and run multiple subcontracted scopes without incident. Following are FORMA’s estimated rates of union participation on each of our Job Order Contracts: UNION LABOR UTILIZATION FORMA JOC CONTRACTS UW JOC NO. 1 STATE OF WA DES JOC NO. 1 CITY OF SEATTLE JOC NO. 1 CITY OF BELLEVUE JOC NO. 1 CITY OF RENTON JOC SOUND TRANSIT JOC STATE OF WA DES JOC NO. 2 40% 43% 35% 45% 30% 60% 25% 20% 45% 35% 45% 60% 30% 50% FORMA JOC CONTRACTS CITY OF SEATTLE JOC NO. 2 KING COUNTY JOC WSDOT JOC CITY OF BELLEVUE JOC NO. 2 CITY OF EVERETT JOC UW JOC NO. 2 SNOHOMISH COUNTY JOC UNION LABOR UTILIZATION FORMA crews coordinated the fabrication and installation of a custom bronze UW “W” in front of the new University of Washington light rail station at Montlake—just in time for the grand opening events to celebrate the new ULink Extension AGENDA ITEM #2. a) E MWBE OUTREACH & PARTICIPATION PLANE MWBE OUTREACH & PARTICIPATION FORMA HAS DELIVERED OVER 750 JOC WORK ORDERS IN WESTERN WASHINGTON—ALL IN PARTNERSHIP WITH QUALIFIED LOCAL SUBCONTRACTORS IDENTIFIED VIA OUR PROACTIVE OUTREACH & MENTORSHIP PROGRAM FORMA Construction was named the 2015 Champion of Inclusion AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGINDIVIDUALS WITH THE AUTHORITY AND RESPONSIBILITY TO IMPLEMENT THE PLAN Because no team member is more invested in the definition of scopes, or more directly involved in the selection and oversight of subcontracting firms, as PM, Lon Weaver will be involved in the daily management of each work order and best positioned to ensure that our Program is ingrained in how we approach all facets of our JOC work, at all stages of the process. contact: Lon Weaver, Project Manager Jim will oversee the development and implementation of the Plan, monitor its progress in collaboration with Lon, and will be responsible for its ultimate success. contact: Jim Phillips, President Coaching and mentoring small and historically under- utilized firms in the construction industry has long been a key to FORMA Construction’s competitiveness and strength. By identifying developing companies with great potential, we look for opportunities to help them become more successful and grow into seasoned subcontractors with whom we can partner for years to come. Job Order Contracting provides an ideal framework for us to match disadvantaged and small businesses to scopes of work that can easily scale to their abilities, and gives our JOC team opportunities to mentor these businesses and enhance their long-term success in the industry. We will continually monitor the OMWBE, SBA and VOB online directories; as well as the L&I prevailing wage filings of other JOC & IDIQ contracts to identify certified businesses with whom we could potentially team on this contract. We will break down subcontracting bid opportunities into smaller, trade-specific packages to encourage participation. We have developed and regularly send out our Invitation to Subcontract form that includes business status information. In this way we continue to grow and maintain a strong database of certified firms on which to call. (attached here for your review) We will call and email local small, MWBE, and veteran-owned subs about each bid opportunity—providing adequate time & information. We will set project-specific goals for each work order based on the scopes of work and what our historical participation has been for that scope of work—ensuring that our goals are achievable. We will include guidelines and directions in our subcontract packages to help our subcontractors understand & file Certified Payroll, insurance certificates, and other documentation to make contract compliance easy. We will offer training and support in the field as necessary, involving our own forces, and/or forming compound crews in order to lead by example. We will offer our subcontractors help developing their estimating and bidding processes through hands-on assistance pricing scopes of work and through examples of our pricing processes. We will offer our subcontractors help refining their corporate and site specific safety plans, QC systems, and Operations and Maintenance manuals through examples of our own materials. Guaranteeing Subcontractor’s Creditor Agreements Offering weekly progress payments Providing flexible retainage agreements • • • • • • • • • • • STRATEGIC APPROACHES & METHODOLOGY FORMA CONSTRUCTION USES TO ENSURE THE EQUITABLE SPREAD OF SUBCONTRACTING OPPORTUNITIES The sidebar at right identifies the specific measures FORMA will take to reach out to and ensure the equitable spread of subcontracting opportunities. FORMA IS OPEN TO PROVIDING FINANCIAL SUPPORT TO OUR SUBCONTRACTORS ON A CASE BY CASE BASIS BY: Following are some of the events we plan to take part in in each year of our JOC contract to reach out to small and historically under-utilized businesses. We will: host a table at the annual Regional Contracting Forum host our annual JOC Subcontractor Appreciation Lunch exhibit at the Blue Book Building & Construction Network Showcase • • • CITY OF RENTON JOC INCLUSION GOALS: MBE goal 10% WBE goal 10% MWBE OUTREACH & PARTICIPATION 30 MWBE OUTREACH AND PARTICIPATION PLAN D AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGTEAM MEMBER RESPONSIBLE FOR ASSISTING SUBCONTRACTING FIRMS IN THE ESTIMATING & BIDDING PROCESS We offer both general best-practices and project- specific bidding & estimating assistance to subs that request it. It’s been our experience that providing training on bid procedures, documentation and project work packages has been an effective way to help MWBE companies looking to make the move to public contracting. As a member of both the Laborer’s and Carpenter’s Unions we employ a diverse group of tradesmen—from apprentices to the most seasoned craftsmen. FORMA Construction also has an internship program that has provided opportunities to aspiring construction professionals from community college to university level students. contact: Lon Weaver, Project Manager TEAM MEMBER RESPONSIBLE FOR COMMUNICATING TO & TRAINING STAFF ON POLICIES RELATIVE TO THE PLAN FORMA’s policies and procedures will be reviewed at issuance of the first work order, and as employees are assigned to this contract. The Plan itself is reviewed internally twice a year. contact: Melissa Ashcraft, HR Director TEAM MEMBER RESPONSIBLE FOR HANDLING DISPUTES WITH MWBE SUBCONTRACTORS While conflict may be an inevitable part of the creative and construction process, FORMA’s attitude toward resolution starts by keeping the facts of every situation clear and organized, and making sure all parties are working off the same information. Heated disagreements are all too often based on simple misunderstandings. FORMA views the contractual claims process as a tool for all parties to stay organized and accountable to each other, and most importantly, as a motivator to meet and discuss issues as they arise. Many MWBEs are often technically sound at the jobsite level, but many lack the experience to follow contractual requirements, such as certified payroll, notices of changed conditions, or pre-lien notice filing. Every FORMA subcontract contains explicit instructions for all such basic contract requirements. As with all subcontractor or supplier disputes, MWBE disputes will be dealt with both by the project manager, and the principal in charge of the project. contact: Jim Phillips, President TEAM MEMBER RESPONSIBLE FOR MONTHLY REPORTING OF PAYMENTS MADE TO MWBE SUBCONTRACTORS FORMA will also be tracking tier subcontractor certification. Our contracts mandate that we are to be notified of all tier subcontractors providing any labor or materials on any of our jobs, we then determine their MWBE status to ensure that all reporting is accurate. contact: Lon Weaver, Project Manager TEAM MEMBER RESPONSIBLE FOR ENSURING PROMPT PAYMENT TO MWBE SUBCONTRACTORS As a general course of good business practices, FORMA Construction ensures the prompt payment of each subcontractor, vendor, and consultant that teams with us on our projects. As JOC Work Orders are typically of short duration, the work can often occur faster than the required paperwork. FORMA tries to expedite this by posting retainage bonds for every Job Order Contract to minimize the number of billings that subcontractors have to process and expedite their payment. Additionally, we are open to helping smaller businesses make it through challenging cash-flow phases by advancing payment prior to receiving owner funds, paying weekly, or by making payments directly to subs and suppliers. contact: Lon Weaver, Project Manager MONITORING PROGRESS & ADJUSTING THE STRATEGY We identify scope opportunities for MWBEs early in the pre-planning process of each work order and work with the team to develop project specifications that support our MWBE Plan. This effort, coupled with our outreach activities and QC procedures, ensures that MWBE companies are aware of bid opportunities, have scopes of work that are manageable/ biddable and have the support to perform their work from material procurement through the installation phase. Evaluation of each work order is important in achieving MWBE goals. Our MWBE pre-planning effort includes analysis of MWBE opportunities, MWBE Utilization Plan Development, MWBE Bid Opportunity Pre- notifications, MWBE Project Informational Meetings, MWBE Pre-bid Meetings and MWBE Post Bid participation reporting. The MWBE Project Informational Meeting has been an effective tool in encouraging participation. We partner with local MWBE administrators to host informational meetings and/or webinars where we can discuss bidding procedures, schedules, project scopes and field open questions. We also use these meetings as an early gauge of the effectiveness of our outreach efforts and adjust as necessary to ensure participation. OTHER MEASURABLE STEPS A unique component of our Plan is our own internal objective of contracting with at least one qualified new firm on each work order we run. By pushing ourselves to expand our qualified pool of business partners in this way, we are able to spread the subcontracting opportunities more generously and identify a greater number of firms that may be eligible for MWBE certification. MWBE OUTREACH & PARTICIPATION 31 AGENDA ITEM #2. a) FORMA is an equal opportunity employer, soliciting bids from all subcontractors and suppliers, including minority, disadvantaged, & woman- owned businesses; service disabled veteran owned firms; and emerging small business enterprises. INVITATION TO SUBCONTRACT Directions: Fill out all fields below to the best of your ability. Lack of experience in any particular area will not preclude you from working with us—we can offer assistance and training. Attach additional sheets as necessary.INVITATION TO SUBCONTRACTCOMPLETE THIS FORM TO BE ADDED TO FORMA’S DATABASE OF SELECT FIRMS prime/GC subcontractor prime/GC subcontractor prime/GC subcontractor CONTACT & FIRM INFORMATION firm name: date: contact person & title: phone: email: my firm is a certified: (please check all that apply) EXPERTISE What primary scopes of work does your firm typically perform? (ie: framing, roofing, painting, landscaping) PROJECT EXPERIENCE List a maximum of 3 projects your firm has completed in the past 5 years. (Public Agency experience preferred): name of project and owner: reference name & phone of owner or GC: scopes performed by your firm: $ value of work performed: name of project and owner: reference name & phone of owner or GC: scopes performed by your firm: $ value of work performed: name of project and owner: reference name & phone of owner or GC: scopes performed by your firm: $ value of work performed: GENERAL EXPERIENCE (please check the box if “yes”) Has your firm worked on projects subject to WA State Prevailing Wage Laws? Has your firm managed certified payrolls? Has your firm been asked to provide certificates of insurance? Is your firm bondable? to what dollar value? what is your bond rate? Does your firm have a written corporate safety plan? Has your firm prepared site-specific safety plans on past projects? Does your firm have a drug and alcohol prevention program including pre-employment & random screenings? Please list your firm’s Experience Modification Rate for the most recent three years: 2015: 2014: 2013: yes! please alert my firm of upcoming bid opportunities estimating@formacc.com OLYMPIA & SEATTLE WA P 360.754.5788 P 206.626.0256 CONSTRUCTION info@formacc.com WBE (woman-owned) MBE (minority-owned) DBE (disadvantaged business enterprise) VOB (veteran-owned business) SBA (small business) certification no. SCS (King County small contractor & supplier) D AGENDA ITEM #2. a) F CITYSHIP & OFFICE LOCATION F CITYSHIP &OFFICE LOCATIONHEADQUARTERED IN SOUTH SEATTLE, FORMA WORKS REGULARLY IN RENTON—INCLUDING AS THE CITY’S JOB ORDER CONTRACTOR FOR THE PAST 3 YEARS , AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGCITYSHIP & OFFICE LOCATION CITYSHIP, OFFICE LOCATION 32 In addition to our Renton JOC contract, FORMA has worked extensively with the Renton School District, as well as Renton health care providers and local business owners. Located adjacent to Century Link Field in south Seattle at: 1016 1ST AVE SOUTH SEATTLE WA 98134, FORMA is less than 15 miles from Renton City Hall. FORMA is one of the largest and most active GCs in the greater Seattle Metropolitan area and THE CURRENT JOB ORDER CONTRACTOR FOR THE CITIES OF RENTON & SEATTLE, KING COUNTY, AND THE STATE OF WA. Consequently, FORMA personnel are delivering horizontal and vertical JOC scopes for a wide range of City Departments, State agencies, Community Colleges, transit authorities, and user groups on sites across the region everyday—executing more than $6M in JOC work for the City of Renton alone. Our local presence and experience not only assures that our JOC teams respond quickly anywhere in the City; it means that we understand how to mitigate the access, safety and logistical challenges that come with working in a major metropolitan area; and it means we have a thorough understanding of local building codes, regulations, and restrictions specific to the City of Renton. We have built lasting relationships in the local labor and subcontracting markets, and we maintain a carefully-curated database of hundreds of local subcontractors—many of whom are highly qualified MWBEs, already familiar with the processes and protocol of Job Order Contracting. In our facilitation of JOC work orders, we begin by identifying the critical scopes and seeking out local experts to advise and provide reliable, current costing information. Our extensive database of trusted design professionals and subs ensures that our Means estimates are developed detail by detail based on knowledgable competitive pricing—even on the most specialized systems. AGENDA ITEM #2. a) G WORKLOAD G RECENT, CURRENT & PROJECTED WORKLOAD“IT WAS TRULY A TEAM EFFORT BETWEEN THE CITY AND FORMA BUT BOTH YOU AND YOUR SUBS WENT ABOVE AND BEYOND TO MAKE THIS HAPPEN.” Michael Nolan, AIA, Facilities Coordinator, City of RentonMill Avenue Emergency Sidewalk Repair JOC work order AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WACITY OF RENTON JOB ORDER CONTRACTINGRECENT, CURRENT & PROJECTED WORKLOAD WORKLOAD 33 ANNUAL VOLUME OF CONSTRUCTION FORMA’s workload averages over $100M/ year and is steadily growing. Below is a break down of our historical and projected annual volume figures in dollars: HOW THIS JOC WOULD AFFECT OUR WORKLOAD We have carefully reviewed our current project schedule and forecasted opportunities, as well as the availability of the key personnel proposed here, to determine that this contract will fit well into our immediate workload, and we are ready to make it a top priority. As the most sought-after JOC contractor in western Washington, we have built a robust Special Projects Division that has the extensive resources and proven systems in place to seamlessly run multiple JOC contracts simultaneously. Further, because we work proactively with Project Managers to forecast their work orders on a 12 to 14 month horizon, we are better positioned to allocate our resources on an on-going basis, and thus remain flexible as short-term needs arise. UW JOB ORDER CONTRACT NO. 1 # of work orders: 96 $ value: $11,729,020 WA STATE DES JOC NO. 1 # of work orders: 149 $ value: $9,254,022 CITY OF SEATTLE JOC NO. 1 # of work orders: 107 $ value: $11,485,967 CITY OF BELLEVUE JOC NO. 1 # of work orders: 47 $ value: $3,747,968 CITY OF RENTON JOC # of work orders: 74 to date $ value: $6,088,336 to date SOUND TRANSIT (PLA) JOC # of work orders: 18 to date $ value: $2,116,271 to date WA STATE DES JOC NO. 2 # of work orders: 145 to date $ value: $10,587,001 to date CITY OF SEATTLE JOC NO. 2 # of work orders: 47 to date $ value: $7,768,878 to date KING COUNTY JOC # of work orders: 45 to date $ value: $4,232,881 to date WSDOT JOC # of work orders: 5 to date $ value: $942,512 to date CITY OF BELLEVUE JOC NO. 2 # of work orders: 13 to date $ value: $716,092 to date CITY OF EVERETT JOC # of work orders: 12 to date $ value: $1,093,162 to date UW JOB ORDER CONTRACT NO. 2 # of work orders: 21 $ value: $3,505,021 SNOHOMISH COUNTY JOC # of work orders: 2 to date $ value: $45,252 to date As illustrated by the list of our past and current Job Order Contracts at right, FORMA is regularly running scores of overlapping work orders in various stages of completion on sites throughout Washington state. Our proposed team is comprised of the well-organized, detail-oriented professionals you already work with, and we have the JOC-specific expertise and project management tools to efficiently manage the City’s work orders up to the maximum available contract amount. In addition to the skilled personnel we propose here, our resources include: • financial stability; sufficient bonding capacity; JOC-specific estimating, scheduling & communication tools. • experienced administrative personnel to fast-track JOC paperwork and ensure our subcontractors understand all filing & contract requirements so we can mobilize and close out each work order as swiftly as possible. • a database of reliable, skilled local subs & suppliers, many of whom are SCS, MWBE, DBE/MBE, SBA & VOB certified and already teaming with us on JOC work orders. • a pool of experienced Safety, Quality, and oversight personnel—constantly overseeing work order sites to monitor progress, inspect work, and communicate with users & our field teams. Our scalable JOC pipeline provides the proven framework to handle this contract at $4M per year, and the flexibility to provide the same attention and service if it is less than $1M / yr. 2011 2012 2013 2014 2015 2016 2017 2018 2019$ 100,938,000 $ 88,353,187$ 107,532,015 $ 115,093,758$ 110,857,618$ 140,000,000$ 145,000,000$ 150,000,000$ 155,000,000g AGENDA ITEM #2. a) AGENDA ITEM #2. a) FORMA CONSTRUCTION COMPANY 1016 1ST AVE SOUTH #400 SEATTLE WA 98134 P 206.626.0256 FORMACC.COM AGENDA ITEM #2. a) Saybr Contractors, Inc. Centennial Forma ConstructionMichael Nolan 91 90 99 Robert Ebert 82 90 97 Jonathan Wilson 99 93 99 Tom Malphrus 76 71 76 TOTAL divided by four 87 86 92.75 Reviewer: JOC SUMMARY FORM 2016 AGENDA ITEM #2. a) JOB ORDER CONTRACT THIS JOB ORDER CONTRACT (JOC), made and entered into this __________ day of ___________, ____, (the “Effective Date”), by and between the City of Renton, a noncharter code city under RCW 35A, and a municipal corporation under the laws of the State of Washington (“Renton”), and _________________________________, a Washington Corporation, referred to as “Contractor.” Renton and the Contractor are at times collectively referred to as the “Parties”. WHEREAS, a JOC is most effective when addressing renovations, rehabilitations and repair work on large facilities and infrastructures; WHEREAS, a JOC contractor is selected based on qualifications and ability to deliver the best value, and not based on the lowest price or lowest bid; WHEREAS, a JOC is defined in RCW 39.10.210 (Definitions) as a contract in which the contractor agrees to a fixed period, indefinite quantity delivery order contract which provides for the use of negotiated, definitive work orders for public works as defined in RCW 39.04.010. WHEREAS, RCW 39.10.420(1)(d) (Job order procedure — Which public bodies may use — Authorized use) provides that every city with a population greater than seventy thousand (70,000) is authorized to use the job order contracting procedure. WHEREAS, RCW 39.10.420(3) (Job order procedure – Contract award process) authorizes Renton to use a job order contract for public works projects when a determination is made that the use of job order contracts will benefit the public by providing an effective means of reducing the total lead- time and cost for the construction of public works projects for repair and renovation required at public facilities through the use of unit price books and work orders by eliminating time-consuming, costly aspects of the traditional public works process, which require separate contracting actions for each small project. WHEREAS, RCW 39.10.430 through RCW 39.10.460 provide the requirements for how JOCs are to be awarded and procedures and requirements related to the use of JOCs. NOW THEREFORE, in consideration of the recitals, which are incorporated by reference, and the following mutual promises and covenants contained in this JOC, the Parties mutually agree as follows: 1. Scope of Services and Term: The Contractor shall within two (2) years from the Effective Date perform all the work and services required, provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the JOC, and shall complete the construction and installation work in a workmanlike manner, in connection with Renton’s Project (No. _________________ ) for improvement by construction and installation Work as described in “Request for Proposal” dated ________________, attached as Exhibit A, and fully incorporated in this JOC by reference. AGENDA ITEM #2. a) Job Order Contract 04/13 2 All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by Renton and all other documents enumerated in section 2, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the Renton’s representative as being in such conformity with the plans, specifications and all requirements of or arising under the JOC. The Contractor agrees to use recycled materials whenever practicable. 2. Exhibits/Parts of this JOC: This JOC, entered into by the acceptance of the Contractor's bid and signing of this JOC, consists of the following documents attached and fully incorporated in this JOC by reference. a. Request for Proposal (“Exhibit A”) b. Contractor Proposal (“Exhibit B”) c. JOC Coefficient Bid Form (“Exhibit C”) d. JOC General Conditions (“Exhibit D”) 3. Business License Required: The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for Renton. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a city project possess a current City of Renton business license. The Contractor shall provide, and obtain Renton’s approval of, a traffic control plan prior to conducting work in city right-of-way. 4. Contract Price: The total maximum amount of this JOC, including Washington State Sales Tax, is: First Year: Four Million Dollars and no cents ($4,000,000) Second Year: Four Million Dollars and no cents ($4,000,000) Third Year: Four Million Dollars and no cents ($4,000,000) Payments will be made to Contractor as specified in the "Special Provisions" of this JOC. 5. Defective or Unauthorized Work: Renton reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this JOC; and extra work and materials furnished without Renton’s written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, Renton may complete the work by contract or otherwise, and Contractor shall be liable to Renton for any additional costs incurred by Renton. “Additional costs” shall mean all reasonable costs, including legal costs and attorney fees, incurred by Renton beyond the maximum Contract Price specified above. Renton further reserves its right to deduct the cost to complete the work, including any Additional Costs, from any and all amounts due or to become due the Contractor. AGENDA ITEM #2. a) Job Order Contract 04/13 3 The Contractor agrees the above one year limitation shall not exclude or diminish Renton’s rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 (Actions limited to six years) limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. Final Payment: Waiver of Claims. Contractor’s acceptance of final payment (excluding withheld retainage) shall constitute a waiver of contractor’s claims, except those previously and properly made and identified by Contractor as unsettled at the time final payment is made and accepted. 6. Indemnity: Contractor agrees and covenants to hold and save Renton, its elected officials, officers, agents, representatives, employees and volunteers harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with this JOC or work related to the JOC, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this JOC. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the JOC, including its use by Renton, unless otherwise specifically provided for in this JOC. The Contractor agrees to name Renton as an Additional Insured on a noncontributory primary basis. In the event Renton shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold Renton harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by Renton in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorneys’ fees that Renton may incur or pay in the enforcement of any of the covenants, provisions and agreements. Nothing in this JOC shall require the Contractor to indemnify Renton against and hold harmless Renton, from claims, demands or suits based solely upon the conduct of Renton, its elected officials, officers, and employees and provided further that if claims or suits are caused by or result from the concurrent negligence of (a) the Contractor's agents or employees and (b) Renton, its elected officials, officers, and employees, and involves those actions covered by RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate or relative to a motor carrier transportation contract), this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate or relative to a motor carrier transportation contract) 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 contractor and Renton, its elected officials, officers, employees, agents, representatives and volunteers, the contractor’s liability under this JOC shall be only to the extent of the contractor’s negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor’s waiver of immunity under RCW 51, the Industrial Insurance Act, solely for the purposes of AGENDA ITEM #2. a) Job Order Contract 04/13 4 this indemnification. This waiver has been mutually negotiated by the Parties. The provisions of this section shall survive the expiration or termination of this JOC. 7. Insurance. a. Consultant’s Insurance. Consultant shall secure and maintain the following insurance policies, and shall not cancel or suspend the insurance policies identified below, except after twenty (20) calendar day’s prior written notice by certified-mail to the City of Renton: i. Commercial General Liability Insurance: Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate throughout the duration of this Agreement. ii. Professional Liability Insurance: Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to Renton that are excluded in the commercial general liability insurance. iii. Workers’ Compensation: Workers’ compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. iv. Renton as an Additional-Insured: Primary insurance with coverage for the City of Renton. It is agreed that on Consultant’s commercial general liability policy, the City of Renton will be named as an Additional-Insured on a primary and non- contributory primary basis. v. Verification of Coverage: Subject to Renton’s review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to Renton before executing the work of this Agreement. b. Renton’s Insurance. The City of Renton’s insurance, self-insurance, or insurance pool coverage shall only cover the City of Renton and not contribute to the Consultant’s coverage. c.b. Review of Policy: Upon request, the Consultant shall give Renton a full copy of the insurance policy for its records and for the Renton City Attorney’s or Risk Manager’s review. The policy limits may be reviewed and the value reassessed annually. d.c. Termination: Notwithstanding any other provision of this JOC, the failure of the Consultant to comply with the above provisions of this section shall subject this JOC to immediate termination without notice to any person in order to protect the public interest. 8. Notice and Communication: Any notice from one party to the other party under the JOC shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. AGENDA ITEM #2. a) Job Order Contract 04/13 5 9. Access to Records: The Contractor and each subcontractor, if any, shall submit to Renton such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the JOC as may be requested by Renton from time to time. 10. Assignment: The Parties may not assign any portion of this JOC without the non- assigning party’s written consent, and any assignment in violation of this provision shall be void. If the non-assigning party gives its written consent to any assignment, the terms of this JOC shall continue in full force and effect and no further assignment shall be made without additional written consent. 11. Compliance with Laws: The Contractor agrees to comply with all federal, state, and municipal laws, rules, regulations, or guidelines that exist or come into existence that are applicable to Contractor’s business, equipment, and personnel engaged in operations covered by this JOC or accruing out of the performance of those operations. 12. Counterparts: The Parties may execute this JOC in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one JOC. 13. Independent Contractor: The Parties intend to create an Independent Contractor- Employer Relationship and that the Contractor will have the ability to control and direct the performance and details of its work, with Renton being interested only in the results obtained under the JOC. As a result, the Contractor and its subcontractors, employees, agents and volunteers are not Renton employees and shall not be entitled to any employee benefits or protections. 14. Limitation of Actions: Contractor must, in any event, file any lawsuit arising from or connected with this agreement within 120 calendar days from the date the contract work is complete or Contractor’s ability to file that claim or suit shall be forever barred or waived. This section further limits any applicable statutory limitations period. 15. Modification: No waiver, alteration, or modification of any of the provisions of this JOC shall be binding unless in writing and signed by each party’s duly authorized representative. 16. No Waiver: Neither the final certificate of payment not any provision in the JOC nor partial or entire use of any installation provided for by this JOC shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. Renton will give notice of observed defects within a reasonably prompt time after discovery, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. The failure of Renton to insist upon strict performance of any of the covenants and agreements contained in this JOC, or to exercise any option conferred by this JOC in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 17. Public Document/Public Disclosure: This JOC will be considered a public document and will be available for reasonable inspection and copying by the public during regular business hours. This document may be disclosed pursuant to RCW 42.56 (Public records act). AGENDA ITEM #2. a) Job Order Contract 04/13 6 18. Remedies: Any remedies provided for in this JOC are non-exclusive, and shall be cumulative with all other remedies available to Renton at law, in equity, or by statutes, unless specifically waived in this JOC or in a subsequent signed document signed by Renton’s authorized representative. 19. Singular, Plural and Gender: Whenever required by the context of JOC, the singular shall include the plural and the plural shall include the singular. The masculine, feminine and neuter genders shall each include the other. 20. Surety/Performance Bond: The Contractor shall furnish surety or performance bond(s) as security for the faithful performance of the JOC, including the payment of all persons and firms performing labor on the construction project under this JOC or furnishing materials in connection with this JOC; said bond to be in the full amount of the contract price as specified in Paragraph 4. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 21. Sole and Entire Agreement: This JOC is the entire agreement between the Parties and any representations or understandings, whether oral or written, not incorporated by reference into this JOC are excluded. 22. Termination: If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this JOC, Renton may then serve written notice upon him and his surety of its intention to terminate the JOC, and unless within ten (10) days after the serving of such notice, such violation or non-compliance of any provision of the JOC shall cease and satisfactory arrangement for the correction thereof be made, this JOC, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, Renton shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the JOC, provided, however, that if the surety within fifteen (15) days after the serving upon it of such notice of termination does not perform the JOC or does not commence performance thereof, Renton itself may take over the work under the JOC and prosecute the same to completion by JOC or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to Renton for any excess cost or other damages incurred by Renton. In such event, Renton, if it so elects, may, without liability for so doing, take possession of and utilize in completing said JOC such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful to complete the JOC. 23. Third-Party Beneficiaries: Nothing in this JOC is intended to, nor shall be construed to give any rights or benefits in the JOC to anyone other than Renton and Contractor, and all duties and responsibilities undertaken pursuant to this JOC will be for the sole and exclusive benefit of Renton and Contractor and no one else. 24. Written Notice: All communications regarding this JOC shall be sent to the Parties at the addresses listed on the signature page of the JOC, unless notified to the contrary. Any written notice shall become effective three (3) business days after the date of mailing by registered or certified AGENDA ITEM #2. a) Job Order Contract 04/13 7 mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this JOC or such other address as may be specified by the recipient Party in writing. IN WITNESS WHEREOF, the Parties have entered into this JOC effective as of the date written above. CONTRACTOR CITY OF RENTON President/Partner/Owner Mayor ATTEST Secretary City Clerk dba Firm Name check one  Individual  Partnership  Corporation Incorporated in ______________________ Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to Renton and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP, the name of the owner should appear followed by d/b/a and name of the company. AGENDA ITEM #2. a) TECHNICAL PROPOSAL      CITY OF RENTON  2016 JOB ORDER CONTRACT        Presented to:  City of Renton  Renton City Hall, City Clerk’s Office  1055 South Grady Way  Renton, WA 98057    Proposal Due: May 27, 2016            SAYBR CONTRACTORS, INC.  3852 South 66th Street  Tacoma, WA 98409‐2408  Phone: 253.531.2144  Fax: 253.536.2068  Email: info@saybr.com  www.saybr.com    AGENDA ITEM #2. a)           3852 South 66th St.  Tacoma, WA  98409  Phone (253) 531‐2144  Fax (253) 536‐2068  Email: info@saybr.com Website: www.saybr.com    May 27, 2016    City of Renton  1055 South Grady Way  Renton, WA 98057    SUBJECT: SAYBR CONTRACTORS, INC. JOB ORDER CONTRACT PROPOSAL  City of Renton Indefinite Quantity/Indefinite Delivery (IDIQ) Job Order Contract (JOC)    Dear Proposal Review Board:    Saybr Contractors, Inc. is pleased to present our technical qualifications for the City of Renton Job Order  Contract. Saybr’s experienced management staff, relevant experience, and highly rated past performance  demonstrates a proven history of providing well‐managed, high‐quality, cost‐effective JOC‐execution. We  feel our team’s qualifications are precisely the attributes the City is looking for in a JOC contractor,  including the following advantages:      Successful Project Experience. Saybr’s contract experience includes numerous job order contracts  similar in size and scope to this prospective JOC. Within the last five years, Saybr has completed  thirteen similar IDIQ contracts representing more than 500 projects and $55 million in contract value.  These contracts were accomplished for a variety of state and municipal government agencies,  including the Washington State Department of Enterprise Services, and the Cities of Seattle, Bellevue,  and Kirkland, as well as federal agencies, such as the U.S. Postal Service, the Federal Aviation  Administration, and the U.S. Army Corps of Engineers. From building renovations to road repairs,  Saybr’s contract history showcases a consistent ability to complete projects on time, within budget,  and with the highest level of safety and quality.      Proven Management Team. Saybr’s organization is comprised of a talented, successful management  team, experienced in similar job order contracts. Each of our staff has a strong technical background  in small public works and maintenance projects, including repair, remodeling, renovation, alteration  and facility maintenance, and each member of our team is well versed in managing concurrent  projects with multiple subcontractors and trades.     Commitment to Maximum WMBE Participation. Saybr is itself a certified woman‐owned small  business. Based on our own experience, Saybr has developed a proven and effective internal program  of WMBE utilization and mentorship that ensures that we provide maximum participation of certified  WMBE’s.     Saybr would like to thank the City of Renton for the opportunity to submit this proposal. We are confident  that the selection of Saybr will result in a successful job order contract.    Sincerely,   SAYBR CONTRACTORS, INC.        Karen Say‐Valadez, President/CEO  ksay@saybr.com AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Table of Contents May 27, 2016 TABLE OF CONTENTS SECTION A – EXPERIENCE & PAST PERFORMANCE ............................................................................1 Section A.1 Past Performance in Job Order Contracting ................................................................. 1 Section A.2 Customer Relations ....................................................................................................... 2 Section A.3 Small Business Subcontractor Mentorship ................................................................... 2 Section A.4 Simultaneous Multiple Project Management Experience ............................................ 3 Section A.5 Safety Plan Summary and Approach ............................................................................. 3 Section A.6 WMBE Inclusion Success & Past Performance .............................................................. 4 Section A.7 Recycling & Energy Conservation Program ................................................................... 4 Section A.8 Experience with Specialty Contractors for Hazardous Materials Disposal ................... 4 Section A.9 Emergency Response .................................................................................................... 5 SECTION B – REFERENCES & LETTERS OF RECOMMENDATION ........................................................................6 SECTION C – CONSTRUCTION MANAGEMENT ABILITIES ................................................................................7 Section C.1 JOC Management Plan .................................................................................................. 7 Section C.2 Subcontractor Management Ability ............................................................................ 13 SECTION D – QUALIFICATIONS OF PROFESSIONAL PERSONNEL ..................................................................... 15 Section D.1 Project Organization ................................................................................................... 15 Section D.2 Unit Price Book Estimating Experience ....................................................................... 17 Section D.3 History of Trade Inclusion ........................................................................................... 17 SECTION E – WMBE OUTREACH & PARTICIPATION PLAN .......................................................................... 18 SECTION F – COMPANY CITYSHIP & OFFICE LOCATION ............................................................................... 19 SECTION G – RECENT, CURRENT & PROJECTED WORKLOAD ........................................................................ 20 Figures Figure 1 Saybr JOC Past Performance List Figure 2 JOC WMBE Utilization Past Performance Record Figure 3 Change Order Percentages for JOC Work Orders Figure 4 JOC Project Management Organization Chart Appendices Appendix A Customer Evaluation & Commendation Letters Appendix B Safety & Health Qualification Statement Appendix C Resumes Appendix D Sample Work Order Estimate Appendix E Sample Work Order Schedule AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 1 of 20 May 27, 2016 SECTION A – EXPERIENCE & PAST PERFORMANCE Section A.1 Past Performance in Job Order Contracting Managing a successful job order contract takes an exceptional team: one committed to customer service and capable of demonstrating that commitment through clear communication, innovative solutions, and an ability to stay focused on the customer’s goals and expectations. As a full-service general contractor with years of successful job order contract experience, Saybr has the proven ability to manage and effectively complete numerous concurrent projects involving multiple subcontractors and trades. Saybr’s extensive construction management history includes many federal, state, and municipal job order contracts, including recent contracts for the City of Bellevue, the City of Seattle, and the Washington State Department of Engineering and Architectural Services, as well as virtually every federal agency operating in the Pacific Northwest, including the U.S. Army Corps of Engineers, the U.S. Department of the Navy, and the U.S. Coast Guard, to name a few. Our staff has a strong background in public works projects, including repair, remodeling, renovation, alteration and facility maintenance. Saybr and its team will work diligently to reduce the City’s procurement time and administrative burden, while facilitating continuous teamwork and productive communication, coordination, and continuity. The following page provides a list of job order contracts and similar multiple award task order contracts Saybr has completed within the past ten years, including information regarding the four job order contracts Saybr currently holds with the City of Bellevue, the City of Kirkland, the City of Seattle, and the Washington State Department of Enterprise Services. Our team has specifically pursued job order contracts because they capitalize on what Saybr does best: working as an extension of our customer’s teams to realize their goals. Saybr works hard to foster and maintain a long-term relationship with our customers, regardless of whether we’re replacing a door or providing a total building renovation. The JOC process allows us the platform from which we can effectively showcase our commitment to working on your team and meeting your needs job after job. We look forward to the opportunity to work with the City of Renton and deliver superior performance on this Job Order Contract! The photos above depict the diversity of projects Saybr is able to complete. Photos shown (clockwise from top left): Raymond Historic Post Office Cupola Replacement, GSA Headquarters Renovation, Olympic National Park Staircase Bridge Installation, Diablo Dam Access Road Paving, Jody Mullins Bridge Demolition, and Stehekin Marina Fuel System Upgrade. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract JOC Past Performance List May 27, 2016 Figure 1. SAYBR CONTRACTORS, INC. JOB ORDER CONTRACTING PAST PERFORMANCE LIST Customer Name Contract Title & Number, Location Contract Start and End Dates Primary Point of Contact Total Contract Value Scope of Services Total Work Orders Major Subcontractors Bonneville Power Administration Construction IDIQ MATOC Contract No. 00069044 May 2015 Through April 2018 Dan Guffey, Contract Manager 7600 NE 41st Street, Suite 200 Vancouver, WA 98662 $659,926 (To Date) General construction services including design/build, renovation, building additions/upgrades, HVAC, electrical, mechanical and other trades at substations and other BPA-operated facilities in Washington, Oregon, Idaho, and Montana. 12 (To Date) • Hunter-Davisson, Inc., (503) 234-0477 • Pacific NW Environmental, (503) 218-2080 • EC Electrical Construction Co., (503) 220-5320 City of Bellevue General Construction Services JOC Contract No. 15075 August 2015 Through August 2017 Terry Keys, Contract Manager 450 110th Ave. NE, Bellevue, WA 98009 (425) 452-4870, tkeys@bellevuewa.gov $415,558 (To Date) General construction services for general construction projects, including maintenance, repairs, remodels, and renovations to existing offices, fire stations, park structures, wastewater facilities, etc. 15 (To Date) • Ace Tank & Equipment Co., (800) 426-2880 • Asphalt Patch Systems, (253) 535-2590 • FD Thomas, Inc., (253) 548-1600 Washington Dept. of Enterprise Services Northwest Construction JOC Contract No. 2014-034G September 2013 through January 2017 Marlene Anglemyer, Senior Cost Engineer 1500 Jefferson St., Olympia, WA 98504 (360) 407-8023, marlene.anglemyer@des.wa.gov $8,530,126 (To Date) Small construction and repair projects for vertical and horizontal construction within the Northwest Region of the State of Washington, including work at community colleges, courthouses, and correctional facilities other state-owned properties. 111 (To Date) • Duncan's Asphalt, Inc., (253) 863-3715 • Eco Electric, (206) 282-0838 • WA Heating & AC, Inc., (206) 860-3832 City of Kirkland General Construction Services JOC Contract No. 14-14-PW December 2014 Through December 2016 Scott Gonsar, Contract Manager 123 Fifth Ave., Kirkland, WA 98033 (425) 587-3830, SGonsar@kirklandwa.gov $674,118 (To Date) General construction services for general construction projects, including maintenance, repairs, remodels, and renovations to existing offices, fire stations, park structures, wastewater facilities, etc. 14 (To Date) • Pyramid Development, Inc., (425) 861-6990 • Commercial Fence Corp., (206) 767-7433 • JRT Mechanical, Inc, (360) 666-0330 City of Seattle General Construction Services JOC Contract No. 2014-043A September 2014 through September 2016 Aleanna Kondelis, Contracts Manager 700 Fifth Ave. Ste. 4112, Seattle, WA 98124 (206) 684-4542, Aleanna.Kondelis@seattle.gov $2,342,944 (To Date) Renovation and construction services for general construction projects, including maintenance, repairs, remodels, and renovations to existing offices, fire stations, park structures, wastewater facilities, etc. 21 (To Date) • RCA Construction LLC, (206) 218-2990 • L & R Finishers, (360) 755-9301 • RJ Richards, C.E., LLC, (425) 347-6929 Federal Aviation Administration Western Service Area IDIQ Contract DTFAAL10D00007, Western U.S. June 2010 through December 2015 Elaina Audette, Contracting Officer 1601 Lind Avenue SW, Renton, WA 98057 (425) 227-2131, Elaina.D.Audette@faa.gov $4,515,068 Renovation, remediation and demolition services for a variety of FAA facilities (air traffic control towers, terminal radar facilities, middle and outer markings) throughout the western United States and Pacific Islands. 38 • Brice Environmental, (907) 275-2820 • Northern Sierra Construction, 775.852.7774 • MJ Mechanical, LLC, 801.292.8844 U.S. Postal Service State of Oregon Job Order Contract 07297605B267 & 07297610B0150, OR July 2006 through August 2015 Jim Schmidt, Facilities Engineer 11855 NE Glenn Widing Dr., Portland, OR 97220 (503) 261-5497, james.r.schmidt@usps.gov $7,222,553 Vertical and horizontal new construction, alterations and repairs on Postal facilities in Oregon State, including post offices, mail processing facilities, vehicle maintenance centers. 106 • Pacific NW Environmental, 206.596.8560 • Swinn’s Sheet Metal, Inc., 541.672.5892 • Oregon Commercial Painters, 503.254.5213 U.S. Federal Highway Administration Road & Bridge Construction MATOC DTFH7007D00004 & -D00007, WA & OR March 2007 Through March 2013 Craig Sanders, Contract Officer 610 East Fifth Street, Vancouver, WA 98661 (360) 619-7985, craig.sanders@dot.gov $6,672,368 Emergency repairs and construction on federally-owned roads and bridges. 6 • Q. King Trucking & Construction, 360.497.2115 • T&C Construction Staking, Inc., 360.686.3974 • Lakeside Industries, 360.452.7803 City of Bellevue Horizontal Construction JOC Contract No. 10088, Bellevue, WA July 2010 through June 2012 Mayvis Schwab, Procurement Officer 450 110th Ave NE, Bellevue, WA 98004 (425) 452-4870, mschwab@bellevuewa.gov $1,815,445 Renovation and construction services for horizontal (i.e. heavy civil) construction projects, including maintenance, repairs, and upgrades to parks, trails, sidewalks, playgrounds, etc. 34 • NWB Construction, 253.750.4124 • Danard Electric, 253.875.8650 • NW Asphalt, 253.254.1820 City of Bellevue Vertical Construction JOC Contract No. 10091, Bellevue, WA July 2010 through June 2012 Mayvis Schwab, Procurement 450 110th Ave NE, Bellevue, WA 98004 (425) 452-4870, mschwab@bellevuewa.gov $2,281,124 Renovation and construction services for vertical (i.e. building) construction projects, including maintenance, repairs, remodels, and renovations to existing offices, fire stations, 46 • Native Green Landscapes, 425.481.6889 • Saxon Painting, LLC, 253.539.3327 • McDonald-Miller, 206.763.9400 U.S. Coast Guard Construction Basic Ordering Agreement HSCG8806ABOA003, WA & OR October 2005 Through August 2010 Joyce Groda, Contracting Officer 2000 Embarcadero, Ste. 200, Oakland, CA 94606 (510) 535-7243, joyce.a.groda@uscg.mil $5,259,281 Minor construction and design, renovation and repairs on Coast Guard facilities, such as piers, boat storage facilities, offices, and personnel housing, 19 • Terra Firma Foundation Repair, 541.229.4049 • Quigg Brothers, Inc., 360.533.1530 • Hunter-Davisson, Inc., 503.234.0477 U.S. Army Corps of Engineers JBLM IDIQ Construction Contract W912DW07D1019, WA & OR September 2007 through September 2010 Rich Golden, Contracting Officer P.O. Box 339500, JBLM, WA 98433 (253) 966-1750 richard.golden@us.army.mil $3,261,038 Design/build construction services, maintenance, and repairs on Army facilities, such as barracks, personnel offices, firing ranges, medical centers. 25 • V.P. Peri Painting Co., 425.898.8494 • Heilberg, Inc., 253.927.6146 • Cressy Door Co., Inc., 206.632.0533 U.S. Postal Service Washington State Job Order Contract 07297606B0051, Western Washington January 2007 through December 2010 Jim Schmidt, Facilities Engineer 11855 NE Glenn Widing Dr., Portland, OR 97220 (503) 261-5497, james.r.schmidt@usps.gov $11,472,715 Vertical and horizontal new construction, alterations and repairs on postal facilities throughout Washington State, including post offices, mail processing facilities, and vehicle maintenance centers. 84 • Allied Fire & Safety, 800.448.8338 • Blue Mountain Mechanical, Inc., 360.459.4498 • Catworks, LLC, 360.666.1113 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 2 of 20 May 27, 2016 Section A.2 Customer Relations Saybr’s business is not simply building buildings, its building relationships. To our customers, we are not just an outside contractor – we are an extension of their team focused on the same goals, objectives, and expectations that result in success, project after project. Saybr works hard to form a partnership with our customers and project stakeholders. To foster teaming, every Saybr project begins with a partnering meeting that establishes and/or furthers the relationships among the Saybr team, the customer, the project end-users, and our subcontractors performing the work. Our partnering meeting focuses on identifying the customer’s goals for a project – beyond what is contained in the specifications – and ensuring that the team understands the key measures of success for that particular work order. Throughout the completion of a work order, Saybr maintains continuous communication with our customer to ensure we are delivering a successful project at every stage of construction, from submittal to closeout phase. We listen closely to the customer’s concerns regarding workmanship and never hesitate to correct an item that does not exceed our customer’s expectations. As each work order reaches completion, Saybr conducts a final meeting with our internal management team to review the project and its overall performance. Our intent during this review is to identify important “lessons learned” and to achieve continual process improvement. Saybr recently demonstrated superior partnering, teamwork, communication and cooperation during the completion of more than 190 work orders for our two U.S. Postal Service JOCs. When the Postal JOCs were initially awarded, the contracts included two other contractors who shared the JOCs with Saybr. Work orders were to be divided equally among all three contractors. The Postal Service moved tentatively at first, issuing small repair work orders to assess the performance capabilities of each contractor. Saybr quickly excelled at these smaller projects, demonstrating great communication and cooperation, not only with the JOC postal management personnel, but also with the on-site postal staff. Soon the Postal Service was awarding Saybr larger work orders at a faster rate. Our performance so far outweighed the other two contractors that the Postal Service began issuing work orders exclusively to Saybr. Appendix A provides copies of commendation letters from the Postal Service and other Saybr customers. As you read these letters, you will see the repetition of several qualities defining Saybr’s customer service values, such as “professional,” “responsive,” “cooperative.” As attested by these letters, Saybr is committed to providing superior customer service to our client’s construction needs. Section A.3 Small Business Subcontractor Mentorship As a woman-owned small business, Saybr is well aware of the hurdles many small, disadvantaged businesses encounter when attempting to bid projects managed by large general contractors. Having experienced these difficulties firsthand, Saybr has developed an internal program that ensures that, as our company is successful and grows larger, we continue to provide project opportunities to other small, disadvantages businesses to the maximum extent possible. Saybr regularly provides technical assistance to emerging and small contractors, including assistance to complete required payment documents; help with filing payroll Intents and Affidavits; access to free safety and technical training classes; help with interpreting contract documents; and guidance in developing safety plans. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 3 of 20 May 27, 2016 Section A.4 Simultaneous Multiple Project Management Experience Within the last five years, Saybr has been awarded thirteen similar IDIQ contracts representing, to date, more than 500 projects, many of which were completed concurrently at locations throughout the Pacific Northwest and beyond. From a remote FAA radar facility located in the Arctic Circle of Alaska to a major renovation at a downtown Seattle Post Office during holiday season, Saybr expended the same level of care and effort on every work order, ensuring each project was managed and completed with a consistently high level of customer service. Each of the job order contracts Saybr has been awarded use a Unit Price Book for estimating and project scheduling. Work orders for each of our JOCs were similar in size and scope to those expected for Renton, including repair, remodeling, renovation, and maintenance on small public works-type projects. Each of JOCs had WMBE utilization goals, which were closely monitored by Saybr to ensure maximum participation. For more information on the specific means and methods Saybr will employ for JOC Management, please see Section C of this proposal. Section A.5 Safety Plan Summary and Approach Saybr is committed to providing a safe, injury-free and healthy work environment for our employees and our customer’s worksites. We believe that a safe and healthy work environment is the main responsibility of a company to their employees. Our goal is to achieve and maintain a health and safety program that establishes a foundation from which to build an accident-free establishment. At Saybr, safety is pervasive; every person is accountable for safety, from the officers of the company to the laborers in the field. Our safety policies form an integral part of our personnel policies and compliance is a primary condition of employment. Saybr maintains a comprehensive Health and Safety Plan that complies with both Occupational Safety and Health Administration (OSHA) and Washington State Department of Safety & Health (DOSH) regulations and policies. It has been reviewed by a certified industrial hygienist, as well as the National Compliance Management Service Board (NCMS). In addition to our corporate plan, Saybr develops a detailed site- specific safety plan for each project. Our site-specific safety plan assigns safety responsibilities, establishes personnel protection standards and safety procedures, and provides for contingencies that may arise during construction. Before any project begins, Saybr holds a site safety meeting to provide workers with a thorough safety orientation to the site, discuss specific site safety issues, and complete a job hazard analysis (JHA). All site employees, including subcontractors, are required to attend this meeting. The meeting will include discussions of site-specific hazardous activities, personal protective equipment, potential access restrictions, and accident reporting procedures. Each job site will have a CPR and First Aid certified employee on site at all times. A minimum of once-weekly safety meetings will be held throughout the duration of the project to update the JHAs as needed and review safety concerns. Saybr’s designated Site Safety and Health Officer (SSHO) will perform and document site safety inspections of ongoing projects. He/she will identify, document, and correct any deficiencies discovered during the inspections. The SSHO will report any deficiencies to Saybr’s Project Manager and Safety Officer and keep him/her aware of the actions taken to correct the deficiencies. Appendix B includes Saybr’s Safety & Health Qualification Statement, including our Experience Modification Rate and our OSHA 300 logs for the last three years. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 4 of 20 May 27, 2016 Section A.6 WMBE Inclusion Success & Past Performance Saybr has had great success in the inclusion of WMBE firms on former IDIQ contracts. For our two most recently completed JOC’s for the City of Bellevue, for example, Saybr achieved more than 14 percent WMBE utilization on our vertical construction JOC and more than 32 percent WMBE utilization on our horizontal construction JOC. Below is a breakdown of our WMBE Outreach Plan goals compared to our actual utilization. Figure 2. JOC WMBE Utilization Past Performance City of Bellevue – Vertical Construction JOC WMBE Utilization Subcontracting Minority Woman-Owned Small Business Goal 90% 10% 6% N/A Actual 96% 14% 3% 96% City of Bellevue – Horizontal Construction JOC WMBE Utilization Subcontracting Minority Woman-Owned Small Business Goal 90% 10% 6% N/A Actual 100% 25% 4% 98% Section E of this proposal provides a copy of Saybr’s WMBE Outreach and Participation Plan, which we implemented as part of our City of Bellevue JOC. Saybr solicits WMBE subcontractor participation in a variety of ways, including attending small business outreach events, advertising projects with the Office of Minority and Women Owned Business Enterprises, and searching WMBE databases on both the OMWBE website and U.S. Small Business Administration website. Saybr’s extensive database of local qualified WMBE firms continues to grow daily. Section A.7 Recycling & Energy Conservation Program Saybr is committed to sustainable practices, both at our job sites and within our own organization. At our job sites, Saybr has extensive experience performing projects with sustainability goals, including projects that have required LEED certification. Saybr recently completed a major office renovation project for the General Services Administration, which included on-site compliance with a stringent Indoor Air Environmental Quality Management Plan and a comprehensive Construction Waste Management Plan with a diversion goal of 95 percent. Saybr’s site superintendent ensured that all subcontractor activities complied with both plans, allowing the GSA to achieve LEED accreditation for their project. In addition to the GSA project, Saybr has performed hundreds of federal government contracts that have required waste diversion and recycling measures. We have prepared numerous project waste diversion and recycling plans for our military customers and have successfully implemented effective waste diversion and recycling procedures for a variety of projects. Section A.8 Experience with Specialty Contractors for Hazardous Materials Disposal Saybr has completed a range of projects involving hazardous materials removal and disposal, such as, asbestos, lead, and PCB’s. Saybr has established relationships with numerous specialty contractors throughout Washington that can provide quick-turnaround abatement services. Our project managers understand the rigorous safety and environmental standards surrounding this type of work, including the necessity for comprehensive containment measures, careful management of chain-of-custody documentation, strict compliance with transportation rules, and proper disposal at licensed facilities. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 5 of 20 May 27, 2016 In addition to working with specialty abatement subcontractors, Saybr also maintains an in-house Remediation Division, which provides environmental soil and water remediation services, including contaminated soil excavation, stockpiling/containment, treatment, and removal. Due to our extensive experience performing remediation projects for both public and private sector customers, Saybr recognizes the sensitive nature of these types of projects and the importance of careful coordination with all stakeholders, including the property owner and local, state, and federal regulatory agencies, such as the Washington State Department of Ecology and the federal Environmental Protection Agency. Section A.9 Emergency Response Saybr has an established record of responding quickly to construction emergencies. For our U.S. Postal Service JOC, for instance, Saybr provided emergency response to waterline breaks, HVAC system shut- downs, building damage from vehicle impacts, and other emergency situations at post offices anywhere throughout Washington and Oregon. Two recent emergency response situations for the Postal Service included the repair of a waterline break on Christmas Eve 2009 at the Seattle Bulk Mail Center and the repair of a structural wall at the Portland Postal Processing & Distribution Center in April of this year. Both facilities are 24/7 operational mail processing facilities that process billions of pieces of mail. Any length of idle time creates enormous impacts to the Postal Service’s mission of timely mail delivery. For both of these sites, Saybr’s team was at the site in less than two hours to assess the damage, make temporary repairs as necessary, and quickly begin work on permanent repairs. Photos Above: Before and after photos of State Route 123 in Mt. Rainier National Park, which Saybr repaired as a Work Order under our Federal Highway Emergency Road and Bridge Repair IDIQ Contract. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 6 of 20 May 27, 2016 SECTION B – REFERENCES & LETTERS OF RECOMMENDATION Below are references for Owner Representatives who have worked directly with Saybr on recent projects for Job Order Contracts. In addition to these references, Appendix A provides copies of formal customer evaluations and commendation letters from various clients regarding Saybr’s performance. 1. Tom Jones, Senior Project Manager, City of Seattle Phone: (206) 615-1033 Email: Thomas.Jones2@seattle.gov Reference Projects: City of Seattle North Seattle Precinct 9-1-1 Center Renovation, $317,644 City of Seattle Municipal Tower Floor 53 Demolition, $238,632 2. Ken Hays, Project Manager, Washington Dept. of Health & Human Services Phone: (360) 902-8171 Email: hayskm@dshs.wa.gov Reference Projects: Echo Glen Children’s Center Cottage HVAC System Upgrade, $224,749 3. Jae Lee, Sr. Capital Projects Coordinator, City of Seattle Phone: (206) 684-7347 Email: Jae.Lee@seattle.gov Reference Projects: City of Seattle Armory Second Floor Restroom Renovation, $48,936 4. Bob Colasurdo, Architect, Washington State Department of Enterprise Services Phone: (206) 510-8147 Email: robert.colasurdo@des.wa.gov Reference Projects: Skagit Valley College Dividing Curtain Installation, $47,925 5. Marina Stefanovic, AIA, LEED A.P., Senior Project Manager, City of Bellevue Phone: (425) 452-4486 Email: MStefanovic@bellevuewa.gov Reference Projects: Fire Station Fuel System Dispenser Replacements (5 Sites), $33,813 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 7 of 20 May 27, 2016 SECTION C – CONSTRUCTION MANAGEMENT ABILITIES Section C.1 JOC Management Plan Saybr’s management team has worked together for over twenty years and is experienced at every level of the JOC construction process, from developing detailed cost estimates using Unit Price Books, to managing concurrent work orders with multiple subcontractors and trades. Employing highly trained, skilled and experienced personnel, Saybr maintains multi-layered levels of monitoring and control throughout the work order process, beginning at the pre-bid planning stage all the way through final closeout. a) Corporate Organization Saybr’s highest level of corporate authority resides with Karen Say-Valadez, who serves as the President and CEO of the company. Karen will primarily be available to execute contracts and serve as a contact in the event of any performance, safety, or quality control issues that are not dealt with effectively by the JOC Program Manager. Michael Muller serves as Saybr’s Chief Operations Officer and provides the next level of corporate authority. Mike is primarily responsible for coordinating project staffing and field management for all of Saybr’s ongoing projects and forecasting future requirements in order to be able to respond adequately to our customers’ needs. b) Project Management Organization Chart With our highly experienced staff, Saybr will provide dedicated and involved supervision for this JOC. Saybr will closely manage every work order to ensure budget and schedule compliance and the delivery of a successful project. From the design phase all the way to final close-out submittals, our team will concentrate on making timely, informed and effective decisions that provide the best balance of quality and price for each of the City’s work orders. Daryn Gilstrap will serve as our JOC Program Manager and serve as the primary point of contact for the City of Renton. Daryn will be responsible for coordinating the overall response to the JOC, including assigning Estimators/Project Managers, conducting frequent reviews of ongoing work, and providing for the overall success of the program. Saybr’s single authority structure for the contract, comprised of the JOC Program Manager, a single staffing and field management coordinator, and the Chief Operations Officer, allows Saybr to maintain a high degree of control and coordination. Unlike many other construction firms, Saybr’s construction estimators become the project manager for the work orders they have bid. Having the same person scope, estimate, schedule and manage the project from concept to completion ensures continuity and accountability on every task order. Saybr’s estimators/project managers have a strong background in every aspect of the building construction and renovation process, which ensures that they will be able to provide accurate budgeting, scheduling, and management skills required to fulfill specific task order requirements. In the field, Saybr is proud of our multi-faceted construction superintendents, who ensure that each project is completed quickly, efficiently, safely and with an eye always out for what’s best for the customer. All of our superintendents have received Construction Quality Control Management training from the Army Corps of Engineers and have completed a 30-Hour OSHA Construction Safety Course. Our superintendents are experienced in overseeing multiple subcontractor trades. Details on our project management team’s roles, responsibilities, and accountability are provided in Section C.1.e. A JOC Project Management Organization Chart is provided in Section D.1. Resumes for each of our team members is provided in Appendix C. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 8 of 20 May 27, 2016 c) Proposed Interface Saybr has a demonstrated history of working closely with government project managers, ensuring that the needs of the project are being satisfied in accordance with the schedule, budget, and customer expectations. Our first task in establishing this close line of communication is holding a pre-construction meeting that delineates the chain-of-command, identifies the points-of-contact for all involved parties, defines the roles for each team member, and sets the key measures of success by which the project will be measured. After construction has begun, Saybr’s project manager will hold regularly scheduled project meetings - daily, or weekly, as required – with City representatives to discuss continued adherence to the construction documents and project schedule. At these meetings, Saybr’s project managers will update and distribute construction schedules depicting the work order’s progress. The work order estimator/project manager will hold additional meetings as necessary to review any unforeseen issues arise that need to be resolved before the regularly scheduled project meetings. He/she will formally document and submit all issues to the government project manager, including any potential solutions the construction and design teams have developed. d) Job Order Management Having successfully completed hundreds of JOC work orders, Saybr is very familiar with the team-oriented approach necessary for job order contract success. Throughout the term of our contract, Saybr will focus on reducing the City of Renton’s administrative burden and procurement time while facilitating productive communication, coordination, and continuity. Below is an outline of the approach we have successfully implemented on two City of Bellevue JOC programs, two U.S. Postal Service JOCs, and other IDIQ contracts. CONCEPT / SCOPE DEVELOPMENT / PREBID PHASE Upon notification of a work order, Saybr will hold a joint scoping meeting with City representatives, appropriate subcontractor trades, and the end user (as necessary) to define the scope of work in accordance with the administrative and technical construction requirements and the end users’ needs. Our scoping meeting will accomplish the following objectives:  Determine budget constraints and funding limitations,  Define the project quality standards (such as finishes, etc.),  Ensure project features conform with existing architectural elements, system capability, operability, maintainability, and sustainability features,  Set duration and work hours for construction,  Delineate the work area and associated materials staging area,  Identify permit or inspection requirements, including any third-party testing or commissioning that may be required before final acceptance,  Identify any potential negative impacts to the project schedule or budget (for instance, materials with long-lead procurement time),  Identify any safety hazards or environmental concerns that could impact the project,  Identify items that will be required as part of close-out documentation, such as warranties. Following the scoping meeting, Saybr will generate a scope document and review the details with the City’s designated representative to ensure the scope and objectives are accurate. The scope document will summarize the elements discussed at the meeting and will provide the blueprint by which the project will be built, inspected, and evaluated. The detailed scope of work contained in the scoping document will then serve as the foundation of the work order. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 9 of 20 May 27, 2016 REQUEST FOR PROPOSAL / BIDDING STAGE Once the scope has been defined, Saybr will issue a formal Request for Proposal (RFP) to subcontractors. Saybr’s estimator/project manager will assemble a bid package incorporating the defined scope of work, which will be sent along with the RFP. Every attempt will be made to obtain coverage from at least three subcontractors for each craft area. While subcontractors are assembling costs, Saybr’s estimator/project manager will use the RS Means system, the Unit Price Book, and City specifications to develop a proposal package to submit to the City. Since no task catalog can completely account for all site-specific conditions and all the various idiosyncrasies of a project, our estimators understand that selecting the most appropriate line items is paramount to obtaining the most accurate estimate for the project. The cost estimate will be submitted for review and approval to the City. If the estimate is not within the funding limitation available, Saybr will provide value engineering, suggestions for scope reduction, or other innovative solutions to assist the City team in determining how to fit the project within the available budget. After receipt of bids from our subcontractors, each proposal will be reviewed in detail by our estimator/project manager to determine its compliance with the scope of work. When bids have minor price differences, the estimator will contact each subcontractor to determine their level of understanding about the scope and to gauge their flexibility in the construction schedule and overall commitment to the project. After submitting the work order proposal package to the City, Saybr’s estimator/project manager will work closely with the City’s designated project manager to review the cost estimate line items and provide any additional information the City may need during its review. Saybr prides itself on the accuracy of our work order packages and our ability to provide JOC Contracting teams with support throughout its review. WORK EXECUTION & CONSTRUCTION MANAGEMENT PLAN Saybr understands that the success of any project is predicated on the communication and coordination efforts among all team members. As described below, Saybr’s team, led by the Project Manager/Estimator, will maintain seamless coordination with the City’s contracting team to ensure that the objectives of each work order are met. Pre-Construction Activities Once a work order has been approved and awarded, Saybr expends significant energy at the pre-construction stage to ensure that the goals for successful completion of each work order are communicated effectively to all members of the team. Saybr begins this process by issuing scope-specific subcontracts and supplier purchase orders to the project vendors. These documents outline the work order’s health and safety requirements, contractual obligations, insurance levels, and adherence to any specific contractual language the master contract may require. Once subcontracts and purchase orders have been returned, reviewed, and accepted, Saybr’s team begins work on developing a detailed project field binder, which will be used by Saybr’s superintendent to manage the project in the field. The field binder will include the scope of work, specifications and/or drawings, a defined budget, a schedule identifying the critical path, a copy of the wage determination, and copies of any permits. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 10 of 20 May 27, 2016 Saybr’s team will also begin work on compiling the required submittal documents copies of which will be added to the field binder. Each submittal will be tracked on a comprehensive submittal log, which provides a list of all submittals related to the project and identifies the associated specification and/or drawing reference and status of the submittal review. Submittals will be transmitted to the City electronically, along with a copy of the submittal log. Typical submittals include: • Site Specific Safety Plan • Quality Control Plan • Stormwater Pollution Prevention Plan • Shop Drawings • Product Data Mobilization Upon mobilization to the site, Saybr’s superintendent will hold a project kickoff meeting that will set the stage for project success. During the meeting, the chain-of-command will be identified and roles defined for each team member. The team will review the work plan, including the site-specific safety plan, the quality control plan, and the environmental protection plan. All workers on-site will be required to attend this meeting. Communication & Quality Control Once construction has begun, the construction Superintendent will manage the project using the project manual and its related inspection sheets to track quality and performance. Daily Quality Control Reports will be completed and copies forwarded to the project manager and City representatives within the required time. Continuous communication will be maintained among the team. Throughout the completion of a work order, Saybr will work closely with the City of Renton to ensure that the needs of the project are being satisfied in accordance with the schedule, budget, and customer expectations. Schedule An electronic schedule will be maintained and updated with progress each week and copies will be provided to the City and to each subcontractor. Any potential problems will be identified and progress meetings will be held to respond to any conflicts. When necessary, work hours will be extended and/or the number of workers will be increased to ensure the project remains on schedule. If a subcontractor does not augment the work hours or work force to maintain the schedule, our crew or an alternate subcontractor will correct the deficiency and charge the responsible subcontractor. Any unforeseen conditions that affect the schedule will be documented and every effort will be made to maintain the original schedule despite the disruption. Changes Saybr recognizes that the City contracting official will be the sole person sanctioned to provide authorization for any matters that affect contract terms and conditions, scope of work and construction costs. If any potential impact is identified, Saybr will contact the contracting official immediately, verbally and in writing, to inform him or her of the details of any possible change. Closeout Saybr’s end goal for each project is to provide our customers with an in-depth knowledge of the new facility and/or equipment in order to allow a high level of self-sufficiency in managing and maintaining their new facility. To achieve this goal, Saybr places great importance on startup and testing of systems, facilitating proper training, and providing comprehensive closeout packages. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 11 of 20 May 27, 2016 All startup and testing of systems will be completed with the City’s participation to ensure the end users are skilled and knowledgeable in the operation of those systems. In addition, Saybr will provide the necessary preventative maintenance and operation and maintenance manuals as dictated by equipment manufacturers. e) Team Member Roles, Responsibilities, and Accountabilities Estimators/Project Managers: Saybr’s Estimators/Project Managers will be assigned to manage each work order from the cost estimate stage through closeout. They will create realistic and accurate work order budgets and ensure those budgets are met; they will develop detailed schedules that identify the critical path and mobilize materials, subcontractors, labor and other resources expeditiously to meet the schedule; they will monitor on-going site activities and enforce the highest levels of quality and safety performance. Our Estimators/Project Managers report directly to the JOC Program Manager, Daryn Gilstrap, and will work with Saybr’s Operations Officer, Mike Muller, to ensure each of their projects is adequately staffed and the necessary equipment is available to complete the project. Assistant Project Managers/Project Engineers: Saybr’s assistant project managers will ensure that the proper paperwork is channeled to the appropriate person when needed, including permits, submittal data, and closeout packages. Additionally, these individuals will coordinate closely with our Project Managers and any design team partners to ensure that bid packages reflect the latest and most applicable codes, standards, and construction techniques. Site Superintendents: Saybr’s site superintendents will closely manage our subcontractors’ on-site performance to ensure compliance with the project’s goals, including quality, budget, and schedule. As Quality Control Managers, our Superintendents will prepare quality control plans and conduct inspections in coordination with our customer’s representative, ensuring a high level of quality at every stage of construction. Additionally, the Superintendent will act as the Site Safety and Health Officer and ensure that onsite employees, subcontractors, and others on the site understand and act in full compliance with Saybr’s Site-Specific Safety and Health Plan. The Superintendent will report directly to the Project Manager of each project. Safety Officer: Our Health and Safety Officer certifies that each construction site complies with OSHA and Washington DOSH safety regulations. Her duties will include developing site-specific accident prevention plans and hazard analysis plans for each work order based on the project parameters, conducting safety inspections, and implementing effective safety measures. f) Quality Control Procedures Saybr stakes its reputation on the quality of its work. Throughout a project’s duration, we are constantly inspecting the work in place and carrying out preliminary, pre-final and final inspections. We listen closely to the customer’s concerns regarding workmanship and never hesitate to correct an item that does not exceed our customer’s expectations. In order to standardize our high level of our quality workmanship, Saybr implements a rigorous Quality Control Plan for each project, which provides multi-level review and documentation procedures for dictating the quality of work. Our QC Plans include: Preparatory Phase: This phase will take place before any contractor or subcontractor will be allowed to begin work on the project. Saybr’s QC Manager will hold a preparatory meeting to review all of the Contract requirements for each definable phase of work, coordinate the submittal requirements and certifications, review the Contract drawings and verify that appropriate shop drawings and submittals have been approved. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 12 of 20 May 27, 2016 Initial Phase: During the initial phase, the QC Manager will review contract requirements with the personnel that will be performing the work to establish standards for high quality workmanship. The QC Manager will be responsible for the daily inspection of work to ensure that Contract requirements are being met and to resolve any conflicts that may arise. If work items are determined to be non-compliant, the QC Manager will list the item on a Rework Items List, which is then submitted, along with our daily report, to the City. After the item has been reworked or replaced, the QC Manager will re-inspect the work’s quality. When the item meets and/or exceeds the Contract requirements, the item will be removed from the Rework Item List. Follow-Up Phase: Throughout the follow-up phase, the QC Manager will be responsible for conducting intermittent and continuous inspection of the construction operations to identify and correct deficiencies. All completed phases of construction will be inspected by the QC Manager to ensure that the work is in compliance with the Contract requirements before scheduling a final acceptance inspection by the Contracting Officer. Saybr is committed to finishing projects within agreed upon timeframes. This is why we work closely with our clients, key subcontractors and suppliers, and other project stakeholders during the scoping meeting to identify potential scheduling challenges, such as long-lead procurement items, permits that require extensive review time, or facility operational concerns. This information will be reflected in our schedule, which will be submitted to the City representative for review and approval. Once the schedule has been approved, copies will be provided to all parties of the construction team, including subcontractors. For longer or more complex projects, the schedule will be updated regularly to reflect ongoing progress and the updated schedules will be provided to the team so everyone can be apprised of the project status. When necessary, work hours will be extended and/or the number of workers will be increased to ensure the project remains on schedule. If a subcontractor does not augment the work hours or workforce to maintain the schedule, an alternate subcontractor and/or Saybr’s in-house crew will be brought in to correct the deficiency. Any unforeseen conditions that affect the schedule will be documented and every effort will be made to maintain the original schedule despite the disruption. In Saybr’s history of performing job order contracts, the majority of work order schedules have been met. The few work orders that have not met the original scheduled completion date were due to owner- directed work added on to the original contract, the discovery of unforeseen conditions, or owner-related scheduling issues, such as being unable to vacate a room in time for the scheduled renovation. Similarly, once the cost estimate has been agreed upon, the budget will be closely managed by Saybr’s project manager to ensure that we complete the project without any increases. In our decades-long experience of working for federal, state, and municipal governments, Saybr has demonstrated careful stewardship of public funds, providing value engineering and innovative construction solutions to provide cost-efficiency and a high quality product. Saybr has implemented a number of controls to ensure that project budgets are met for every work order. Since our inception, Saybr has used ComputerEase construction accounting software, which provides detailed job cost reports, payroll tracking, general ledger, accounts receivable, accounts payable and equipment utilization modules for a variety of construction projects, including lump sum, time and materials, and pre-negotiated unit costs. This comprehensive system integrates all these components in a user-friendly, real-time basis, allowing the administrative staff to provide estimator/project managers and field superintendents with immediate, detailed cost and scheduling analyses. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 13 of 20 May 27, 2016 Below is a list of Saybr’s four current job order contracts, including the total number of work orders awarded, the number of work orders with change orders, and the total percentage of the increases. Many of these changes were due to owner-directed requests for additional work not identified in the original scope of work. Figure 3. Change Order Percentages for JOC Work Orders JOC Title Total Work Orders Total Work Orders w/ Change Orders Total Increase City of Bellevue JOC 15 2 4% Washington Dept. of Enterprise Services JOC 111 44 11% City of Seattle JOC 21 10 5% City of Kirkland JOC 14 5 3% g) Value Engineering Support Saybr excels at providing value engineering support on projects with less than a full set of plans and specifications. For our U.S. Postal JOC, for instance, Saybr rarely was provided with as-builts, let alone plans or specifications. Instead, working closely with the Postal facilities engineers and on-site staff, Saybr’s estimators clearly identified the main objectives of a particular scope of work and then, based on our own construction expertise, materials knowledge, and incidental design input from our engineering partners, provided innovative, cost-effective solutions to the Postal Service’s needs. Saybr has found that value engineering serves a vital role as one of the proven tools for reducing project cost and improving product and process performance. Section C.2 Subcontractor Management Ability a) Subcontractor Selection Methods Saybr maintains an extensive subcontractor database that allows us to assemble all of the subcontractors that we meet through our outreach efforts into a single, easily searchable and easily utilized resource for our project managers and estimators. All subcontractors are required to complete a prequalification process prior to being included as a viable subcontractor in the Saybr database. The pre-qualification process gathers information related to the past performance and experience of the subcontractor, the subcontractor’s bonding and insurance capability, their financial health, and a variety of other questions. Additionally, all subcontractors are required to complete an extensive safety questionnaire that investigates the safety record of the company including its EMR and DART rates and its OSHA and DOSH citation record. No subcontracts will be issued to a subcontractor with an EMR above 1.0 or a DART rate in excess of 4.0. Additionally, the questionnaire inquires as to how often the company conducts company- wide, supervisor and tail-gate safety meetings, whether or not the company has a Corporate Safety Officer and the types of safety training provided to their employees. Based on the results of this questionnaire, Saybr will ensure that all subcontractors utilized in the course of performing any task order under this contract conform to our baseline safety expectations. Saybr has found that the prequalification process has allowed us to remove many of the poor performing or less safety conscious subcontractors from our subcontractor pool prior to actually engaging them to perform work. This has allowed us to decrease the incidence of poor work performance and increase the efficacy of our safety programs. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 14 of 20 May 27, 2016 Soliciting Bids: The Saybr subcontractor database is then used by our estimators to solicit bids. Priority is given to small business subcontractors that have a proven track record of high performance and compliance. We also give special consideration to women and minority, disabled veteran and veteran- owned, and HUB-Zone subcontractors to increase inclusion. Each firm is given additional support if their resources limit their ability to submit a cost proposal or complete Saybr’s or our customer’s documents. Following subcontract award, information on each subcontractor, including which subcontractor was awarded, the scope of work, and the awarded amount is also entered into our database. We periodically conduct audits on this information to assess if our small business utilization program is working effectively and to ensure we are promoting a diverse subcontractor group. b) Contingency Plan for Handling Unsatisfactory Subcontractors Saybr prides itself on providing our customers with work performance that exceeds their expectations; it forms one of our foremost objectives on our projects. In alignment with that objective, Saybr’s management team works hard to prevent poor performance from inhibiting a project’s quality. A Saybr superintendent will be present at all times when on-site construction activities are performed by our own staff and subcontractors. We will maintain written daily reports, which will record adherence to all work rules, health and safety requirements, quality control, and construction progress. Project photographs will also be taken to document pre-construction conditions and construction progress. Saybr’s superintendents are skilled in supervising many craft trades concurrently. Poor performing subcontractors are given verbal warnings, then written warnings, and, if necessary, are replaced. All subcontractors are required to comply with Saybr’s corporate and site-specific safety and health policies at all times and consistently exhibit professional, customer-oriented behavior. If a subcontractor is found to have violated any safety rule or performance standard, they are usually notified verbally and given a chance to immediately correct the action. With subsequent violations, a written notice may be given or depending upon the magnitude of the breach, they could be immediately removed from the job site. Each subcontractor contracted with Saybr agrees to a takeover clause, which allows Saybr to terminate their contract for cause or convenience. If a subcontractor is removed from a job site, written notice is provided to explain the violation in detail and inform them that they are prohibited from bidding on future projects for our company. Another qualified firm is contracted immediately for replacement, as to not affect the schedule. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 15 of 20 May 27, 2016 SECTION D – QUALIFICATIONS OF PROFESSIONAL PERSONNEL Section D.1 Project Organization Description of Project Organization Saybr’s management team has worked together for decades and is experienced at every level of the construction business. Our team has successfully executed numerous IDIQ contracts totaling more than 700 work orders and more than $57 million worth of work. Our team maintains multi-layered levels of monitoring and control throughout the construction process, beginning at the pre-bid planning stage all the way through final close-out of each work order. The following organizational structure narrative provides an overview of the personnel that will be assigned to this contract. Resumes for each of our team members can be found in Appendix C. Contract Team & Key Personnel for Contract Management and Work Order Planning DARYN GILSTRAP, JOC PROGRAM MANAGER (LEAD) Our JOC Program Manager will be the primary contact for City of Renton procurement team. He will assign individual task orders to the appropriate work order estimator/Project Manager, conduct frequent reviews of on-going work, and provide overall management for the success of the program. Working closely with the City, Daryn will ensure that Saybr is providing a seamless and coordinated response as work orders are issued and that we are continuously meeting our goals of reducing the City’s administrative burden and increasing the focus on defining and meeting their needs. Daryn has nineteen years of construction experience; since joining the Saybr team in 2002, he has estimated and managed hundreds of public works, military and private sector construction projects to successful completion. Additionally, Daryn has served as the Program Manager for all of Saybr’s job order contracts. TOM SHEA, JOC ESTIMATOR/PROJECT MANAGER Tom Shea has over twenty years of success managing multi-million-dollar commercial building projects. Skilled in managing multiple projects concurrently, Tom is adept at working with engineers, architects, subcontractors and field superintendents to coordinate activities and resolve concerns. He is highly experienced in developing detailed cost estimates, budgets and project schedules using R.S. Means cost estimating and WinEst estimating software. Tom’s project management experience includes numerous multi-million dollar civil and building construction projects for various military and federal government agency clients, including construction of an award-winning Air Park Museum for the Air Force at Joint Base Lewis-McChord. LLOYD ICKES, JOC ESTIMATOR/PROJECT MANAGER Lloyd Ickes is a project manager with seventeen years of proven success overseeing all phases of multimillion-dollar construction, infrastructure, and environmental projects for the Department of Defense and other government agencies. Lloyd’s experience includes all aspects of project management from budget projections to scheduling and managing subcontractors and project crews up to 150 workers. Lloyd’s area of expertise include airfield construction/roadway improvements, asbestos abatement, HAZWOPER initiatives, and building construction and demolition projects. Backed by strong credentials and a proven history of on-time, on-budget and high-quality project completions, with extensive experience bring numerous concurrent projects to successful completion. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 16 of 20 May 27, 2016 TED MARX, JOC ESTIMATOR/PROJECT MANAGER Ted Marx has eight years of experience in the construction industry including three years of experience in commercial estimating and project management with an additional four years in the field carpentry and tenant improvement/remodeling experience. Ted’s successful project history demonstrates a consistent ability to complete projects on time and on budget while delivering an exceptional product that meets client expectations. AMANDA GRINDLE, HEALTH & SAFETY OFFICER Amanda has been Saybr’s Health and Safety Officer since 2004. Her role encompasses the total management of all aspects of Saybr’s Safety Program, from implementing new policies and procedures to setting the annual safety budget. Amanda has worked as the on-site health and safety officer on several construction projects conducting safety audits and inspections to ensure Saybr’s construction methods and procedures are carried out in a safe manner. She has established relationships with state and federal safety inspectors for both compliance and consultation services. JAMES JACK, SUPERINTENDENT/QC MANAGER With over forty-one years of construction experience, Jim provides the team with considerable experience supervising projects to successful completion. He has provided site supervision, quality control, and safety oversight on many federal, state and private contracts and has performed a diverse range of construction activities with the utmost care for safety and budget and schedule adherence. Jim has served as the superintendent for numerous work orders on Saybr’s job order contracts. MAURICE RICK, SUPERINTENDENT/QC MANAGER Maurice has twenty-six years of experience in commercial construction as a Quality Control Manager, Superintendent, Foreman, and Site Safety Supervisor. Maurice is experienced at every level of construction, from permitting to construction and closeout. He has worked with Saybr since 2006 as a Superintendent for various building construction projects for all sectors of federal, state, and private business. Maurice has served as the superintendent for numerous work orders on Saybr’s job order contracts. BRUCE TONEY, SUPERINTENDENT/QUALITY CONTROL MANAGER Bruce Toney has fifteen years of experience in commercial construction as a Construction Superintendent on a wide array of building renovation, remodel, and repair projects. Bruce’s experience includes work on an extensive number of government projects, for which he has provided detailed coordination with government representatives and project stakeholders. Bruce’s successful project history demonstrates a consistent ability to complete projects on time and on budget while delivering an exceptional product that meets client expectations. Bruce has served as the superintendent for numerous work orders on Saybr’s job order contracts. BRENT HANSON, SUPERINTENDENT/QUALITY CONTROL MANAGER Brent Hanson has nineteen years of experience in as a Construction Superintendent on a wide array of building renovation, remodel, and repair projects. Brent has a thorough understanding of project documentation, safety, and quality control requirements and provides detailed coordination with project stakeholders. His successful project history demonstrates a consistent ability to complete projects on time and on budget while delivering an exceptional product that meets client expectations. He is an experienced superintendent with supervisory authority over all field construction related activities. Brent has served as the superintendent for numerous work orders on Saybr’s job order contracts. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Organization Chart May 27, 2016 Figure 4. JOC Organization Chart Subcontractors Dedicated, diverse group of pre- qualified subcontractors representing all CSI Codes. JOC Program Manager Daryn Gilstrap Safety Officer Amanda Grindle Executive Support Karen Say-Valadez, President Operations Support Michael Muller, C.O.O. On-Site Superintendents Brent Hanson Jim Jack Maurice Rick Bruce Toney Field Personnel Cross-trained and licensed in numerous disciplines. Lead Cost Estimators/Project Managers Daryn Gilstrap Ted Marx Lloyd Ickes Tom Shea Assistant Project Managers Marcia Valdez Kayla Young Accounting/Payroll Support Fran Burns AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 17 of 20 May 27, 2016 Section D.2 Unit Price Book Estimating Experience Meeting a project’s budget is important for any customer but is especially important in the public sector, where limited public funding must be maximized to accomplish project goals. In our decades-long experience of working for federal and state governments, Saybr has demonstrated careful stewardship of public funds, providing value engineering and innovative construction solutions to provide cost-efficiency AND a high quality product. Estimating Tools & Methodology Saybr’s team includes knowledgeable and experienced construction estimators who have compiled estimates for a wide range of projects using pre-priced unit cost construction data books, such as RS Means. In order to accurately estimate a task order, Saybr estimators employ detailed spreadsheets to develop tasks and quantities associated with a task order’s scope of work. The spreadsheet tasks and quantities are then input into RS Means Costworks and the coefficients are applied to develop the estimate. Finally, the estimate is exported from Costworks into excel format to provide to the City’s procurement staff. All of Saybr’s estimating personnel are familiar with both with RS Means and other pre-priced construction task books and programs. Appendix D provides an example of a work order cost estimate Saybr compiled for our City of Seattle Job Order Contract. The work order involved converting a former utility building into an emergency service center and homeless shelter. Work Order Management Tools & Methodology Saybr has implemented a number of controls to ensure that project budgets are met for every work order. Since our inception, Saybr has used ComputerEase construction accounting software, which provides detailed job cost reports, payroll tracking, general ledger, accounts receivable, accounts payable and equipment utilization modules for a variety of construction projects, including lump sum, time and materials, and pre-negotiated unit costs. This comprehensive system integrates all these components in a user-friendly, real-time basis, allowing the administrative staff to provide project managers and field superintendents with immediate, detailed cost and scheduling analyses.In addition to the use of our detailed and comprehensive accounting system, Saybr will also implement project-level cost controls, including purchasing material directly and in bulk to avoid excessive mark-ups and regionalizing projects in order to complete projects within various areas simultaneously, thereby reducing extra mobilization costs. Scheduling Tools & Methodology Depending on the complexity of a particular work order, Saybr is able to utilize a diverse range of software to schedule our projects. For lower complexity projects that do not require a resource-loaded schedule, Saybr generally utilizes Microsoft Project. However, if resource-loading is required, or the project involves a high degree of personnel and subcontractor coordination across multiple construction divisions, the project is usually scheduled with Primavera 6 scheduling. In either case, project schedules are regularly updated to reflect progress and are compared against the baseline schedule for deviations. Appendix E provides a sample schedule Saybr created for the City of Seattle JOC emergency service center building. Section D.3 History of Trade Inclusion Saybr will have no difficulty subcontracting the 90 percent subcontracting requirement of this JOC, having successfully met similar thresholds on other JOCs. As demonstrated on those contracts, we will include all trades, regardless of union affiliation. Saybr regularly uses both union and non-union subcontractors alike on all our projects. Saybr has a long history of complying with the Davis Bacon Wage Act and Prevailing Wage requirements and will ensure all certified payroll requirements as well as Prevailing Wage Intents and Affidavits are paid. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 18 of 20 May 27, 2016 SECTION E – WMBE OUTREACH & PARTICIPATION PLAN Policy Statement: Saybr Contractors is committed to maximizing participation by certified minority and women owned business enterprises in contracting to supply good and services as required by RCW 39.19 and 39.10 and WAC 326. We will continue to conduct our procurement activities in a way that maximizes opportunities for minority and women’s business enterprises to contract with us. Implementation Responsibility: The President of Saybr Contractors, Karen Say-Valadez, delegates the authority to ensure implementation of this plan to the JOC Program Manager, who is responsible for administering its functions. The JOC Program Manager works with the Project Management staff and any other employees involved in the subcontractor solicitations to ensure that the procurement of goods and services is conducted in accordance with this plan. Outreach Strategies: 1. Saybr’s JOC Project Manager Assistant will post contracting opportunities on the Saybr website located at www.saybr.com and www.omwbe.wa.gov. 2. While processing quotes we will research the Office of Minority and Women Owned Business Enterprises Directory/website for qualified MWBE firms. 3. Saybr’s Contracts Administrator will review on a quarterly basis the OMWBE database of certified MBE and WBE firms to identify new opportunities for contracting with certified firms. 4. The Contracts Administrator will assist OMWBE in developing its certified supplier database by referring self-declared MBE and WBE vendors to become certified. 5. Saybr Contractors will divide the total job requirements when economically feasible into small tasks or quantities to permit maximum participation of MBE and WBE’s. 6. Saybr will request minority outreach participation for second and third tier subcontractors from its primary subs. 7. Saybr will participate in vendor outreach programs such as the Annual “Bluebook” General Contractor Fair and Associated Builders and Contractors General Contractors Fair. Additionally, Saybr will participate in OMWBE sponsored events as recommended by OMWBE staff. Staff Training and Communication: The JOC Program Manager or designate will annually train departmental employees with responsibility for procurement and contracting regarding the appropriate implementation measures for each of the outreach strategies. Annual Goals: 1. Participation for OMWBE certified MBE and WBE utilization for this JOC will be set at 10% and 6% respectively. 2. Saybr Contractors establishes the annual goal as increasing participation by certified MBE and WBE firms at a rate of 5% above historical participation. The Program Manager or designate shall calculate and monitor progress towards this goal and report results to the President of Saybr Contractors. The goal to be established for subsequent fiscal years shall take into consideration: 1) the number of MBE’s and WBE’s available to perform the work; 2) the programs’ success in attaining goals during the current year. Annual Review This program shall be reviewed and reported annually to the City of Renton for measuring progress towards established goals. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 19 of 20 May 27, 2016 SECTION F – COMPANY CITYSHIP & OFFICE LOCATION Saybr was incorporated in Washington State in 1997 and since then we have completed thousands of projects in nearly every city and county in Washington State, establishing close relationships with subcontractors, design professionals and permitting authorities from a wide variety of as well as many located in and near Renton City limits. Subcontractor Relationships Saybr fully understands that a key element to effective scheduling and estimating for JOC-type contracts is the use of local, high-quality, cost effective subcontractors and suppliers. Saybr has an extensive database of more than 3,000 of subcontractors located throughout Washington and Oregon. These relationships allow us to ensure high-quality, cost-competitive, and timely completion of task orders. Over the years, we have compiled an impressive list of best-value subcontractors who understand Saybr’s expectations for safety, quality, cost, and schedule and are able to apply these expectations within local market conditions. Permitting Official Relationships Saybr has established relationships with numerous jurisdictions and regulatory agencies throughout Washington State and within the City of Renton. Our estimators, project managers, and on-site construction superintendents have an in-depth understanding of the permit process, ensuring fast and flawless coordination of permit submittals, issuance, and inspections. Design Professional Relationships Saybr has established relationships with many architectural/engineering (A/E) firms with whom we have completed various federal and military installations and who are well-acquainted with the teaming process that makes for a successful design-build project. As opposed to a fully designed project, creativity, schedule, and cost are all maximized by the design-build process. As a team, Saybr is committed to making the design-build process faster, better and more cost effective. Our team approach provides single-source responsibility as a motivation for quality and excellent performance. Our past design/build projects have included a number of disciplines, including architecture, civil, mechanical, structural, and landscaping services. Based on each project’s specific design requirements, Saybr selects the most experienced and technically capable design partner. We understand the team- oriented approach necessary for these arrangements and, together with our chosen design firm, our team will concentrate on making timely, informed and effective decisions to provide superior contract performance. Saybr’s headquarters and main office is located at 3852 S 66th Street, Tacoma, WA 98409. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Page 20 of 20 May 27, 2016 SECTION G – RECENT, CURRENT & PROJECTED WORKLOAD Capability to Perform Overlapping Work Orders up to $4 million Saybr is more than capable of performing overlapping work orders up to the maximum available contract amount of $4 million per year, having successfully completed an average of $13 million worth of work for each of the last five years. Volume of Work Successfully Completed on Past IDIQ-Contracts Within the last five years, Saybr has completed thirteen similar IDIQ-Contracts representing more than 500 work orders and more than $55 million worth of work. Resources to Absorb Greater Amounts of Work In addition to our in-house team, Saybr has formal contracts with various site supervisors and quality control managers with whom we have worked to augment our team. Annual Volume of Construction Last Five Years Below is the average volume of construction Saybr has performed in the last five years. 2015: $16,622,767 2014: $10,060,937 2013: $10,188,569 2012: $12,350,000 2011: $16,930,014 Anticipated Dollar Value of Construction Work for Current Year Saybr’s current backlog for 2016 is approximately $5 million, consisting of approximately forty projects ranging in size from a few thousand dollars to several million dollars each. Project Dollar Value of Construction for the Next Three Years Saybr anticipates an average of $20 million in projected construction work for the next three years. Effects of JOC on Projected Workload Saybr is adept at handling varying numbers and sizes of concurrent work orders on multiple job order contracts. Saybr is well-versed in ramping up our procurement and project management procedures in order to handle a quick increase in job order work flow. Each year, for example, in the fall before the federal government’s fiscal year ends on October 30, Saybr is inundated with work orders issued from our various federal JOC-type contracts. Saybr has successfully completed and billed for these work orders before the year-end deadline, which in turn allows the government to secure their budget for the following year. Regardless of when a work flow variation occurs, Saybr is able to adequately meet the demands of our customers in a timely manner without a loss of continuity, cost, or quality. Over the past ten years, Saybr has focused on successfully executing IDIQ contracts for a number of federal and state agencies. We have specifically pursued these contracts because they capitalize on what Saybr does best—working as an extension of our customer’s teams to realize their goals. Saybr works hard to foster and maintain a long-term relationship with our customers, regardless of whether we’re replacing carpet or providing a total building renovation, and the JOC process allows us the platform from which we can effectively showcase our commitment to working on your team to meet your needs job after job after job. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix A May 27, 2016 Appendix A Customer Evaluations & Commendation Letters AGENDA ITEM #2. a) Procurement-Sensitive Source Selection Document. Page 2 of 5 Pages PAST PERFORMANCE QUESTIONNAIRE SOURCE SELECTION SENSITIVE INFORMATION Name of Offeror: Client/Contract Information (Supplied by offeror) Name of Client: Contract Number: Contract Title: Contract Value: Type of Contract: Period of Performance: The ratings below are supplied by the contractor identified above, NOT the offeror. Performance Elements Unsatisfactory 0 Poor 1 Fair 2 Good 3 Excellent 4 Outstanding 5 1. Quality of Product or Service 2. Cost Control 3. Timeliness of Performance 4. Business Relations 5. Remarks on outstanding performance: Provide data supporting this observation; you may continue on a separate sheet if needed. _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________ . 6. Remarks on unsatisfactory performance: Provide data supporting this observation; you may continue on a separate sheet if needed. ___________________________________________________________________________________ Saybr Contractors, Inc. City of Seattle, Parks Dept.000002050 Buttnick Property Soil Remediation $134,658.00 Fixed Cost 10/20/2014 - 10/24/2014 X X X X Saybr provided Seattle Parks with a quailty project within the agreed upon fee. They were able to work with the property's leasee and resolved all of their concerns without any issues. Great customer service. AGENDA ITEM #2. a) RFP No. 3216 Alter/Repair IDIQ Contracts for BPA Procurement-Sensitive Source Selection Document. Page 3 of 5 Pages 7. Please identify any corporate affiliations with the offeror. 8.Other comments that you wish to make: _____________________________________________________________________________________ 9. Would you do business with again? (insert offeror’s name) 10. Questionnaire completed by: Name: Title: Mailing Address (Street and P.O. Box): City, State and Zip Code: Telephone Number: Fax Number: Date Information provided: Patrick Donohue, Senior Capital Projects Coordinator 02.10.14 206.233.3949 206.684.9286 Seattle Parks 800 Maynard Avenue South 3rd Flr. Seattle, WA 98134 Saybr Contractors Yes I would None AGENDA ITEM #2. a) RFP No. 3216 Alter/Repair IDIQ Contracts for BPA Procurement-Sensitive Source Selection Document. Page 4 of 5 Pages PAST PERFORMANCE QUESTIONNAIRE Ratings and Performance Categories The offeror shall be evaluated based on the following ratings and performance categories: Ratings: 0 = unsatisfactory 1 = poor 2 = fair 3 = good 4 = excellent 5 = outstanding Quality of Product or Service Unsatisfactory: Non-conformances are jeopardizing the achievement of contract requirements, despite use of client resources. Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment in consideration for future awards containing similar requirements. Poor: Overall compliance requires significant client resources to ensure achievement of contract requirements. Good: There are no, or very minimal, quality problems, and the offeror has met the contract requirements. Excellent: There are no quality issues, and the offeror has substantially exceeded the contract performance requirements without commensurate additional costs to the client. Outstanding: The offeror has demonstrated an outstanding performance level that was significantly in excess of anticipated achievements and is commendable as an example for others, so that it justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where offeror performance clearly exceeds the performance levels described as “Excellent”. Cost Control Unsatisfactory: Ability to manage cost issues is jeopardizing performance of contract requirements, despite use of client resources. Recovery is not likely. If performance cannot be substantially corrected, this level of ability to manage cost issues constitutes a significant impediment in consideration for future awards. Poor: Ability to manage cost issues requires significant client resources to ensure achievement of contract requirements. Fair: Ability to control cost issues requires minor client resources to ensure achievement of contract requirements. Good: There are no, or very minimal, cost management issues and the offeror has met the contract requirements. Excellent: There are no cost management issues and the offeror has exceeded the contract requirements, achieving cost savings to the client. Outstanding: The offeror has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where the offeror achieved cost savings and performance clearly exceeds the performance levels described as “Excellent”. AGENDA ITEM #2. a) RFP No. 3216 Alter/Repair IDIQ Contracts for BPA Procurement-Sensitive Source Selection Document. Page 5 of 5 Pages Timeliness of Performance Unsatisfactory: Delays are jeopardizing the achievement of contract requirements, despite use of client resources. Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment in consideration for future awards. Poor: Delays require significant client resources to ensure achievement of contract requirements. Fair: Delays require minor client resources to ensure achievement of contract requirements. Good: There are no, or minimal, delays that impact achievement of contract requirements. Excellent: There are no delays and the offeror has exceeded the agreed upon time schedule. Outstanding: the offeror has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that the rating will be used in those race circumstances where offeror performance clearly exceeds the performance levels described as “Excellent”. Business Relations Unsatisfactory: Response to inquires and/or technical, service, administrative issues are not effective. If not substantially mitigated or corrected it should constitute a significant impediment in considerations for future awards. Poor: Response to inquires and/or technical, service, administrative issues are marginally effective. Fair: Response to inquiries and/or technical, service, administrative issues are somewhat effective. Good: Response to inquiries and/or technical, service, administrative issues are somewhat effective. Excellent: Response to inquiries and/or technical, services administrative issues exceeds client expectation. Outstanding: The offeror has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where offeror performance clearly exceeds the performance levels described as “Excellent”. AGENDA ITEM #2. a) .. Georgia.pacific Contractor EH&S Compliance Standard APPENDIX H "CONTRACTOR POST/FINAL WORK PERFORMANCE EVALUATION .. .. . . . . • .. Contractor Name: S4~8R CP;Ng-71€~,on/ Facility Name: Piicc,vl¢ UY/'7 GP Contractor Field Coordinator (or GP Designee): Project Name/Details: Rc~/R "':::;::..:,/.c: Rt.t# .::s;.f.=,RC~OfFC Date: #vt:Ur-r Z~ :to/I/-Work Order# (s): ~CC7t:f %/BOOO'37B8 INSTRUCTIONS: Select the rating that best describes the Contractor's performance for each category. Use page 2 for category rating considerations, Add additional Comments as necessary. I CATEGORY RATING EVALUATION 1 2 3 (1,.2'or 3 COMMENTS CATEGORY BELOW EXPECTATIONS I MET EXPECTATIONS EXCEEDS EXPECTATIONS from' columns at loft) RELATED TO CONTRACTOR WORK Safe practices often bypassed in the Proactive safety vision and management. ~y~ /,~v'FM.i) interest of resources.Ongoing rerrindersl Followed safe practices. Needed few Qear plan for addressing and rmigating risk. g SAFETY & HEALTH regular interventions required throughout reninders about safety and health. No Followed safe practices. Errployees .s;tF~'I .A:A"" "DAeaR work. Constant oversight of contractor SH incidents while on site. actively understand and defT"CInstrate safe . work to ensure safe practices. behavior. 7G /v'tARK Environmental procedures often Additional effort taken by contractor to ho-;'(]¥D ;K.r bypassed or overlooked in the interest of Follow all environmental procedures. prevent environmental incidents and irrpacl 3 ~UR-r"""" ,,4"J.41£C-L ENVIRONMENTAL timefcosl. Ongoing rerrinders and regular interventions required throughout No inciOents while on site. to site. Contract employees understand their Ai'$ 5PI"-K;'7 contractors work. role in prevention. Documented quality standards were &/VMI'?i-Qr ,;.~,_ ... t.. Specifications and standards were not QUALITY of WORK foUowad throughout the contractor's Quality specifications were established follow ad and quality expectations met. 3 .6c-~ ~,f-" ...,..r and met while on site. Contractor made ongoing irrprovements 10 work quality standards. Job w as not corrpleted on time and Contractor work w as corrpleled safely and s'CJl4:>t.dC t?',15' corrections had to made several times Job was corrpleted safely and on schedule or ahead of schedule. .5"'#.6Gr ~~-r PRODUCTIVITY/EFFICIENCY throughout the contractor work. Safety efficiently. Contactor displayed a true sense of Z reninders may also have been urgency while maintain safety expectations necessary and cost. Expectations met rmst of the time. Professional. corrpetent and Contractor comnitment to custorner focus AtWAtf R"err Xn: Regular reminders were necessary. cooperative while on site. Met was not cOflllrorrised, while meeting g ?~o~C /. ..... - ., CUSTOMER ·FOCUS Missed some colTlTitments related to the colTlTitments and deliverable expectations. Provkled regular updates to site personal and worked well w ~h all job and deliverables. expectations. contacts on site. .;-t,fPl)A-rc.p I WOULD YOU CONS·IDER A Contractor overall rating should be ~R,( 7'7'P~ 1-THIS CONTRACTOR FOR NO or MAYBE ~ Meeting or Exceeding Expectations. FUTURE WORK? Provide details if necessary in Any Below Expectations in Safety 3' /koR.5.510~ . (CIRCLE ONE) Comment box. and/or Environmental will impact the entire overall rating to unacceptable. Contractor Representative Signature: ________________ --;;;r-:;;-=~71'7')>----------------Date:. __ -::-, __ -;-__ _ GP Contractor Field Coordinator (or GP designee) Signature ____ ""'''''''-L'''''=''''J~~'''-----------------.Date:---'t3=cf)~~"~"?T0-'."_if:L-__ r I See Page 2 for Additional Considerations for each Category on Page 1 Version 4.1.0 Revised 11/28/2012 Page 1 of 3 lEonnh _ ?n1? r,."'(\rnj~_D:::o('ifj(' i=rlllihi i-I(\lrlinnc: I I r. All Rinhtc: R",c:",r.I",rI AGENDA ITEM #2. a) FOR OFFICIAL USE ONLY / SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503 CONTRACTOR PERFORMANCE ASSESSMENT REPORT (CPAR) Construction FOR OFFICIAL USE ONLY Name/Address of Contractor: Company Name: SAYBR CONTRACTORS, INC. Division Name: Street Address: 3852 S 66TH ST City: TACOMA State/Province: WA Zip Code: 98409 Country: USA CAGE Code: 1UCC4 DUNS Number: 160070538 PSC: F108 NAICS Code: 562910 Evaluation Type: Final Contract Percent Complete: 100 Period of Performance Being Assessed: 09/03/2015 - 10/14/2015 Contract Number: INP15PC00538 Business Sector & Sub-Sector: Construction Contracting Office: PWR OLYMPIC NATIONAL PARK Contracting Officer: PHAEDRA FULLER Phone Number: 360-565-3009 Location of Work: Building 916, Hoh Apartments, is located in the Hoh sub-district of Olympic National Park in Clallam County, WA. Award Date: 09/03/2015 Effective Date: 09/03/2015 Completion Date: 10/14/2015 Estimated/Actual Completion Date: 10/13/2015 Total Dollar Value: $40,676 Current Contract Dollar Value: $47,496 Complexity: Low Termination Type: None Competition Type: Competed under SAP Contract Type: Firm Fixed Price Key Subcontractors and Effort Performed: DUNS: Effort: DUNS: Effort: DUNS: Effort: Project Number: Project Title: OLYM Asbestos Abatement in Hoh Apartment Building Contract Effort Description: Asbestos Abatement in the Hoh Apartment Building which is a 4-unit, 2,375 square foot single story structure. The work includes but is not limited to the removal and disposal of approximately 1,844 square feet of grey (dull grey with black and white stripes) 9-inch by 9-inch floor tile throughout the building residence excepting the laundry room, and removal and disposal of approximately 7,239 square feet (approx. 5,235 SF wall plus approx. 2,004 of ceiling) of gypsum wallboard ceiling and walls throughout the building. NPS will remove all fixed and moveable furnishings and fixtures prior to abatement. Small Business Utilization: Does this contract include a subcontracting plan? No Date of last Individual Subcontracting Report (ISR) / Summary Subcontracting Report (SSR): N/A Evaluation Areas Past Rating Rating Quality: N/A Very Good Schedule: N/A Very Good Cost Control: N/A Very Good Management: N/A Very Good Utilization of Small Business: N/A N/A Page 1 of 3CPARS/FAPIIS 5/11/2016https://cpars.cpars.gov/cpars/app/appviewevaluation_input.action?id=1822030&requestTy... AGENDA ITEM #2. a) FOR OFFICIAL USE ONLY / SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503 FOR OFFICIAL USE ONLY Regulatory Compliance: N/A Very Good Other Areas: (1) : N/A (2) : N/A (3) : N/A Variance (Contract to Date): Current Cost Variance (%): Variance at Completion (%): Current Schedule Variance (%): Assessing Official Comments: QUALITY: Workmanship was of a high quality from start to finish. The signage, containment, clean up, monitoring and abatement of Asbestos was of very good quality. The subcontractor that performed the work provided a high level of quality assurance, with little to no technical advice required from the Government. The crew was very efficient in removal of all wall board and tile and used allowed time frame wisely. The building was spotless, with the exception of a 2x2 inch asbestos tile chunk that had been pinned under a wall plate and not visible, but, located after the removal of that wall framing. The exterior clean up of debris was very well done and the noise kept at a minimal to prevent impact on wildlife and visitors SCHEDULE: The project was completed several days before the original completion date. The project stayed on schedule and was completed early. The original schedule was met. The team worked through adverse weather and darkness of winter to complete the project, they brought in additional lighting to meet the needs of the job. The crew had all dumpster unit and equipment on site one day early to insure the job could begin immediately the day the contract specified. COST CONTROL: There was only one change to the contract price via Modification 0001 for work within scope where it as discovered that additional removal and disposal of ceiling sheetrock and wall insulation was necessary. It was not possible to have known that in advance during the pre-bid site walk. Contractor otherwise kept to their prices, as quoted, and no other change orders occurred. MANAGEMENT: The subcontractor and site superintendent kept close oversite of the project and worked diligently to accomplish the project. Contact with all parties was done daily via telephone. The area was contained and kept very clean, inside and out. Site superintendence was minimal. The prime contractor's site superintendent was on site two days during the project, the first day and the last day. This was because the site superintendent was not cleared to be inside the building during the abatement work, which was only a minimal effect on the outcome of the project. The Government feels in hind-sight, that management could improve in this area to reduce the possible risk for detriment to the project from not having more oversight of the work from the superintendent. REGULATORY COMPLIANCE: Contractor complied with all submittals, plans, clauses and specifications requirements. No issues. RECOMMENDATION: Given what I know today about the contractor's ability to perform in accordance with this contract or order's most significant requirements, I would recommend them for similar requirements in the future. Name and Title of Assessing Official: Name: Phaedra Fuller Title: Contracting Officer Organization: National Park Service - Olympic National Park Phone Number: 360-565-3009 Email Address: phaedra_fuller@nps.gov Date: 05/10/2016 Contractor Comments: ADDITIONAL/OTHER: Thanks to the teamwork from the NPS, Saybr and its abatement subcontractor, Thermatech Northwest, Inc., this project was completed ahead of schedule and with ZERO safety incidents or time loss. CONCURRENCE: I concur with this evaluation. Name and Title of Contractor Representative: Name: KAREN SAY-VALADEZ Title: CEO/President Page 2 of 3CPARS/FAPIIS 5/11/2016https://cpars.cpars.gov/cpars/app/appviewevaluation_input.action?id=1822030&requestTy... AGENDA ITEM #2. a) FOR OFFICIAL USE ONLY / SOURCE SELECTION INFORMATION - SEE FAR 2.101, 3.104, AND 42.1503 FOR OFFICIAL USE ONLY Phone Number: 253.531.2144 Email Address: ksay@saybr.com Date: 05/11/2016 Review by Reviewing Official: Review by Reviewing Official not required. Name and Title of Reviewing Official: Name: Title: Organization: Phone Number: Email Address: Date: Page 3 of 3CPARS/FAPIIS 5/11/2016https://cpars.cpars.gov/cpars/app/appviewevaluation_input.action?id=1822030&requestTy... AGENDA ITEM #2. a) UNITED II. Letter of Recommendation June 26, 2015 To Whom It May Concern: I have had the pleasure of working closely with Saybr Contractors, Inc. on several projects located at United Airlines facilities at the Port of Seattle's SeaTac International Airport. These projects have included the installation of a fuel system for our ground support equipment, the closure of 2 in-ground vehicle hoist pits, and replacement of our commercial dishwasher in our United Club for premier customers within the terminal. Despite working within a challenging environment at an active airport with stringent security, permitting, and inspection requirements, Saybr's team has excelled at providing efficient and effective project management and execution. Their team is professional, collaborative, and committed to customer service. Based on my own experience, I can attest to Saybr's ability to successfully complete the scope of work we have contracted them for in a timely and efficient manner with minimal impact to our airline operation. I confidently recommend Saybr's services to any business. Feel free to contact me if you need further information at jeff.r.barrow@united.com or by phone as listed below. Jeff Barrow United Airlines Supervisor/ Environmental Coordinator PDX and SEA 2230 S. 161" St. Seattle WA 98158 Cell: 503-319-2502 SEA office: 206-965-2280 PDX office: 503-249-4230 Email: jeff.r.barrow@united.com 2230 South 161~ Street Seattle, WA 98158 A STAR ALLIANCE MEMBER "~ AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix B May 27, 2016 Appendix B Safety & Health Qualification Statement AGENDA ITEM #2. a) Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Saybr Contractors, Inc. 3852 S 66th Street, Tacoma, WA 98409-2408 (253) 531-2144 (253) 536-2068 Amanda Grindle, Safety Officer (253) 531-2144 Ext. 103 agrindle@saybr.com X 1 General Conditions (Contract Management & Supervision) 2 Site Construction (Demolition, Soil Remediation, Utilities, etc.) 15 Mechanical (Fuel System Services, e.g. tanks, dispensers, etc.) 0.72830.7033 Note: Saybr's EMR for 2016 is 0.6000. 0.7041 Not applicable. X AGENDA ITEM #2. a) Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 0 0 0 0 0 0 0 0 63,672 0 0 0 0 54,926 0 0 1 0 56,021 3.57 0 0 0 0 0 0 0 N/A - No Violations Amanda Grindle, Safety Officer Saybr Contractors, Inc.05/25/2016 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 Appendix C Resumes AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 KAREN SAY-VALADEZ, PROGRAM MANAGER President/CEO EXPERIENCE OVERVIEW Karen Say-Valadez has been a construction management professional for 27 years. Since founding Saybr Contractors, Inc. in 1997, Karen’s exemplary leadership and guidance has resulted in Saybr’s continued and consistent growth and success over the past two decades. From its start as a small environmental contractor, Saybr has now become an industry-leading general commercial construction services provider successful in all aspects of civil and building projects. As the President and CEO of Saybr, Karen provides executive-level management of the company’s team of estimators and project managers, ensuring the delivery of superior project performance. In addition to her duties as President, Karen also occasionally estimates and manages projects as needed to support the Saybr team. Karen has extensive experience completing a variety of projects for federal government agencies and private commercial customers, including Boeing. EMPLOYMENT HISTORY Saybr Contractors, Inc., June 1997 to Present Omega Environmental, Inc., September 1989 to August 1997 RECENT PROJECT EXPERIENCE Customer Name / Project Name Completion Date Contract Value Federal Aviation Administration: Ketchikan Flight Service Stn. Abatement 15-Apr-16 $137,951 United Airlines, Inc.: SeaTac Airport Maintenance Fuel System Installation 13-Mar-15 $198,814 Boeing Company: Renton (Longacres) Sounder Pathway Lighting Installation 12-Mar-15 $197,989 Boeing Duwamish Water Intrusion Repairs 17-Jan-15 $65,612 Federal Aviation Administration: Riverside MALSR Equipment Demolition 28-Sep-14 $51,741 Federal Aviation Administration: Scappoose Generator Fuel System Replacement 21-Apr-14 $45,126 Federal Aviation Administration: Butte Mt. Shed Demo & Soil Remediation 30-May-14 $40,948 Burton Const.: Ecology Air Monitoring Station Site Preparation 15-Jan-14 $31,445 Federal Aviation Administration: Broomfield Outer Marker Demo 22-Nov-13 $67,895 Federal Aviation Administration: Karluk SSO Decommissioning 21-Jun-13 $48,983 Nisqually Tribe: Lakewood Gas Station Renovation 27-Feb-13 $468,380 MacDonald-Miller: St. Joseph Hospital Generator UST Install 01-Feb-13 $495,686 U.S. Dept. of the Navy: Puget Sound Naval Shipyard Building 817 UST Closure 31-Jan-13 $51,230 Unico Properties, LLC: SeaTac UST Removals and AST Installations 09-Jan-13 $104,388 U.S. Dept. of the Navy: Fleet Industrial Ships Oily Waste Removal 30-Dec-10 $167,951 U.S. Postal Service: Seattle Distribution Center Parking Lot Upgrades 30-Sep-10 $102,728 U.S. Army Corps of Engineers: Various Dams Security Upgrades 13-Oct-08 $739,453 U.S. National Park Service: Olympic Park Roofing & Painting 25-Jul-07 $211,229 U.S. Army Corps of Engineers: Bonneville Dam Pump Replacement 03-Jul-07 $911,627 U.S. Army Corps of Engineers: Applegate Dam Spillway Gate Repairs 14-Dec-06 $157,853 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 DARYN GILSTRAP JOC Program Manager and Estimator / Project Manager EXPERIENCE SUMMARY Daryn Gilstrap has 19 years’ experience in the construction industry. Since 2002, he has provided Saybr Contractor’s, Inc. with project management and quality control services on a variety of public works, military and private sector construction projects. Additionally, Daryn has had multiple years of experience acting as the Program Manager for Saybr’s Job Order Contract Program, including job order contracts for the Washington State Department of Enterprise Services, the Cities of Seattle, Bellevue, and Kirkland, the U.S. Postal Service, and the U.S. Coast Guard. EMPLOYMENT HISTORY Saybr Contractors, Inc., May 2002 to Present Buffelen Woodworking, January 2000 to April 2002 Harvey Cain Construction, Inc., June 1997 to December 1999 LICENSES & CERTIFICATIONS  US Army Corps of Engineers Construction Quality Management for Contractors  OSHA 30-Hour Construction Safety Training  CPR/First Aid Certified RECENT PROJECT EXPERIENCE Customer Name / Project Name Completion Date Contract Value DES JOC Shoreline Community College: B1600 Restroom Renovation 01-Nov-15 $100,226 City of Kirkland JOC: Houghton Pedestrian Bridge Construction 31-Oct-15 $108,464 City of Bellevue JOC: Fire Station #7 Bay Addition 02-Oct-15 $205,332 City of Seattle JOC: Roy St. Emergency Services Center Renovation 07-Sep-15 $306,679 DES JOC Clark Community College: Walker Hall Building Addition 30-Jun-15 $123,822 DES JOC Spokane Falls Community College: Building 17 Remodel 30-Jun-15 $258,457 DES JOC Dept. of Licensing: Union Gap Parking Lot Repairs 30-Jun-15 $102,256 PABCO Roofing Products: Tacoma Headquarters Office Renovation 05-Feb-15 $632,167 DES JOC Employment Security Dept.: Olympia Office Renovation 23-Dec-14 $333,402 U.S. Coast Guard: Newhalem Station: Exterior Finish Rehabilitation 31-Jul-14 $238,353 Multicare Health Services: Puyallup Building Demolition 10-Jan-14 $90,693 U.S. Dept. of the Navy: Evergreen Lodge Bldg 2750 Renovation 13-Dec-13 $2,255,515 Hussman: McChord Commissary Demising Wall Installation 15-Nov-13 $93,891 Shell Oil Products: Harbor Island Tank Farm Asphalt Paving 31-Jul-13 $100,873 Pabco Roofing Products: Employee Restroom Renovations 05-Apr-13 $75,582 U.S. Army Corps of Engineers: Golf Course Restroom Renovations 28-Sep-12 $88,672 U.S. Postal Service JOC: Albany Post Office Building Upgrades 31-Aug-12 $654,190 U.S. Postal Service JOC: Astoria Historic Post Office Roof Replacement 23-Dec-11 $179,674 City of Bellevue JOC: Electric Vehicle Charging Stations Installations 30-Nov-11 $59,452 U.S. General Services Administration: Headquarters Office Renovation 15-May-11 $1,789,687 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 TOM SHEA Estimator / Project Manager EXPERIENCE OVERVIEW Tom Shea has over twenty years of success managing multi-million-dollar commercial building projects. Skilled in managing multiple projects concurrently, Tom is adept at working with engineers, architects, subcontractors and field superintendents to coordinate activities and resolve concerns. He is highly experienced in developing detailed cost estimates, budgets and project schedules using R.S. Means cost estimating and WinEst estimating software. Tom’s project management experience includes numerous multi-million dollar civil and building construction projects for various military and federal government agency clients, including construction of an award-winning Air Park Museum for the Air Force at Joint Base Lewis-McChord. EMPLOYMENT HISTORY Saybr Contractors, Inc., March 2016 – Present (Estimator and Construction Project Manager) Chugach Federal Solutions, Inc., August 2015 – March 2016 (Sr. Construction Project Manager) Glen/Mar Construction Inc., May ’14 – August ‘15 (Superintendent) Chugach Industries, Inc., August 2007 – Dec. 2013 (Construction Project Manager) Chugach Industries, Inc., Aug. 2004 – July 2007 (Senior Site Superintendent) Rock Solid Construction, Inc., June 1990 – August 2004 (Vice President / Operations Manager) LICENSES & CERTIFICATIONS  US Army Corps of Engineers Construction Quality Management for Contractors  OSHA 30-Hour Construction Safety Training  CPR/First Aid Certified AWARDS • 2010 Air Force Merit Award for Design “Heritage Hill Park” McChord AFB • 2010 Air Mobility Command Design Award “Heritage Hill Park” McChord AFB • 2009 WADS Commander’s Achievement Award “F-16 Static Display • 2007 McChord Fire Chief’s Achievement Award “Fire Station Fire Alarm Upgrade” • 2006 McChord Fire Chief’s Achievement Award “Bunk House Renovation” • 2005 McChord 62nd Wing Commander’s Achievement Award “Evergreen Inn Renovation” RECENT PROJECT EXPERIENCE Customer Name / Project Name Completion Date Contract Value City of Seattle JOC: Armory Second Floor Restroom Renovation 06-May-16 $48,936.21 Below is a list of projects Tom completed prior to joining Saybr: • Bldg. 34 Expansion, PM/Estimator, Value: $7,436,471 • De-Icer Tank Retrofit, PM/Estimator, Value: $84,272 • C-45 & B-18 Display, PM/Estimator, Value: $139,671 • Replace Dental Air Compressor Dryers & PRVS, Superintendent/Estimator, Value: $102,208 • Repair Document Storage Facility B91, Superintendent/Estimator, Value: $191,206 • Install Eyewash Shower Station B6502, Superintendent/Estimator, Value: $78,805 • Install Mobile Armory & Fencing B4070, Superintendent/Estimator, Value: $ 271,660 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 LLOYD ICKES Estimator / Project Manager EXPERIENCE OVERVIEW Lloyd Ickes is a project manager with over nineteen years of proven success overseeing all phases of multimillion-dollar construction, infrastructure, and environmental projects for the Department of Defense and other government agencies. Lloyd’s experience includes all aspects of project management from budget projections to scheduling and managing subcontractors and project crews up to 150 workers. Lloyd’s area of expertise include airfield construction/roadway improvements, asbestos abatement, HAZWOPER initiatives, and building construction and demolition projects. Backed by strong credentials and a proven history of on-time, on-budget and high-quality project completions, with extensive experience bring numerous concurrent projects to successful completion. EMPLOYMENT HISTORY Saybr Contractors, Inc. – March 2016 to Present (Estimator and Construction Project Manager) Chugach Federal Solutions Inc., Oak Harbor, WA, Mar. 2015 – Mar. 2016 (Sr. Construction Manager) Walsh Pacific Construction, Seattle, WA, Aug. 2014 – Mar. 2015 (Estimator & Construction Project Mngr) United States Air Force, MT, Oct. 1997 – Aug 2014 (Construction Project Manager/ Pavements and Equipment Craftsman) Lowe’s Home Improvement Co., Oct. 2000 – August 2005 (Commercial Sales Manager) Dimensions Northwest Inc., Oct. 1997 – October 2000 (Superintendent and Safety Coordinator) EDUCATION Community College of the Air Force (Maxwell AFB, AL) AAS in Construction Management, 1999 to 2006 LICENSES & CERTIFICATIONS  US Army Corps of Engineers Construction Quality Management for Contractors  OSHA 30-Hour Construction Safety Training  CPR/First Aid Certified RECENT PROJECT EXPERIENCE Customer Name / Project Name Completion Date Contract Value City of Seattle JOC: Municipal Tower Floor 53 Demolition 31-May-16 $238,631.83 Below is a list of projects Lloyd completed prior to joining Saybr: • Bearcat Engine Replacement 3/EGR Cooler Replacement 1, Bangor, WA, Value: $ 93,878 • Construct Wall and Install Doors in HRO Office, B1101, Bangor, WA, Value: $15,326 • Test Air Emissions, scrubber, PSNS, WA, Value: $55,546 • Repair Septic System Naval Magazine B848, Bangor, WA, Value: $6,470.00 • Trouble shoot and Repair Electrical Casualties B433, PSNS, WA, Value: $51,667 • Install JP8 Pipeline Utilidor & Repair Exp Joint, S. dike Rd, PSNS, WA, Value: $144,420 • Prep & Prime the Base Chapel B300, Woodinville, WA, Value: $19,712 • Repair Refuse Packer Truck N58-02586, Bangor, WA, Value: $8,391 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 TED MARX Estimator / Project Manager EXPERIENCE OVERVIEW Ted Marx has six years of experience in the construction industry including three years of experience in commercial estimating and project management with an additional four years in the field carpentry and tenant improvement/remodeling experience. Ted’s successful project history demonstrates a consistent ability to complete projects on time and on budget while delivering an exceptional product that meets client expectations. EMPLOYMENT HISTORY Saybr Contractors, Inc., May 2014 – Present (Project Manager) Core Construction, Inc., February 2015 – June 2015 (Asst. P.M./Estimator) Palmer Construction & Remodel, August 2013 – November 2014 (Lead Remodeler) Allsource Co, August 2012 – November 2013 (Lead Estimator) Centennial Contractors Enterprises, July 2010 – May 2012 (Project Engineer) LICENSES & CERTIFICATIONS • Asbestos/Lead Awareness Training • CPR/First Aid Certified RECENT PROJECT EXPERIENCE Customer Name / Project Name Completion Date Contract Value DES JOC: Skagit Valley College Brewery Flooring Replacement 01-May-16 $13,462 City of Seattle JOC: Street Car Truing Machine Electrical Upgrades 15-Apr-16 $27,800 City of Bellevue JOC: SE 6th St & 100th Ave SE Sidewalk Replacement 01-Apr-16 $68,142 City of Bellevue JOC: Fire Station #8 Fuel System Sump Repair 22-Jan-16 $13,701 City of Seattle JOC: City Light ADA Parking Lot Access Improvements 15-Jan-16 $134,698 City of Bellevue JOC: Neighborhood Speed Humps Installation 31-Dec-15 $54,615 DES JOC: Camp Murray Reader Board Installation 01-Dec-15 $26,614.68 DES JOC: Joint Base Lewis-McChord Motorized Gate Installation 30-Nov-15 $39,565 DES JOC: Camp Murray Entrance Gate Lane Indicators Installation 30-Nov-15 $29,904 City of Bellevue JOC: Somerset Reservoir No. 2 Roof Structural Repairs 13-Oct-15 $161,748 City of Bellevue: Fire Station Fuel System Dispenser Replacements 06-Oct-15 $41,724 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 AMANDA GRINDLE Corporate Safety Officer EXPERIENCE OVERVIEW Amanda has been Saybr’s Health and Safety Officer since 2003. Her role encompasses the total management of all aspects of Saybr’s Safety Program, from implementing new policies and procedures to setting the annual safety budget. Amanda has worked as the on-site health and safety officer on several construction projects conducting safety audits and inspections to ensure Saybr’s construction methods and procedures are carried out in a safe manner. She has established relationships with state and federal safety inspectors for both compliance and consultation services. EMPLOYMENT HISTORY Saybr Contractors, Inc., November 2003 to Present Kleinfelder Engineering, Inc., August 2001 to November 2003 Institute for Shock Physics, September 2000 to August 2001 EDUCATION B.A., Communications, Washington State University (2001) Pierce Community College, Construction Safety (2006-2007) LICENSES & CERTIFICATIONS  U.S. Army Corps of Engineers, Construction Quality Management for Contractors Certification  OSHA 30-Hour Construction Safety Training Certification  40-Hour Hazardous Waste Operations & Emergency Response Training with Annual 8-Hour Updates  CPR/First Aid Certified DUTIES & RESPONSIBILITIES • Create/enforce safety policy based on OSHA, USACE EM385-1-1, and WA DOSH requirements. • Set annual budget for overall safety program, including training, PPE needs, etc. • Write and implement Site Specific Accident Prevention Plans and update Corporate Accident Prevention Program • Conduct new employee safety orientations. • Conduct periodic safety inspections of worksites and equipment, providing on-site safety supervision as necessary. • Recommend disciplinary action for safety infractions. • Direct accident and near miss investigations. • Coordinate and/or provide employee safety training. • Maintain MSDS files and other safety documentation. • Provide feedback on employee safety compliance for employees’ annual reviews. • Coordinate with compliance agencies for loss time and light duty management. • Work with federal, state and private customers to implement safety solutions for work tasks. • Provide rule interpretation and code compliance for on-site safety supervisors. AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 JIM JACK Construction Superintendent EXPERIENCE OVERVIEW Jim Jack has 41 years of experience in commercial construction experience with twenty-nine years working as a Construction Superintendent on new, ground-up construction projects as well as extensive building renovation, remodel, and repair projects. Since joining the Saybr team in 2006, Jim has consistently delivered excellent project results through his professional and efficient site management. EMPLOYMENT HISTORY Saybr Contractors, Inc., May 2006 to Present Shinstine Associates, Inc., September 2003 to April 2006 Tri-Way Construction, Inc., February 2002 to September 2003 Self-Employed, November 1999 to February 2002 In-Store Services, Inc., March 1983 to October 1999 J.A. Jones Construction, Inc., December 1981 to February 1983 Tide Construction, Inc., June 1975 to November 1981 LICENSES & CERTIFICATIONS  U.S. Army Corps of Engineers, Construction Quality Management for Contractor Certification  OSHA 30 Hour Construction Safety Training  CPR/First Aid Certified RECENT PROJECT EXPERIENCE Customer Name / Project Name Completion Date Contract Value U.S. Army Corps of Engineers: Hooper Hall USARC Facility Upgrades 13-May-16 $353,566 Veca Electric, Inc.: Boeing Everett Bldg. 40-04 Electrical Rooms Construction 11-Mar-16 $55,837 Bonneville Power Administration: McNary Maint. Headquarters Demolition 25-Feb-16 $190,550 Bonneville Power Administration: N Bonneville Substation HVAC Upgrades 07-Jan-16 $186,384 Bonneville Power Administration: Wenatchee Battery Room Renovations 11-Dec-15 $41,433 Veca Electric, Inc.: Boeing Everett Bldg. 40-04 Generator Pad Installation 16-Nov-15 $24,275 Greenberry Industrial: Boeing Everett B. 40-12 Generator Site Preparation 08-Sep-15 $52,981 Federal Aviation Administration: Red Bluff Proberta Beacon Demolition 08-Jun-15 $33,128 U.S. Army Corps of Engineers: Libby Dam Powerhouse Office Renovation 14-May-15 $536,392 Veca Electric, Inc.: Boeing Rm 40-02, 03, 05, 55 Electrical Rooms Construction 01-Mar-15 $106,059 Boeing: Everett Bldgs. 40-92/45-80 Restroom Renovations 18-Feb-15 $1,168,364 Seattle Central Community College: Room 1130 Renovation 29-Aug-14 $252,171 U.S. Army Corps of Engineers: Yakima Training Center Bldg. 822 Roof Repairs 30-May-14 $743,085 Georgia-Pacific Gypsum, LLC: Tacoma Plant Interior & Exterior Upgrades 31-Jan-14 $26,732 The Boeing Company: Boeing Tukwila Bldgs. 9-96 & 9-08 Office Renovations 22-Oct-13 $422,030 The Boeing Company: Tukwila Bldgs. 11-14 Kitchenette Upgrades 30-Nov-12 $102,453 Federal Aviation Administration: Anchorage Air Traffic Tower Admin Wing T.I. 29-Jun-12 $167,915 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 MAURICE RICK Construction Superintendent EXPERIENCE OVERVIEW Maurice has 26 years of experience in commercial and residential construction as a Quality Control Manager, Superintendent, Foreman, and Site Safety Supervisor. Maurice is experienced at every level of construction, from permitting to construction and closeout. He has worked with Saybr since 2007 as a superintendent for various building construction and site work projects for federal and state agencies, as well as private customers. Throughout his career, Maurice has displayed the utmost care for safety and budget and schedule adherence and his experience demonstrates a long history of bringing projects to successful completion. EMPLOYMENT HISTORY Saybr Contractors, Inc., July 2007 to Present Shinstine & Associates, May 2001 to June 2006 HHJ Construction, September 1988 to May 2001 Vintage Construction, June 1990 to September1991 LICENSES & CERTIFICATIONS  U.S. Army Corps of Engineers, Construction Quality Management for Contractor Certification  OSHA 30 Hour Construction Safety Training  CPR/First Aid Certified RECENT PROJECT EXPERIENCE Customer Name / Project Name Completion Date Contract Value Chevron, Inc.: Shoreline Gas Station Retaining Wall Repairs 08-Apr-16 $148,102 U.S. National Park Service: Hoh Apts. B416 Asbestos Abatement 06-Nov-15 $47,497 City of Bellevue: Fire Station #7 Bay Extension 30-Oct-15 $205,332 Pabco Roofing Products, Inc.: Tacoma Headquarters Office Renovation 05-Feb-15 $632,167 U.S. Coast Guard: Newport Station Exterior Finish Rehabilitation 31-Jul-14 $238,352 Multicare Health Systems, Inc.: Puyallup 5th Ave. Building Demolition 10-Jan-14 $90,693 U.S. Dept. of the Navy: Evergreen Lodge Building 2750 Renovation 13-Dec-13 $2,255,515 Federal Aviation Administration: Broomfield Outer Marker Demolition 22-Nov-13 $67,895 Shell Oil Products, U.S.: Seattle Harbor Is. Terminal Asphalt Paving 31-Jul-13 $100,873 Pierce County: Tacoma District Courtrooms Flooring Replacement 31-Dec-12 $55,840 Federal Aviation Administration: SLC ATCT Radio System Removal 19-Nov-12 $42,109 City of Bellevue: Bellevue Public Training Facility Utilities Installation 31-Oct-12 $123,186 U.S. Army Corps of Engineers: JBLM Golf Course Restroom Upgrade 28-Sep-12 $88,672 City of Bellevue: Safety Training Center Primary Power Upgrades 15-Sep-12 $181,985 City of Bellevue: Old Fire Station #3 HVAC System Upgrades 08-Aug-12 $44,037 City of Bellevue: Fire Station # 3 Kitchen Renovation 23-Feb-12 $53,733 Federal Aviation Administration: Utah HVAC System Replacement 10-Oct-11 $516,283 General Services Administration: Auburn HQ Office Renovation 15-May-11 $1,789,687 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 BRUCE TONEY Construction Superintendent EXPERIENCE OVERVIEW Bruce Toney has 15 years’ experience in commercial building construction as a Superintendent, Quality Control Manager, and Site Safety Officer on a variety of building renovation, remodel, and repair projects. Bruce’s experience includes extensive work in occupied facilities, including mission-critical air traffic control towers, 24/7 operating postal processing centers, and high-security military bases. Bruce coordinates closely with project representatives and project stakeholders and has a thorough understanding of the documentation, safety, and quality control requirements for successful project execution. EMPLOYMENT HISTORY Saybr Contractors, Inc., June 2005 to Present W.S. Contractors, May 2004 to May 2005 Saybr Contractors, Inc., April 2002 to April 2004 Tegrity Contractors, February 2001 to March 2002 LICENSES & CERTIFICATIONS  U.S. Army Corps of Engineers, Construction Quality Management for Contractors Certification  OSHA 30-Hour Construction Safety Certification  Lockout/Tagout Training  CPR/First Aid Certified RECENT PROJECT EXPERIENCE Customer Name / Project Name Completion Date Contract Value City of Seattle: Seattle Municipal Tower Summit Office Renovation 28-Mar-16 $276,670 City of Seattle: Seattle Central Library Light Fixtures Replacement 15-Jan-16 $103,595 U.S. Army Corps of Engineers: CJ Dam Garage Fuel System Replacement 11-Nov-15 $307,006 Grays Harbor College: Riverside Education Center Waterproofing 30-Jun-15 $46,339 WA Dept. of Enterprise Services: State Capitol Museum Electrical Upgrades 29-May-15 $63,493 Bonneville Power Administration: Duckabush Grounding Well Installation 22-May-15 $37,034 U.S. Army Corps of Engineers: Willows Flat Fuel Facility Replacement 24-Nov-14 $479,175 The Boeing Company: Everett Bldg. 40-56 Silkscreen Relocation Project 03-Jan-14 $424,816 Federal Aviation Administration: Denver Operational Facility Renovation 29-Oct-13 $184,152 Federal Aviation Administration: Boise Terminal Radar Facility Addition 17-Oct-13 $658,483 The Boeing Company: Tukwila Bldgs. 11-14 Kitchenette Upgrades 30-Nov-12 $102,453 Federal Aviation Administration: Nevada Air Route Facility HVAC Upgrade 01-May-12 $429,500 U.S. Defense Commissary: Smokey Pt. Commissary Repairs & Upgrades 25-Mar-11 $134,972 U.S. Postal Service: Sequim Post Office Roof & Loading Dock Replacement 24-Oct-10 $438,634 U.S. Army Corps of Engineers: JBLM Remote Monitoring System Installation 18-Dec-09 $599,016 U.S. Postal Service: Everett Bulk Mail Processing Facility Lighting Upgrades 30-Sep-09 $455,602 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix C May 27, 2016 BRENT HANSON Construction Superintendent EXPERIENCE OVERVIEW Brent Hanson has nineteen years of experience in as a Construction Superintendent on a wide array of building renovation, remodel, and repair projects. Brent has a thorough understanding of project documentation, safety, and quality control requirements and provides detailed coordination with project stakeholders. Brent’s successful project history demonstrates a consistent ability to complete projects on time and on budget while delivering an exceptional product that meets client expectations. He is an experienced superintendent with supervisory authority over all field construction related activities. EMPLOYMENT HISTORY Saybr Contractors, Inc., May 2014 – Present (Superintendent and Site Safety Officer) Stetz Construction / Northwest Abatement, Dec. 2013 – April 2014 (Superintendent) Homestead Property Service Inc., Aug. 2005 – November 2013 (Owner) Lowe’s Home Improvement Co., Oct. 2000 – August 2005 (Commercial Sales Manager) Dimensions Northwest Inc., Oct. 1997 – October 2000 (Superintendent and Safety Coordinator) EDUCATION Construction Management, Montgomery Community College, Rockville Maryland TRAINING, LICENSES, CERTIFICATION • OSHA 30-Hour Construction Safety Certification • U.S. Army Corps of Engineers Construction Quality Management for Contractors Certification • Excavation & Training Competent Person Training • Substation Electrical Hazard Training • First Aid/CPR Certification RECENT PROJECT EXPERIENCE Customer Name / Project Name Completion Date Contract Value City of Bellevue JOC: SE 6th St & 100th Ave SE Sidewalk Replacements 01-Apr-16 $68,142 DES JOC: Western State Hospital Quad Security Fencing 06-Jan-16 $647,316 DES JOC S: Western State Hospital E4 Ward Expansion 03-Dec-15 $359,587 City of Seattle JOC: North Substation Annex Building Demolition 17-Nov-15 $66,099 City of Bellevue JOC: Somerset Reservoir No. 2 Roof Structural Repairs 01-Nov-15 $161,748 DES JOC: Western State Hospital E2 Security Improvements 15-Oct-15 $305,472 DES JOC: Monroe Correctional Center Generator Relocation 18-Sep-15 $114,091 DES JOC: Fire Training Academy Security Entrance Upgrades 29-Jun-15 $151,171 DES JOC: Washington State Patrol Sanitary Sewer Upgrades 30-Jun-15 $142,917 DES JOC: Fire Training Academy Security Entrance Upgrades 29-Jun-15 $151,171 City of Kirkland: Stormwater Ponds Fencing Installation 18-May-15 $91,841 City of Seattle: Lake Youngs Puget Sound Energy Yard Improvements 31-Dec-14 $169,105 DES JOC: Green River College Holman Library T.I. 30-Nov-14 $145,576 AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix D May 27, 2016 Appendix D Sample Work Order Cost Estimate AGENDA ITEM #2. a) 2014-043A Work Title: Location: Requesting Agency: Date of Proposal: Completion Schedule:JOC Firm: Liquidated Damages: Bare Cost Total City Cost Index Contractor Coefficient Division Total Price 01 10,901.85$ 1.048 1.030 $11,767.89 02 20,101.75$ 1.048 1.030 $21,698.63034,261.46$ 1.048 1.030 $4,599.9904-$ 1.048 1.030 $0.00 05 2,696.31$ 1.048 1.030 $2,910.50 06 3,429.36$ 1.048 1.030 $3,701.79 07 -$ 1.048 1.030 $0.00 08 1,992.75$ 1.048 1.030 $2,151.05 09 28,807.60$ 1.048 1.030 $31,096.08108,117.55$ 1.048 1.030 $8,762.41 11 8,695.00$ 1.048 1.030 $9,385.73 12 400.50$ 1.048 1.030 $432.32 13 -$ 1.048 1.030 $0.00 14 -$ 1.048 1.030 $0.00 21 -$ 1.048 1.030 $0.002218,326.70$ 1.048 1.030 $19,782.57 23 $ 664.80 1.048 1.030 $717.61 26 26,895.35$ 1.048 1.030 $29,031.92 $146,038.50 Item No Units Qty Unit Mat'l Price Labor Hours Unit Labor Price Item Price (Includes Coeff.) 1 ea 1 300.00$ -$ 309.00$ 2 ea 1 300.00$ -$ 309.00$ 3 ea 1 11,128.74$ -$ 11,462.60$ 4 ea 1 1,800.00$ -$ 1,854.00$ 5 13,934.60$ $159,973.10 9.6 % in City $15,357.42 $175,330.52 Approval Signatures City of Seattle - JOC Work Order 7-Jul-15 2014-616 JOC Contractor 7/17/2015 Saybr Contractors Inc. Cost Engineer Cesco Equipment shipping costs Plumbing HVAC Electrical Equipment Furnishings Special Construction Conveying Systems Division Description General Requirements Site ConstructionConcreteMasonry Job Order Contract: Seattle City Light / Utility Support Services Division (USSD) Project Number: 157 Roy Street – Tenant Improvements (TI) 157 Roy St, Seattle, WA 98109 Work Order No.: Modification No.: Fire Suppression Total of all items listed is Price Book Work Order Items Not Listed in Unit Price Book (This cannot exceed 20% of the total work order.) Total Funding Amount Work Order Items Listed in R.S. Means Unit Price Book -$ Labor Materials Metals Wood and Plastics Thermal and Moisture Protection Doors and WindowsFinishesSpecialties Electrical Permit Plumbing Permit Notice to Proceed (NTP) DATE ____________ Date: Washington State Sales Tax Work Item Description Include type of material, manufacture name, part number, type of work… Total of all items not listed in Price Book Cesco Equipment Delta cost for Washer/Dryer Assistant Program Manager Project Manager Client Agency Funding Auth. Total Work Order Amount AGENDA ITEM #2. a) AGENDA ITEM #2. a) SCOPE OF WORK DOCUMENT 1 COS JOC 2014-043A COS Project No. 2014-616 Date: June 17, 2015 Work Location: Downtown Emergency Service Center 157 Roy Street Seattle, WA 98124 Saybr Project Manager: Daryn Gilstrap 206-730-8305 Work hours: Day shift Monday through Friday 7am-3:30 Estimated construction date/duration: Work to be completed in 2 phases. 1a) Demolition, limited flooring, limited painting and wall patching, ceiling patching, electrical demolition and plumbing rough in. 1b) New walls, misc. carpentry, painting, flooring, ceiling modifications, bathroom upgrades including new fixtures and showers, electrical upgrades. 2) Fire Sprinkler. Phase 1a complete by August 24 phase 1b by September 17. Project Summary: Downtown Emergency Service center will convert this current building to accommodate a homeless overnight shelter. The first phase will be in place with 50 beds by August 24 and phase 2 will add 50 beds and be operational by September 18. GENERAL INFORMATION: • This Scope of Work is based on the information received from sketch provided from Seattle City Light dated 6/25/15. • The performance of all work will be in accordance with OSHA & WISHA safety requirements. • Daily job site cleanup is required before the work crew leaves the site each day and final clean-up is required prior to final inspection and acceptance. • Contractors will be responsible for their own waste disposal. • Project requires State of Washington prevailing wages to be paid including intents to pay and affidavits of wages paid. • OUTAGES: To be coordinated with GC and client agency • LONG LEAD ITEMS: TECHNICAL SCOPE OF WORK: Orange phase 1a Green phase 1b 1. Demolition/General Construction 1.1. X-ray prior to saw cuts and core drill 1.2. Saw cut access cover location for new drains 1.3. Demo walls and doors as identified on demo plan. 1.4. Demo lockers as identified on demo plan. Remove soffit wall above lockers to ceiling above. 1.5. Demolish drop lid in locker room patch ceiling as needed 1.6. Patch wall at location where demolished wall meets a wall that will remain, texture to match adjacent as applies. Painting by others 1.7. Demo existing corkboard in entry and frame lower wall to close in this space. 1.8. Demo closet lower wall in laundry (retaining upper cabinet doors). Place a slider (or bi-fold) door for closet. Trim out to be finished door. 1.9. Demo door at kitchen rear entry 1.10. Demo and dispose of all upper and lower cabinets identified to be removed. 1.11. Retain 1) door from demolition for installation at new closing off the restroom. 1.12. Retain 1) door from demolition for installation at opening to stairs. This door needs to be secure. 1.13. Frame in new wall at kitchen where door is removed 1.14. Frame in new wall to close off new restroom, this area previously accessed locker room. AGENDA ITEM #2. a) SCOPE OF WORK DOCUMENT 2 1.15. Relocate upper cabinets to Laundry room 1.16. Relocate lower cabinets to match placement of upper cabinets. Reuse counter as applicable. 1.17. Provide and install new laundry folding table. This table must be sturdy. Submit. 1.18. Provide new urinal partitions. 1.19. Provide and install new framed ceiling in restroom as needed. Match existing height. 1.20. Provide and install new mirror in restroom 1.21. Pull access flooring as necessary to allow demo of electrical 1.22. Install new 2x3 access cover in 2 locations 1.23. Provide and install 1) HY30 washer 1.24. Provide and install 1) HT030 Stacked dryers 1.25. Provide and install 2) HT075 dryer 2. Ceiling 2.1. Patch all locations where walls are demolished 2.2. Patch material to be best match under conditions 2.3. Patch ceiling in locations where electrical fixtures are removed. 2.4. Open ceiling adjacent to new light fixture replacement for electrician, replace following work. 3. Flooring 3.1. Demolish flooring in laundry room. 3.2. Demolish all old cove base in area identified for new flooring. 3.3. Provide VCT resilient flooring over access raised flooring in main housing room. (See 3.11 below). 3.4. Provide VCT resilient flooring from new restroom door threshold down hall and into the main housing area. (Subject to change). 3.5. Provide and install 4” cove base over new flooring throughout facility as identified. 3.6. Provide and install new VCT resilient flooring in laundry room. 3.7. Patch tile locations where existing electrical and data monuments are removed by electrician. 3.8. Demolish dal tile on restroom floor, including mortar bed. 3.9. Float floor with self-leveling compound in bathroom 3.10. Place hardboard over access flooring via glue down methods 3.11. Provide resilient flooring with flash cove in restroom (0ptional pricing) 4. Painting 4.1. Paint all walls in main sleeping area. 4.2. Paint walls in kitchen. 4.3. Paint laundry room walls. 4.4. Paint any wall damaged by construction or investigational operation. 4.5. Paint staff restroom. 4.6. Paint all walls above tile in main restroom, where applicable. 4.7. Paint ceiling in restroom. 4.8. Paint restroom floor with Fastop S Urethane Slurry System with broadcast media inserted leaving a slip resistant surface. 5. Mechanical 5.1. Demo 2) drinking fountains 5.2. Provide rough in for new washer 1) in laundry room. 5.3. Demo fixtures in restroom and provide new. 5.4. Add rough in for new urinal in restroom. 5.5. Provide and install new urinal in restroom 5.6. Demo fixtures in staff restroom and replace with new. AGENDA ITEM #2. a) SCOPE OF WORK DOCUMENT 3 6. Electrical 6.1. Disconnect power in walls to be demolished 6.2. Demolish all drop pendant lighting in main sleeping area. 6.3. Demolish all floor mounted electrical and data pendants and cap. 6.4. Any circuits that become abandoned with construction should be pulled completely and breaker identified as spare. 6.5. Provide locks for electrical panels in hallway. 6.6. Provide locks for data panels in hallway. 6.7. Provide and install new lighting in locker room, affix to framed ceiling. 6.8. Disconnect lighting in locker room to allow demolition of drop ceiling. 6.9. Remove 2x4 troffers in main sleeping area and replace with LED lights (34) break out pricing. 6.10. Remove 2x2 troffers in main sleeping area and replace with LED lights (9). Break out pricing. 6.11. Replace 4) exit signs with single face units ASSUMPTIONS: • This proposal excludes hazardous materials removal. Based on Good Faith survey by Bureau Veritas North America, dated 3/6/08 we should be aware of spray fireproofing, lead in the tile on the bathroom walls, ACM in the VCT at the vestibule and insulation packing’s at elbows. PERMITS: • Demo permit by COS • Building Permit (phase 1b) by COS • Electrical permit by Contractor • Fire Sprinkler permit-TBD • Mechanical permit-by Contractor SUBMITTALS: • Product Data Sheets as requested above. • Construction Schedule AGENDA ITEM #2. a) AGENDA ITEM #2. a) Page 1 of 17 Daryn Gilstrap, Project Manager 253-531-2144 Ext. 120dgilstrap@saybr.com Data Release : Year 2014 Q3 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 1 015439700100 Small tools, as % of contractor's bare labor cost for project, maximum Total -$ 1,298.29$ -$ 1,298.29$ 2% of total bare labor cost for project 4 014523508000 X-ray concrete slabs Ea.-$ -$ 728.00$ 728.00$ Saw cut access holes for plumbing in exterior soffit provide 2 access panels. 2 locations inside building for plumbing pentrations 14 015423702150 Scaffolding, steel tubular, regular, frame, rent/mo, 5' high x 5' wide Ea.70.00$ -$ -$ 70.00$ Painters' scaffolding 14 015423702500 Scaffolding, steel tubular, regular, accessory, cross brace, rent/mo Ea.14.00$ -$ -$ 14.00$ Painters' scaffolding 14 015423702550 Scaffolding, steel tubular, regular, accessory, guardrail post, rent/mo Ea.14.00$ -$ -$ 14.00$ Painters' scaffolding 14 015423702600 Scaffolding, steel tubular, regular, accessory, guardrail section, rent/mo, 7' long Ea.14.00$ -$ -$ 14.00$ Painters' scaffolding 28 015423702750 Scaffolding, steel tubular, regular, accessory, caster, rent/mo, 8" diam Ea.224.00$ -$ -$ 224.00$ Painters' scaffolding 21 015423702850 Scaffolding, steel tubular, regular, accessory, plank, rent/mo, 2" x 10" x 16' long Ea.210.00$ -$ -$ 210.00$ Painters' scaffolding 1 015433101600 Rent floor grinder, concrete and terrazzo, electric, 22" path, Excl. Hourly Oper. Cost.Week -$ -$ 475.00$ 475.00$ 3.1. Grind concrete lip from existing locker room to where existing restroom Dal tile is demolished 1 015433101750 Rent vacuum pick-up system for floor grinders, wet/dry, Excl. Hourly Oper. Cost.Week -$ -$ 245.00$ 245.00$ 3.1. Grind concrete lip from existing locker room to where existing restroom Dal tile is demolished 1 015433102600 Rent saw concrete manual gas 18 HP, Excl. Hourly Oper. Cost.Week -$ -$ 135.00$ 135.00$ Saw cut access holes for plumbing in exterior soffit provide 2 access panels. 2 015433404000 Rent paint sprayers complete 17 cfm, Excl. Hourly Oper. Cost.Week -$ -$ 760.00$ 760.00$ Painting, 2 sprayers for 1 week 4 015433407100 Rent truck pickup 3/4 ton 2 wheel drive, Excl. Hourly Oper. Cost.Week -$ -$ 700.00$ 700.00$ Daily mobilization to and from site for demo crew 2 015433407100 Rent truck pickup 3/4 ton 2 wheel drive, Excl. Hourly Oper. Cost.Week -$ -$ 350.00$ 350.00$ Daily mobilization to and from site for plumbing crew Seattle City Light / Utility Support Services Division (USSD) Adjustments ruth.meraz@seattle.gov Ruth Meraz-Caron - Project Manager 206-684-3094 Saybr Contractors Inc. 2014-043A COS WO 2014-616 157 Roy Street – Tenant Improvements (TI)AGENDA ITEM #2. a) Page 2 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 4 015433407100 Rent truck pickup 3/4 ton 2 wheel drive, Excl. Hourly Oper. Cost.Week -$ -$ 700.00$ 700.00$ Daily mobilization to and from site for Carpentry crew 2 015433400160 Rent aerial lift to 25'high 2000 lb cap scissor type, Incl. Hourly Oper. Cost.Week -$ -$ 676.00$ 676.00$ Electrician use of lift. 1 015433400160 Rent aerial lift to 25'high 2000 lb cap scissor type, Incl. Hourly Oper. Cost.Day -$ -$ 94.10$ 94.10$ Saw cut use of lift 3 015433400160 Rent aerial lift to 25'high 2000 lb cap scissor type, Incl. Hourly Oper. Cost.Day -$ -$ 282.30$ 282.30$ Ceiling contractor use of lift 6 015436501300 Mobilization or demobilization, delivery charge for equipment, hauled on 3-ton capacity towed trailer Ea.-$ 876.00$ 402.00$ 1,278.00$ Mob/demob equipment 1 015433402040 Rent forklift, straight mast, 21' lift, 5000 lb., 4 wheel drive, diesel, Incl. Hourly Oper. Cost.Day -$ -$ 407.20$ 407.20$ Saw cut slab support forklift. 2 015436501400 Mobilization or demobilization, delivery charge for equipment, hauled on 20-ton capacity towed trailer Ea.-$ 710.00$ 474.00$ 1,184.00$ Mob/demob forklift only.AGENDA ITEM #2. a) Page 3 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 16 017413200052 Cleaning up, cleanup of floor area, continuous, per day, during construction M.S.F.34.88$ 680.00$ 61.44$ 776.32$ 4 Fridays cleanup 4 017413200100 Cleaning up, cleanup of floor area, final by GC at end of job M.S.F.9.24$ 236.00$ 21.40$ 266.64$ Final cleanup. 4 024119161000 Selective demolition, cutout, concrete, elevated slab, bar reinforced, under 6 C.F., excludes loading and disposal C.F.-$ 136.00$ 20.60$ 156.60$ Saw cut access holes for plumbing in exterior soffit provide 2 access panels. 1 024119190110 Selective demolition, rubbish handling, top chute, circular steel 4' length, 36" diameter, cost to be added to demolition cost Ea.375.00$ 61.00$ 29.00$ 465.00$ Demolition 2 024119190122 Selective demolition, rubbish handling, regular chute, circular steel 4' length, 36" diameter, cost to be added to demolition cost Ea.620.00$ 122.00$ 58.00$ 800.00$ Demolition 1 024119190144 Selective demolition, rubbish handling, top chute cover, cost to be added to demolition cost Ea.153.00$ 12.55$ -$ 165.55$ Demolition 1 024119190148 Selective demolition, rubbish handling, top chute trough, cost to be added to demolition cost Ea.510.00$ 50.00$ -$ 560.00$ Demolition 4 024119190725 Selective demolition, rubbish handling, dumpster, 20 C.Y., 5 ton capacity, weekly rental, includes one dump per week, cost to be added to demolition cost Week 2,260.00$ -$ -$ 2,260.00$ Demolition 80 024119180200 Selective demolition, disposal only, urban buildings with salvage value allowed, steel frame, includes loading and 5 mile haul to dump C.Y.-$ 365.60$ 480.00$ 845.60$ Demolition 15 024119192150 Selective demolition, rubbish handling, 0 - 50' haul, load, haul, dump and return, hand carried, including 11 - 21 riser stairs, cost to be added to demolition cost C.Y.-$ 450.00$ -$ 450.00$ Hauling large items out of building by hand 2 024210200170 Deconstruction of building plumbing fixtures, water fountain, wall hung or deck mounted, up to 2 stories, excludes handling, packaging or disposal costs Ea.-$ 100.00$ -$ 100.00$ Demolition Total Div 01 AGENDA ITEM #2. a) Page 4 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 9 024210200400 Deconstruction of building electrical fixtures, recessed drop-in fluorescent, 2 lamp, up to 2 stories, excludes handling, packaging or disposal costs Ea.-$ 202.50$ -$ 202.50$ Demolition 34 024210200410 Deconstruction of building electrical fixtures, recessed drop-in fluorescent, 4 lamp, up to 2 stories, excludes handling, packaging or disposal costs Ea.-$ 1,139.00$ -$ 1,139.00$ Demolition 51 024210200620 Deconstruction of millwork and trim, countertops, up to 2 stories, excludes handling, packaging or disposal costs L.F.-$ 382.50$ -$ 382.50$ 1.8. Demo and dispose of all upper and lower cabinets identified to be removed. 24 024210300400 Deconstruction material handling, miscellaneous materials for recycling stack and wrap per pallet Ea.432.00$ 1,800.00$ -$ 2,232.00$ Salvage status printers from wall 50 024210300350 Deconstruction material handling, light fixtures for recycling stack and wrap per pallet Ea.3,250.00$ 5,000.00$ -$ 8,250.00$ Salvage light fixtures and "Red" wall status board 13 024210300375 Deconstruction material handling, windows for recycling stack and wrap per pallet Ea.793.00$ 1,300.00$ -$ 2,093.00$ Salvage windows and doors 1 030505101910 Selective concrete demolition, minimum labor/equipment charge Job -$ 760.00$ 116.00$ 876.00$ 3.1. Grind concrete lip from existing locker room to where existing restroom Dal tile is demolished 1 038113753020 Concrete sawing, blades for saw, diamond, 12" diameter, included in cutting line items Ea.241.00$ -$ -$ 241.00$ Saw cut access holes for plumbing in exterior soffit provide 2 access panels. 80 038116500820 Concrete sawing, concrete walls, rod reinforcing, per inch of depth L.F.4.80$ 374.40$ 456.00$ 835.20$ Saw cut access holes for plumbing in exterior soffit provide 2 access panels. 2 038116500890 Selective demolition, concrete cutting, wall, minimum labor/equipment charge Job -$ 700.00$ 860.00$ 1,560.00$ Saw cut access holes for plumbing in exterior soffit provide 2 access panels. 6 038213100300 Concrete core drilling, core, reinforced concrete slab, 3" diameter, up to 6" thick slab, includes bit cost, layout and set up time Ea.2.28$ 258.00$ 43.50$ 303.78$ Core drill holes for new plumbing rough in. Total Div 02 AGENDA ITEM #2. a) Page 5 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 36 038213100350 Concrete core drilling, core, reinforced concrete slab, 3" diameter, up to 6" thick slab, includes bit cost, layout and set up time, for each additional inch of slab thickness in same hole, add Ea.2.16$ 34.56$ 5.76$ 42.48$ Core drill holes for new plumbing rough in. 1 038213101999 Concrete core drilling, includes bit cost, layout and set up time, minimum equipment/labor charge Job -$ 345.00$ 58.00$ 403.00$ Core drill holes for new plumbing rough in. 100 050505100060 Selective metals demolition, structural bolts/nuts, up to 3/4" diameter, unbolt & remove, excl shoring, bracing, cutting, loading, hauling, dumping Ea.-$ 175.00$ -$ 175.00$ Dismantle 7 roughly 4' sections of "Red" electronics wall 3 050505100230 Selective metals demolition, structural framing members, up to 500 lb, remove whole or cut up into smaller pieces, incl loading, excl shoring, bracing, cutting, hauling, dumping Ea.-$ 78.00$ 59.25$ 137.25$ Dismantle 7 roughly 4' sections of "Red" electronics wall 7 050505100390 Selective metals demolition, manufactured or fabricated specialty item, 501 - 1000 lb, remove whole or cut up into smaller pieces, excl shoring, bracing, cutting, loading, hauling, dumping Ea.-$ 241.50$ 185.50$ 427.00$ Dismantle 7 roughly 4' sections of "Red" electronics wall 200 050523250190 High strength bolt, 5/8" dia x 3" L, A325 Type 1, incl washer & nut Ea.440.00$ 712.00$ -$ 1,152.00$ Install anchor bolts to bunk beds delivered and installed by others. 50 beds. 3 054113250200 Boxed headers/beam, galvanized CF joist/LB track for LB stud partition, double, 18 ga x 6" D L.F.15.30$ 10.23$ -$ 25.53$ Frame new door opening to stairwell - header 3 054113250200 Boxed headers/beam, galvanized CF joist/LB track for LB stud partition, double, 18 ga x 6" D L.F.15.30$ 10.23$ -$ 25.53$ Frame new door opening to restroom - header 5 054113304100 Partition, galvanized LB studs, 18 ga x 2- 1/2" W studs 12" O.C. x 8' H, incl galvanized top & bottom track, excl openings, headers, beams, bracing & bridging L.F.42.50$ 69.50$ -$ 112.00$ 1.5. Demo existing corkboard in entry and frame lower wall to close in this space. 4 054113304160 Partition, galvanized LB studs, 18 ga x 4" W studs 12" O.C. x 8' H, incl galvanized top & bottom track, excl openings, headers, beams, bracing & bridging L.F.42.20$ 57.80$ -$ 100.00$ Framing to infill at kitchen door and around new door to stairway. Total Div 03 AGENDA ITEM #2. a) Page 6 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 20 054113305160 Partition, galvanized LB studs, 18 ga x 4" W studs 12" O.C. x 10' H, incl galvanized top & bottom track, excl openings, headers, beams, bracing & bridging L.F.253.00$ 289.00$ -$ 542.00$ Framing new walls, including shower dividers, in restroom 2430 061623108990 Subfloors, adhesive bead, 3/8"L.F.291.60$ 388.80$ -$ 680.40$ Place hardboard over access flooring via glue down methods 2430 061626101100 Underlayment, hardboard, underlayment grade, 4' x 4', .215" thick S.F.1,409.40$ 1,215.00$ -$ 2,624.40$ Place hardboard over access flooring via glue down methods 18 064816103020 Interior wood door frames, pine, 11/16" x 4-9/16" deep L.F.88.56$ 36.00$ -$ 124.56$ 1.6. Demo closet lower wall in laundry (retaining upper cabinet doors). Place a slider (or bi-fold) door for closet. Trim out to be finished door. 9 080505100500 Door demolition, interior door, single, 3' x 7' high, 1-3/8" thick, remove Ea.-$ 135.45$ -$ 135.45$ 1.1. Demo walls and doors as identified on demo plan. 9 080505102000 Door demolition, door frames, metal, remove Ea.-$ 423.00$ -$ 423.00$ 1.1. Demo walls and doors as identified on demo plan. 9 080505102205 Door demolition, door hardware, remove Ea.-$ 73.80$ -$ 73.80$ 1.1. Demo walls and doors as identified on demo plan. 4 080505201020 Window demolition, steel, to 25 S.F., remove old mesh Ea.-$ 134.00$ -$ 134.00$ 1.1. Demo walls and doors as identified on demo plan. 2 081213130100 Frames, steel, knock down, hollow metal, single, 16 ga., up to 5-3/4" deep, 3'-0" x 7'-0"Ea.-$ 94.00$ -$ 94.00$ Reuse existing HM frames for new door to restroom & stairwell - Labor Only 2 081313131570 Doors, hollow metal, commercial, steel, flush, full panel, hollow core, 1-3/4" thick, 16 ga., 3'-0" x 7'-0"Ea.-$ 83.00$ -$ 83.00$ Reuse existing HM doors for new door to restroom & stairwell - Labor Only 1 081433204600 Doors, wood, residential, interior, bi- passing closet, flush, birch, 4'-0" x 6'-8", incl. hardware and frame, excl. trim Opng.223.00$ 62.50$ -$ 285.50$ 1.6. Demo closet lower wall in laundry (retaining upper cabinet doors). Place a slider (or bi-fold) door for closet. Trim out to be finished door. 2 083113101250 Doors, specialty, access, fire rated, with lock, metal, 24" x 36"Ea.670.00$ 94.00$ -$ 764.00$ Saw cut access holes for plumbing in exterior soffit provide 2 access panels. Total Div 05 Total Div 06 Total Div 08 AGENDA ITEM #2. a) Page 7 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 10 090170100180 Gypsum wallboard, repairs, cut square, patch, sand and finish, holes, 12" to 32" square Ea.15.50$ 625.00$ -$ 640.50$ 1.4. Patch wall at location where demolished wall meets a wall that will remain, texture to match adjacent as applies. Painting by others 500 090505100200 Ceiling demolition, drywall, furred and nailed, remove S.F.-$ 375.00$ -$ 375.00$ 1.1. Demo walls and doors as identified on demo plan. 3 offices on N side of main room 80 090505101250 Ceiling demolition, suspended ceiling, mineral fiber, on suspension system, remove S.F.-$ 40.00$ -$ 40.00$ 1.3. Demolish drop lid in locker room patch ceiling as needed 3870 090505200400 Flooring demolition, carpet, bonded, includes surface scraping S.F.-$ 1,161.00$ -$ 1,161.00$ 3.2. Demolish carpet in designated areas. 400 090505200850 Flooring demolition, vinyl or rubber cove base, straight section L.F.-$ 120.00$ -$ 120.00$ 1 090505200850 Vinyl or rubber cove base, for glued and caulked installation, add to labor -$ 60.00$ -$ 60.00$ [Adjusted by 090505200870] 248 090505202020 Flooring demolition, tile, ceramic, mud set S.F.-$ 238.08$ -$ 238.08$ 3.9. Demolish dal tile on restroom floor 110 090505202020 Flooring demolition, tile, ceramic, mud set S.F.-$ 105.60$ -$ 105.60$ Demolish dal tile on restroom floor, including mortar bed. 2430 090505208200 Selective demolition, demolish floor, Raised S.F.-$ 3,669.30$ -$ 3,669.30$ Remove existing access floor to demo electrical pathways, replace access floor. 40 090505301000 Walls and partitions demolition, drywall, nailed or screwed S.F.-$ 12.00$ -$ 12.00$ 1.1. Demo walls and doors as identified on demo plan. 3230 090505302300 p wood studs, finish two sides, plasterboard (drywall)S.F.-$ 5,717.10$ -$ 5,717.10$ 1.1. Demo walls and doors as identified on demo plan. 28 090505302300 Walls and partitions demolition, metal or wood studs, finish two sides, plasterboard (drywall)S.F.-$ 49.56$ -$ 49.56$ 1.6. Demo closet lower wall in laundry (retaining upper cabinet doors). Place a slider (or bi-fold) door for closet. Trim out to be finished door. 40 092910302050 Gypsum wallboard, on walls, standard, taped & finished (level 4 finish), 5/8" thick S.F.15.20$ 31.20$ -$ 46.40$ 1.5. Demo existing corkboard in entry and frame lower wall to close in this space.AGENDA ITEM #2. a) Page 8 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 96 092910302195 Gypsum wallboard, on walls, fire resistant, w/compound skim coat (level 5 finish), 5/8" thick S.F.42.24$ 93.12$ -$ 135.36$ 1.4. Patch wall at location where demolished wall meets a wall that will remain, texture to match adjacent as applies. Painting by others 40 092910303190 Gypsum wallboard, on ceilings, fire resistant, w/compound skim coat (level 5 finish), 5/8" thick S.F.17.60$ 48.80$ -$ 66.40$ 2.1. Patch all locations where walls are demolished 400 095153100900 Ceiling tile, mineral fiber, fire rated, plain faced, 3/4" thick S.F.508.00$ 500.00$ -$ 1,008.00$ 2.2. Patch material to be best match under conditions 2.3. Patch ceiling in locations where electrical fixtures are removed. 400 095323300400 Concealed Z bar suspension system, 12" module S.F.336.00$ 288.00$ -$ 624.00$ 2.2. Patch material to be best match under conditions 2.3. Patch ceiling in locations where electrical fixtures are removed. 400 096513130700 Wall base, vinyl, straight or cove, standard colors, 4" high, 1/8" thick L.F.528.00$ 436.00$ -$ 964.00$ 3.6. Provide and install 4” cove base over new flooring throughout facility as identified. 54 096516108450 Flooring, integral cove base, add L.F.40.50$ 105.84$ -$ 146.34$ Paint restroom floor with Fastop S Urethane Slurry System with broadcast media inserted leaving a slip resistant surface. 1 096516108700 Resilient flooring, adhesive cement, 1 gallon per 200 - 300 S.F.Gal.27.00$ -$ -$ 27.00$ Provide resilient flooring with flash cove in restroom. 200 096726260600 Composition flooring, epoxy, with colored quartz chips, broadcast, 3/8" thick S.F.562.00$ 558.00$ 18.00$ 1,138.00$ Paint restroom floor with Fastop S Urethane Slurry System with broadcast media inserted leaving a slip resistant surface. 200 096726261300 Composition flooring, epoxy, heavy duty epoxy topping, 1/4" thick, 500 to 1,000 S.F.S.F.1,110.00$ 896.00$ 30.00$ 2,036.00$ Float floor with self-leveling compound in bathroom. 2230 096913100110 Access floors, computer room application, particle board or steel floor panels, metal covered, under 6,000 sf S.F.-$ 4,460.00$ -$ 4,460.00$ Remove existing access floor to demo electrical pathways, replace access floor. Labor only AGENDA ITEM #2. a) Page 9 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 3100 099103200530 Paint preparation, sanding & puttying interior trim, surface protection, placement & removal, volume cover up (using plastic sheathing or building paper)S.F.-$ 62.00$ -$ 62.00$ 4.1. Paint all walls in main sleeping area. 335 099103200530 Paint preparation, sanding & puttying interior trim, surface protection, placement & removal, volume cover up (using plastic sheathing or building paper)S.F.-$ 6.70$ -$ 6.70$ 4.3. Paint laundry room walls. 168 099103200530 Paint preparation, sanding & puttying interior trim, surface protection, placement & removal, volume cover up (using plastic sheathing or building paper)S.F.-$ 3.36$ -$ 3.36$ 4.2. Paint walls in kitchen. 3100 099103400660 Surface preparation, interior, walls, sand, gypsum board and plaster, light S.F.-$ 310.00$ -$ 310.00$ 4.1. Paint all walls in main sleeping area. 532 099103400660 Surface preparation, interior, walls, sand, gypsum board and plaster, light S.F.-$ 53.20$ -$ 53.20$ 4.2. Paint walls in kitchen. 808 099103400660 Surface preparation, interior, walls, sand, gypsum board and plaster, light S.F.-$ 80.80$ -$ 80.80$ 4.3. Paint laundry room walls. 3080 099103400730 Surface preparation, interior, walls, wash, gypsum board and plaster S.F.-$ 308.00$ -$ 308.00$ 4.1. Paint all walls in main sleeping area. 532 099103400730 Surface preparation, interior, walls, wash, gypsum board and plaster S.F.-$ 53.20$ -$ 53.20$ 4.2. Paint walls in kitchen. 808 099103400730 Surface preparation, interior, walls, wash, gypsum board and plaster S.F.-$ 80.80$ -$ 80.80$ 4.3. Paint laundry room walls. 880 099123720240 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, latex paint, primer or sealer coat, smooth finish, roller S.F.52.80$ 211.20$ -$ 264.00$ 4.5. Paint staff restroom. 4.6. Paint all walls above tile in main restroom. 880 099123720840 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, latex paint, 2 coats, smooth finish, roller S.F.114.40$ 352.00$ -$ 466.40$ 4.5. Paint staff restroom. 4.6. Paint all walls above tile in main restroom. 915 099123740240 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, primer or sealer coat, smooth finish, roller S.F.54.90$ 219.60$ -$ 274.50$ Paint GWB ceilings in main sleeping area. 1 099123740240 Paints & coatings, walls & ceilings, interior, zero voc latex, for work 8'-15' high, add S.F.-$ 21.96$ -$ 21.96$ [Adjusted by 099123748200]AGENDA ITEM #2. a) Page 10 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 1 099123740240 Paints & coatings, walls & ceilings, interior, zero voc latex, for ceiling installation, add S.F.-$ 54.90$ -$ 54.90$ [Adjusted by 099123741800] 185 099123740240 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, primer or sealer coat, smooth finish, roller S.F.11.10$ 44.40$ -$ 55.50$ 4.7. Paint ceiling in restroom. 1 099123740240 Paints & coatings, walls & ceilings, interior, zero voc latex, for work 8'-15' high, add S.F.-$ 4.44$ -$ 4.44$ [Adjusted by 099123748200] 3080 099123740280 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, primer or sealer coat, smooth finish, spray S.F.154.00$ 369.60$ -$ 523.60$ 4.1. Paint all walls in main sleeping area. 532 099123740280 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, primer or sealer coat, smooth finish, spray S.F.26.60$ 63.84$ -$ 90.44$ 4.2. Paint walls in kitchen. 808 099123740280 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, primer or sealer coat, smooth finish, spray S.F.40.40$ 96.96$ -$ 137.36$ 4.3. Paint laundry room walls. 3080 099123740440 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish, roller S.F.246.40$ 770.00$ -$ 1,016.40$ 4.1. Paint all walls in main sleeping area. 532 099123740440 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish, roller S.F.42.56$ 133.00$ -$ 175.56$ 4.2. Paint walls in kitchen. 808 099123740440 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish, roller S.F.64.64$ 202.00$ -$ 266.64$ 4.3. Paint laundry room walls. 915 099123740440 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish, roller S.F.73.20$ 228.75$ -$ 301.95$ Paint GWB ceilings in main sleeping area. 1 099123740440 Paints & coatings, walls & ceilings, interior, zero voc latex, for work 8'-15' high, add S.F.-$ 22.88$ -$ 22.88$ [Adjusted by 099123748200] 1 099123740440 Paints & coatings, walls & ceilings, interior, zero voc latex, for ceiling installation, add S.F.-$ 57.19$ -$ 57.19$ [Adjusted by 099123741800]AGENDA ITEM #2. a) Page 11 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 3080 099123740480 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish, spray S.F.215.60$ 431.20$ -$ 646.80$ 4.1. Paint all walls in main sleeping area. 532 099123740480 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish, spray S.F.37.24$ 74.48$ -$ 111.72$ 4.2. Paint walls in kitchen. 808 099123740480 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish, spray S.F.56.56$ 113.12$ -$ 169.68$ 4.3. Paint laundry room walls. 915 099123740480 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, 1 coat, smooth finish, spray S.F.64.05$ 128.10$ -$ 192.15$ Paint GWB ceilings in main sleeping area. 1 099123740480 Paints & coatings, walls & ceilings, interior, zero voc latex, for work 8'-15' high, add S.F.-$ 12.81$ -$ 12.81$ [Adjusted by 099123748200] 1 099123740480 Paints & coatings, walls & ceilings, interior, zero voc latex, for ceiling installation, add S.F.-$ 32.02$ -$ 32.02$ [Adjusted by 099123741800] 185 099123740840 Paints & coatings, walls & ceilings, interior, concrete, drywall or plaster, zero voc latex, 2 coats, smooth finish, roller S.F.29.60$ 74.00$ -$ 103.60$ 4.7. Paint ceiling in restroom. 1 099123740840 Paints & coatings, walls & ceilings, interior, zero voc latex, for work 8'-15' high, add S.F.-$ 7.40$ -$ 7.40$ [Adjusted by 099123748200] 1 100505101100 Specialties demolition, boards and panels, wall mounted Ea.-$ 40.00$ -$ 40.00$ 1.5. Demo existing corkboard in entry and frame lower wall to close in this space. 3 100505101910 Specialties demolition, toilet cubicles, remove Ea.-$ 225.00$ -$ 225.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 1 100505101930 Urinal screen, remove Ea.-$ 25.00$ -$ 25.00$ Demo fixtures in restroom and provide new. 24 100505105050 Selective demolition, lockers Opng.-$ 480.00$ -$ 480.00$ 1.2. Demo lockers as identified on demo plan. Remove soffit wall above lockers to ceiling above. Total Div 09 AGENDA ITEM #2. a) Page 12 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 3 102113130200 Partitions, toilet, cubicles, ceiling hung, powder coated steel Ea.1,575.00$ 564.00$ -$ 2,139.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 2 102113130600 Partitions, toilet, cubicles, incl. 52" grab bars, ceiling hung, for handicap units, add Ea.900.00$ -$ -$ 900.00$ Demo fixtures in restroom and provide new. 2 102113136800 Urinal screen, wall hung, bracket supported, powder coated steel Ea.326.00$ 150.00$ -$ 476.00$ Provide new urinal partitions. 3 102813130200 Toilet accessories, curtain rod, stainless steel, 1" diameter x 5' long Ea.85.50$ 87.00$ -$ 172.50$ Provide new. 3 102813130360 Toilet accessories, for vinyl curtain, add S.F.2.73$ 0.57$ -$ 3.30$ Provide new. 1 102813132010 Commercial toilet accessories, grab bar, tub/shower/toilet, stainless steel, 2-wall, 36" x 24", 1-1/4" dia Ea.91.00$ 31.50$ -$ 122.50$ Demo fixtures in restroom and provide new. 2 102813132600 Toilet accessories, hat & coat strip, stainless steel, 4 hook, 36" long Ea.136.00$ 31.30$ -$ 167.30$ Provide new. 2 102813133600 Toilet accessories, mirror, 36" x 24", with 5" stainless steel shelf & stainless steel 3/4" square frame Ea.472.00$ 50.00$ -$ 522.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 3 102813136200 Toilet accessories, toilet tissue dispenser, stainless steel, surface mounted, double roll Ea.70.50$ 46.95$ -$ 117.45$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 2 102813136700 Toilet accessories, towel dispenser, stainless steel, surface mounted Ea.89.00$ 47.00$ -$ 136.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 2 102813138100 Toilet accessories, waste receptacle, stainless steel, w/top, 36 gallon Ea.810.00$ 94.00$ -$ 904.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 1 102813138200 Toilet accessories, shower seat w/adjustable back Ea.315.00$ 12.50$ -$ 327.50$ Demo fixtures in restroom and provide new. 2 102819100400 Shower compartment, floor mounted, cabinet, no door, fiberglass, 32" x 32", includes bases, excludes plumbing Ea.1,060.00$ 300.00$ -$ 1,360.00$ 2 standard 32"x32" showers, one ADA fixture 1 113123136760 Washing machine, energy star, front loading, maximum Ea.1,575.00$ 460.00$ -$ 2,035.00$ HY30 washer See NPP on work order form for delta cost as NPP. Quote is attached from Cesco showing actual costs Total Div 10 AGENDA ITEM #2. a) Page 13 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 3 113123236780 Dryer, electric, automatic, front-loading, energy-star qualified, maximum Ea.5,700.00$ 960.00$ -$ 6,660.00$ 2) HT075 Dryers, 1) stacked HT030. NPP on work order for delta cost as NPP. Quote is attached from Cesco. Total Div 11 4 123223101200 Custom cabinets, kitchen base cabinets, hardwood, prefinished, 2 top drawers, 2 doors below, 24" deep, 35" high, 27" wide, excl. countertops Ea.-$ 136.00$ -$ 136.00$ 1.16. Relocate lower cabinets to match placement of upper cabinets. Reuse counter as applicable. Labor Only 4 123223105300 Custom cabinets, kitchen wall cabinets, hardwood, prefinished, 2 doors, 12" deep, 30" high, 27" wide Ea.-$ 152.00$ -$ 152.00$ 1.15. Relocate upper cabinets to Laundry room. Labor Only 9 123623130020 Countertops, stock, plastic laminate, 24" wide, includes backsplash, minimum L.F.-$ 112.50$ -$ 112.50$ 1.16. Relocate lower cabinets to match placement of upper cabinets. Reuse counter as applicable. Labor Only 2 220505100710 Fountains, sinks or lavatories, selective demolition Ea.-$ 67.00$ -$ 67.00$ and provide new. Demo fixtures in staff restroom and replace with new. - Carriers and supports 3 220505100720 Water closets, selective demolition Ea.-$ 117.00$ -$ 117.00$ and provide new. Demo fixtures in staff restroom and replace with new. - Carriers and supports 2 220505101300 Fixture, sink, single compartment, selective demolition Ea.-$ 117.00$ -$ 117.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 3 220505101420 Fixture, water closet, wall mounted, selective demolition Ea.-$ 201.00$ -$ 201.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 2 220505101520 Fixture, urinal, wall mounted, selective demolition, includes 10' piping Ea.-$ 134.00$ -$ 134.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 7 220505101900 Pipe fittings with a single connection, up thru 1-1/2" diameter, selective demolition Ea.-$ 109.55$ -$ 109.55$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. Total Div 12 AGENDA ITEM #2. a) Page 14 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 3 224113130400 Water closet, tank type, vitreous china, wall hung, close coupled, two piece, includes seat, supply pipe with stop Ea.1,890.00$ 477.00$ -$ 2,367.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 3 224113440150 Toilet seat, molded composition, white, industrial, open front, regular bowl, excludes cover Ea.63.00$ 58.65$ -$ 121.65$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 2 224116134180 Lavatory, wall hung, porcelain enamel on cast iron, white, single bowl, 20" x 18", includes trim Ea.554.00$ 212.00$ -$ 766.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 1 224123203220 , , g , p three walls, handicap, 1-1/2" OD grab bars, nonskid floor, corner seat, 60" x 34-1/2" x 72", includes drain only, excludes valve control and door/curtain Ea.750.00$ 211.00$ -$ 961.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 3 224123204200 Shower, stall, rough-in, supply, waste and vent for above shower Ea.1,035.00$ 1,230.00$ -$ 2,265.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 2 224139102280 Faucets/fittings, lavatory faucet, center set with single control lever handle, satin nickel, with pop-up drain Ea.554.00$ 141.00$ -$ 695.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 3 224139104250 Faucets/fittings, shower pressure balancing mixing valve, satin nickel, with shower head, arm, flange and diverter tub spout Ea.1,665.00$ 229.50$ -$ 1,894.50$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 2 224139701980 y g supply, waste and vent for washer boxes Ea.488.00$ 272.00$ -$ 760.00$ 5.2. Provide rough in for new washer 2) in laundry room. 2 224139709605 y g machine valve assembly, hot and cold water supply, recessed Ea.140.00$ 117.00$ -$ 257.00$ 5.2. Provide rough in for new washer 2) in laundry room. 3 224213133510 Water closet, gang side by side carrier system, rough-in, supply, waste and vent, for single hook-up Ea.3,750.00$ 1,290.00$ -$ 5,040.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. - Carriers and supports 2 224213163140 Urinal, wall hung, vitreous china, with self-closing valve, water saving, .5 gpf Ea.1,100.00$ 564.00$ -$ 1,664.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new.AGENDA ITEM #2. a) Page 15 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 1 224213166980 Urinal, stall type, rough-in, supply, waste and vent Ea.365.00$ 425.00$ -$ 790.00$ Demo fixtures in restroom and provide new. Demo fixtures in staff restroom and replace with new. 60 230505101610 Ductwork, flex, prefabricated, selective demolition L.F.-$ 96.60$ -$ 96.60$ Demo flex ducts to three offices on N side of main sleeping area. 6 230505101640 Diffusers, registers or grills, 21" thru 36" max dimension, selective demolition Ea.-$ 74.70$ -$ 74.70$ Demo grilles & diffusers to three offices on N side of main sleeping area. 1 233813107800 Vent hood, commercial kitchen equipment, wall canopy with fire protection, 30"Ea.425.00$ 68.50$ -$ 493.50$ Remove and reinstall existing kitchen exhaust hood securely to upper cabinet. 120 260505100100 Conduit, rigid galvanized steel, 1/2" to 1" diameter, electrical demolition, remove conduit to 15' high, including fittings & hangers L.F.-$ 217.20$ -$ 217.20$ 6.4. Any circuits that become abandoned with construction should be pulled completely and breaker identified as spare. 120 260505100120 Conduit, rigid galvanized steel, 1-1/4" to 2" diameter, electrical demolition, remove conduit to 15' high, including fittings & hangers L.F.-$ 262.80$ -$ 262.80$ 6.4. Any circuits that become abandoned with construction should be pulled completely and breaker identified as spare. 120 260505100140 Conduit, rigid galvanized steel, 2-1/2" to 3-1/2" diameter, electrical demolition, remove conduit to 15' high, including fittings & hangers L.F.-$ 348.00$ -$ 348.00$ 6.4. Any circuits that become abandoned with construction should be pulled completely and breaker identified as spare. 360 260505100330 Armored cable, (BX), #10, 3 wire, average 50' runs, electrical demolition, remove L.F.-$ 370.80$ -$ 370.80$ 6.4. Any circuits that become abandoned with construction should be pulled completely and breaker identified as spare. 1 260505101260 Panelboards, 4 wire, 120/208 V, 125 amp, to 20 circuits, electrical demolition, remove, including removal of all breakers, conduit terminations & wire connections Ea.-$ 182.00$ -$ 182.00$ 6.4. Any circuits that become abandoned with construction should be pulled completely and breaker identified as spare. 18 260505206000 Floor box and carpet flange, electrical demolition, remove Ea.-$ 873.00$ -$ 873.00$ 6.3. Demolish all floor mounted electrical and data pendants and cap. Total Div 23 Total Div 22 AGENDA ITEM #2. a) Page 16 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes 20 260505504100 Incandescent fixture, explosionproof, electrical demolition, remove Ea.-$ 1,010.00$ -$ 1,010.00$ Demo existing can lights. No line item in RS Means for incandescent can lights. 24 260505505500 Track lighting, 8' section, electrical demolition, remove Ea.-$ 528.00$ -$ 528.00$ 6.2. Demolish all drop pendant lighting in main sleeping area. 27 260505505510 Track lighting fixture, electrical demolition, remove Ea.-$ 184.95$ -$ 184.95$ 6.2. Demolish all drop pendant lighting in main sleeping area. 8 260533162200 Outlet boxes, abandonment plate Ea.308.00$ 109.60$ -$ 417.60$ 3.8. Patch tile locations where existing electrical and data monuments are removed by electrician. 1 262416309000 Panelboards, minimum labor/equipment charge Job -$ 440.00$ -$ 440.00$ 6.5. Provide locks for electrical panels in hallway. 6.6. Provide locks for data panels in hallway. 4 265113503580 Fluorescent fixture, interior, wet location, recess mounted, 2-32 W T8, 2' W x 4' L, incl lamps, mounting hardware and connections Ea.948.00$ 330.00$ -$ 1,278.00$ 6.7. Provide and install new lighting in locker room, affix to framed ceiling. 20 265113550100 Interior LED fixtures, downlight, recess mounted, 25 watt, 7.5" diameter, incl lamps, mounting hardware and connections Ea.6,700.00$ 1,090.00$ -$ 7,790.00$ Replace existing can lights with LED fixtures 43 265113551020 Interior LED fixtures, troffer, recess mounted, 6400 Lumens, 2' x 4', replaces four T8 lamp, incl lamps, mounting hardware and connections Ea.8,514.00$ 3,999.00$ -$ 12,513.00$ 6.9. Remove 2x4 troffers in main sleeping area and replace with LED lights (34) break out pricing. 6.10. Remove 2x2 troffers in main sleeping area and replace with LED lights (9). Break out pricing. No line item in RS Means for 2x2 LED troffers 4 265313100150 Exit lighting, fluorescent, single face, ceiling or wall mount Ea.266.00$ 214.00$ -$ 480.00$ Install 4 new exit signsTotal Div 26 AGENDA ITEM #2. a) Page 17 of 17 Quantity Line Number Description Unit Total Materials Total Labor Total Equipment Grand Total Notes CSI Net Cost 59,667.04$ 66,212.88$ 8,931.05$ 135,290.98$ 01 $ 10,901.85 4.80% $ 6,493.97 02 $ 20,101.75 Subtotal $ 141,784.95 03 $ 4,261.46 3% $ 4,253.55 05 $ 2,696.31 Total $ 146,038.50 06 $ 3,429.36 08 $ 1,992.75 09 $ 28,807.60 10 $ 8,117.55 11 $ 8,695.00 12 $ 400.50 22 $ 18,326.70 23 $ 664.80 26 $ 26,895.35 $ 135,290.98 Cost index Saybr Coefficient AGENDA ITEM #2. a) SAYBR CONTRACTORS, INC. City of Renton 2016 Job Order Contract Appendix E May 27, 2016 Appendix E Sample Work Order Schedule AGENDA ITEM #2. a) ID Task Name DurationStart Finish1Phase 122 days?Mon 7/27/15Tue 8/25/152Mobilization1 day?Mon 7/27/15Mon 7/27/153Protect surfaces1 day?Mon 7/27/15Mon 7/27/154x‐ray slab1 day?Mon 7/27/15Mon 7/27/155Plumbing investigation1 day?Tue 7/28/15Tue 7/28/156saw cut/core drill1 day?Wed 7/29/15Wed 7/29/157Demo 2) drinking fountains1 day?Wed 7/29/15Wed 7/29/158Plumbing RI Waste/vent/supply10 daysWed 7/29/15Tue 8/11/159Plumbing trim3 daysMon 8/17/15Wed 8/19/1510DC Power1 day?Mon 7/27/15Mon 7/27/1511Electrical investigation2 daysTue 7/28/15Wed 7/29/1512Demo Misc. lights/circuits etc4 daysThu 7/30/15Tue 8/4/1513Light fixture replacement3 daysWed 8/12/15Fri 8/14/1514Ceiling open for electrical1 day?Tue 8/11/15Wed 8/12/1515Ceiling patch 1 day?Mon 8/17/15Mon 8/17/1516Move cabinets1 day?Mon 7/27/15Mon 7/27/1517Demo walls/Ceiling5 daysTue 7/28/15Mon 8/3/1518Demo flooring5 daysTue 8/4/15Mon 8/10/1519Lift access flooring as necessary1 day?Tue 7/28/15Tue 7/28/1520Patch walls3 daysTue 8/4/15Thu 8/6/1521Frame new walls1 dayTue 8/4/15Tue 8/4/1522Finish walls4 daysWed 8/5/15Mon 8/10/1523Install door 1 day?Wed 8/5/15Wed 8/5/1524Painting5 daysTue 8/11/15Mon 8/17/1525Float floor in restroom2 daysTue 8/11/15Wed 8/12/1526Flooring in restroom2 daysThu 8/13/15Fri 8/14/1527Flooring in laundry room1 day?Mon 8/17/15Mon 8/17/1528Install hardboard over access flooring2 daysTue 8/18/15Wed 8/19/1529Install VCT over hardboard3 daysThu 8/20/15Mon 8/24/1530Install lavatory partitions1 day?Mon 8/17/15Mon 8/17/1531Install new access covers1 day?Tue 8/18/15Tue 8/18/1532Misc carpentry/affix bunk beds2 daysWed 8/19/15Thu 8/20/1533Install washer and dryers1 day?Fri 8/21/15Fri 8/21/1534Substantial completion1 day?Mon 8/24/15Mon 8/24/1535Punch list1 day?Tue 8/25/15Tue 8/25/1536Tentant occupy space0 daysTue 8/25/15Tue 8/25/15Saybr Adept MechanicalSHJ ElectricalAction AcousticsSustainable FloorsEarly Bird Painting8/25SSMTWTFSSMTWTFSSMTWTFSSMTWTFSSMTWTFSJul 26, '15Aug 2, '15Aug 9, '15Aug 16, '15Aug 23, '15157 Roy Tenant ImprovementPhase 1Fri 7/17/15Daryn Gilstrap 253‐531‐2144 Ext. 120 dgilstrap@saybr.comAGENDA ITEM #2. a) May 16, 2016 Mr. Michael Nolan City of Renton, Facilities Department 1055 Grady Way, Fifth Floor Renton, WA 98057 Re: Saybr Contractors, Inc. -Bonding Capacity Job Order Contracting, Estimated annual value $4,000,000 Dear Mr. Nolan: 8 ZURICH Zurich Sur11ty, Cr11dit & Political Risk 999 l"' Ave, Suite 800 Sea111e, WA. 98104 Phone: ( 206) 346-2640 Fax: ( 206) 346-2622 Zurich American Insurance Company and/or its subsidiary, Fidelity and Deposit Company of Maryland, have provided surety credit to Saybr Contractors, Inc. for single projects of $10 million and an aggregate uncompleted backlog of $20 million. Zurich/F&D is rated "A+" (Superior) with a financial size category of XV ($2 billion+) by AM Best and has a US Treasury Limit exceeding $732 million. If Saybr Contractors, Inc. is awarded a contract for projects falling within the identified ranges and requests that we provide the necessary Performance and/or Payment Bonds, we will be prepared to execute the bonds subject to our acceptable review of the contract terms and conditions, bond forms. appropriate contract funding and any other underwriting considerations at the time of the request. Our consideration and issuance of bonds Is a matter solely between Saybr Contractors, Inc. and ourselves, and we assume no liability to third parties or to you by the issuance of this letter. We trust that this information meets with your satisfaction. If there are further questions, please feel free to contact me. Sincerely, Zurich American Insurance Company Fidelity and Deposit Company of Maryland Holly E. Ulfers Attorney in Fact AGENDA ITEM #2. a) 06/30/2016City of Renton1 9:19AMPage:expstat.rptExpenditure Status Report1/1/2016 through 12/31/2016Periods: 0 through 15GENERAL000PROGRAM000000LEGISLATIVE001Prct UsedBalanceYear-to-date EncumbrancesYear-to-date ExpendituresExpendituresAdjusted AppropriationAccount Number0.00 0.00 0.00 0.00511.60.00.000 LEGISLA SERV (COUNCIL)0.00 0.00Total HEADER0.00 0.00 0.00 0.00 0.00 0.00189,051.00 92,715.94 92,715.94 49.04511.60.10.000 SALARIES AND WAGES0.00 96,335.060.00 0.00 0.00 0.00511.60.10.002 OVERTIME0.00 0.00Total SALARIES AND WAGES189,051.00 92,715.94 92,715.94 0.00 96,335.06 49.040.00 0.00 0.00 0.00511.60.12.000 INTERMT-SALARIES & WAGES0.00 0.00Total INTERMT-SALARIES & WAGES0.00 0.00 0.00 0.00 0.00 0.000.00 0.00 0.00 0.00511.60.19.000 PROJECT ACCOUNTING SALARY AND BENEFITS0.00 0.00Total PROJECT ACCTG SALARIES AND BENEFITS0.00 0.00 0.00 0.00 0.00 0.0017,479.35 9,213.70 9,213.70 52.71511.60.20.001 RETIREMENT/PERS0.00 8,265.6511,952.81 6,855.34 6,855.34 57.35511.60.20.003 FICA0.00 5,097.4754,190.44 18,212.24 18,212.24 33.61511.60.20.004 PREPAID MEDICAL0.00 35,978.203,158.60 1,464.96 1,464.96 46.38511.60.20.006 INDUSTRIAL INSURANCE0.00 1,693.6477.04 38.52 38.52 50.00511.60.20.007 LIFE INSURANCE0.00 38.527,366.08 2,567.51 2,567.51 34.86511.60.20.009 PREPAID DENTAL0.00 4,798.57780.00 390.00 390.00 50.00511.60.20.010 UNEMPLOYMENT0.00 390.00248.99 123.19 123.19 49.48511.60.20.070 LONG TERM DISABILITY0.00 125.80Total PERSONNEL BENEFITS95,253.31 38,865.46 38,865.46 0.00 56,387.85 40.800.00 0.00 0.00 0.00511.60.22.003 INTERMT-FICA0.00 0.000.00 0.00 0.00 0.00511.60.22.006 INTERMT-INDUSTRIAL INSURANCE0.00 0.000.00 0.00 0.00 0.00511.60.22.010 INTERMT-UNEMPLOYMENT0.00 0.00Total INTERMT-PERSONNEL BENEFITS0.00 0.00 0.00 0.00 0.00 0.005,000.00 1,070.99 1,070.99 21.42511.60.31.000 OFFICE/OPERATING SUPPLIES0.00 3,929.01Total OFFICE/OPERATING SUPPLIES5,000.00 1,070.99 1,070.99 0.00 3,929.01 21.420.00 0.00 0.00 0.00511.60.32.003 FUEL CONSUMED GASOLINE0.00 0.00Total FUEL CONSUMED0.00 0.00 0.00 0.00 0.00 0.000.00 0.00 0.00 0.00511.60.35.000 SMALL TOOLS/MINOR EQUIPMENT0.00 0.001Page:AGENDA ITEM #3. a) 06/30/2016City of Renton2 9:19AMPage:expstat.rptExpenditure Status Report1/1/2016 through 12/31/2016Periods: 0 through 15GENERAL000PROGRAM000000LEGISLATIVE001Prct UsedBalanceYear-to-date EncumbrancesYear-to-date ExpendituresExpendituresAdjusted AppropriationAccount NumberTotal SMALL TOOLS/MINOR EQUIPMENT0.00 0.00 0.00 0.00 0.00 0.002,000.00 2,194.25 2,194.25 109.71511.60.41.000 PROFESSIONAL SERVICES0.00 -194.25Total PROFESSIONAL SERVICES2,000.00 2,194.25 2,194.25 0.00 -194.25 109.710.00 0.00 0.00 0.00511.60.42.001 POSTAGE0.00 0.000.00 0.00 0.00 0.00511.60.42.002 CELL PHONES/PAGERS0.00 0.00Total COMMUNICATION0.00 0.00 0.00 0.00 0.00 0.008,500.00 1,093.61 1,093.61 12.87511.60.43.001 LEGISLATIVE TRAVEL0.00 7,406.390.00 2,889.08 2,889.08 0.00511.60.43.002 TRAINING/SCHOOLS0.00 -2,889.080.00 3,825.54 3,825.54 0.00511.60.43.007 MEALS & INCIDENTAL EXPENSE0.00 -3,825.540.00 1,359.19 1,359.19 0.00511.60.43.008 LODGING0.00 -1,359.19Total TRAVEL8,500.00 9,167.42 9,167.42 0.00 -667.42 107.850.00 0.00 0.00 0.00511.60.46.000 INSURANCE/LIAB-PROP0.00 0.00Total INSURANCE0.00 0.00 0.00 0.00 0.00 0.000.00 0.00 0.00 0.00511.60.48.000 REPAIRS & MAINTENANCE0.00 0.00Total REPAIRS AND MAINTENANCE0.00 0.00 0.00 0.00 0.00 0.000.00 59.03 59.03 0.00511.60.49.000 MISCELLANEOUS0.00 -59.037,816.00 7,931.00 7,931.00 101.47511.60.49.001 MEMBERSHIPS & DUES0.00 -115.000.00 0.00 0.00 0.00511.60.49.002 PUBLICATIONS0.00 0.000.00 0.00 0.00 0.00511.60.49.006 OTHER MISCELLANEOUS0.00 0.00Total MISCELLANEOUS7,816.00 7,990.03 7,990.03 0.00 -174.03 102.230.00 0.00 0.00 0.00511.60.92.000 TELECOMMUNICATION0.00 0.000.00 0.00 0.00 0.00511.60.92.010 TELECOMMUNICATION M & O0.00 0.003,936.00 1,968.00 1,968.00 50.00511.60.92.011 DATA CARDS0.00 1,968.0051.00 27.00 27.00 52.94511.60.92.013 COPIERS0.00 24.000.00 0.00 0.00 0.00511.60.92.015 GIS0.00 0.0048,974.00 24,488.00 24,488.00 50.00511.60.92.020 IS OPERATIONS M & O0.00 24,486.000.00 0.00 0.00 0.00511.60.92.025 IS CAPITAL0.00 0.000.00 0.00 0.00 0.00511.60.92.030 PRINT/MAIL M & O0.00 0.00Total INFORMATION TECHNOLOGY52,961.00 26,483.00 26,483.00 0.00 26,478.00 50.002Page:AGENDA ITEM #3. a) 06/30/2016City of Renton3 9:19AMPage:expstat.rptExpenditure Status Report1/1/2016 through 12/31/2016Periods: 0 through 15GENERAL000PROGRAM000000LEGISLATIVE001Prct UsedBalanceYear-to-date EncumbrancesYear-to-date ExpendituresExpendituresAdjusted AppropriationAccount Number139.00 67.00 67.00 48.20511.60.93.010 PRINT/MAIL OPERATIONS0.00 72.000.00 0.00 0.00 0.00511.60.93.020 COMMUNICATIONS0.00 0.00Total PRINT/MAIL/COMMUNICATIONS139.00 67.00 67.00 0.00 72.00 48.200.00 0.00 0.00 0.00511.60.94.000 COMPUTER REPLACEMENT/OTHER CIP0.00 0.00Total COMPUTER REPLACEMENT0.00 0.00 0.00 0.00 0.00 0.0015,041.00 7,523.00 7,523.00 50.02511.60.96.010 INSURANCE/LIAB-PROP0.00 7,518.00Total INSURANCE15,041.00 7,523.00 7,523.00 0.00 7,518.00 50.020.00 0.00 0.00 0.00511.60.98.000 IS OPERATIONS (REPAIR & MAINTENANCE)0.00 0.00Total INFORMATION SERVICES0.00 0.00 0.00 0.00 0.00 0.000.00 0.00 0.00 0.00511.60.99.000 PRINT/MAIL0.00 0.00Total PRINT AND MAIL0.00 0.00 0.00 0.00 0.00 0.00Total GENERAL375,761.31 186,077.09 186,077.09 0.00 189,684.22 49.52Grand Total375,761.31 186,077.09 186,077.09 49.520.00 189,684.223Page:AGENDA ITEM #3. a) Cost ea.#/Year# of ParticipantsTotal CostAssociation of Washington CitiesLegislative Conference in Olympia 150.00$ 5 750.00$ Annual Conference in Vancouver 1,000.00$ 5 5,000.00$ National League of CitiesLegislative Conference 2,700.00$ 1 2,700.00$ Sound Cities AssociationDinner Meetings 45.00$ 8 4 1,440.00$ Economic Development CouncilEconomic Forecast Conference 200.00$ 5 1,000.00$ Citizen of the Year Banquet35.00$ 7 245.00$ New Teacher Breakfast25.00$ 7 175.00$ State of the City50.00$ 7 350.00$ Annual Retreat3,000.00$ GRAND TOTAL14,660.00$ 2017 Council Estimated Travel ExpensesAGENDA ITEM #3. b) Cost ea.#/Year# ParticipantsTotal CostAssociation of Washington CitiesLegislative Conference in Olympia 150.00$ 5 750.00$ New Councilmember Orientation 100.00$ 2 200.00$ Annual Conference in Yakima 1,000.00$ 5 5,000.00$ National League of CitiesLegislative Conference 2,700.00$ 1 2,700.00$ Sound Cities AssociationDinner Meetings 45.00$ 8 4 1,440.00$ Economic Development CouncilEconomic Forecast Conference 200.00$ 5 1,000.00$ Citizen of the Year Banquet35.00$ 7 245.00$ New Teacher Breakfast25.00$ 7 175.00$ State of the City50.00$ 7 350.00$ Annual Retreat3,000.00$ GRAND TOTAL 14,860.00$ 2018 Council Estimated Travel ExpensesAGENDA ITEM #3. b) Page 1 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 200 MILL AVE S - 000050 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,050.0006/30/2016348142 PARKS ADMIN2016 06 C 108.220044.020.518.21.41.003 CONTRACTED SERVICES-200 MILLFAC 06/16 CISR - 200 MILL LEASE (JUNE) 1,050.0006/30/2016348142 PARKS ADMIN2016 07 C 108.220044.020.518.21.41.003 CONTRACTED SERVICES-200 MILLFAC 06/16 CISR - 200 MILL LEASE (JULY) 3,739.0006/30/2016348142 PARKS ADMIN2016 06 A 504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 ATTORNEY - 200 MILL LEASE (JUNE) 3,739.0006/30/2016348142 PARKS ADMIN2016 07 A 504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 ATTORNY - 200 MILL LEASE (JULY) 9,578.00Check 348142 Amount 200 MILL AVE S Total $9,578.00 AAA FIRE & SAFETY INC - 000022 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 333.9806/30/2016348143 TRANSPORTATION/AIRPORT1190128 402.000000.016.546.20.41.000 PROFESSIONAL SERVICESAnnual fire sprinkler inspecon - 800 bldg 333.98Check 348143 Amount AAA FIRE & SAFETY INC Total $333.98 ABRAHAM, SAGI - 111775 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 103.3106/30/2016348144 REVENUE/BALANCE SHEET026595/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE5204 NE 5th PL - Credit bal, final date: 5/17/16 103.31Check 348144 Amount ABRAHAM, SAGI Total $103.31 ACH HOMES LLC - 110012 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 42.0506/30/2016348145 REVENUE/BALANCE SHEET047159-039/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE17418 SE 139th PL - Credit bal, final date: 4/15/16 42.05Check 348145 Amount ACH HOMES LLC Total $42.05 ADAMSON POLICE PRODUCTS - 000815 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6,976.2106/30/2016348146 POLICEINV213796 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMVests with apex carriers for JONES, SCHULDT, STEED, EDDY, FORD, NIELSEN C., GORDON, HARDIN H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 2 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 ADAMSON POLICE PRODUCTS - 000815 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 929.2106/30/2016348146 POLICEINV215011 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMF26FB Fricon LOC Baton, 26" foam black chrome, rotang sidebreak scabbard ballisc, 7TS ALS/SLS LVL 3 MID G17/22 STX PLN RH Holster 7,905.42Check 348146 Amount ADAMSON POLICE PRODUCTS Total $7,905.42 ADVANCED TRAFFIC PRODUCTS INC - 001091 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,518.5206/30/2016348147 POLICE000001508 000.000000.008.521.70.35.000 SMALL TOOLS/MINOR EQUIPMENTthis equipment makes the signal light in patrol cars go green 4,518.5206/30/2016348147 POLICE0000015182 000.000000.008.521.70.35.000 SMALL TOOLS/MINOR EQUIPMENTthis equipment makes signal light in patrol cars go green 9,037.04Check 348147 Amount ADVANCED TRAFFIC PRODUCTS INC Total $9,037.04 AIRGAS USA, LLC - 001323 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 185.8906/30/2016348148 FIRE9051810431 000.000000.009.522.70.31.000 OFFICE/OPERATING SUPPLIESEMS/Medical Oxygen 276.2006/30/2016348148 FIRE9936859814 000.000000.009.522.70.45.000 OPERATING RENTALS AND LEASESEMS/Oxygen Rental 462.09Check 348148 Amount AIRGAS USA, LLC Total $462.09 AJAM MUSIC LLC - 001455 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,500.0006/30/2016348149 PARKS ADMIN7416 AJAM 001.000000.020.573.90.49.000 SPECIAL EVENTS4th of July Performance Contract: AJAM from 8:00-9:30 p.m. 1,500.00Check 348149 Amount AJAM MUSIC LLC Total $1,500.00 ALL TRAFFIC DATA SERVICES INC - 001985 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,460.0006/30/2016348150 TRANSPORTATION/AIRPORT16020 317.122902.016.595.11.63.000 SUNSET BLVD CORRIDOR - PRELIM ENGINProject 16020 Professional services - 36.5 technician hours for the Sunset Blvd Corridor Improvements project 1,460.00Check 348150 Amount ALL TRAFFIC DATA SERVICES INC Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 3 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $1,460.00 ALLIANCE 2020 - 001902 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,340.1506/30/2016348151 HUMAN RESOURCES548425 000.000000.014.518.10.41.013 CRIMINAL BACKGROUND CHECKSbackground checks for new employees and volunteers 1,340.15Check 348151 Amount ALLIANCE 2020 Total $1,340.15 ALLIANT INSURANCE SERVICES - 001910 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,437.0006/30/2016348152 HUMAN RESOURCES476665 502.000000.014.518.66.46.016 CRIME PREMIUMCommercial Crime premium from Naonal Union Fire Ins Co., half for 2016, half for 2017 3,437.00Check 348152 Amount ALLIANT INSURANCE SERVICES Total $3,437.00 ALONZO, NICK - 002160 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 240.0006/30/2016348153 FIRENA52316 000.000000.009.522.30.43.007 MEALS & INCIDENTAL EXPENSECRR/Meals for Fire Inspector I Training with IFSAC Tesng/Cerficaon 240.00Check 348153 Amount ALONZO, NICK Total $240.00 AM TEST INC - 002243 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 180.0006/30/2016348154 UTILITY SYSTEMS92818 405.000000.018.534.20.41.000 PROFESSIONAL SERVICESWater Bacteriological Analysis, 6/2/2016 Sample # 16M3478-3482 180.00Check 348154 Amount AM TEST INC Total $180.00 AM WATER WORKS ASSN - 004470 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 52.2506/30/2016348155 UTILITY SYSTEMS00187681 403.000000.018.537.10.49.001 MEMBERSHIPS & DUES7001208631 Membership Renew, L. Hornsby, PNW Secon, Individual, Acve, License #00187681, 09/01/2016 thru 08/31/2017 52.2506/30/2016348155 UTILITY SYSTEMS00187681 405.000000.018.534.10.49.001 MEMBERSHIPS & DUES7001208631 Membership Renew, L. Hornsby, PNW Secon, Individual, Acve, License #00187681, 09/01/2016 thru 08/31/2017 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 4 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 AM WATER WORKS ASSN - 004470 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 52.2506/30/2016348155 UTILITY SYSTEMS00187681 406.000000.018.535.10.49.001 MEMBERSHIPS & DUES7001208631 Membership Renew, L. Hornsby, PNW Secon, Individual, Acve, License #00187681, 09/01/2016 thru 08/31/2017 52.2506/30/2016348155 UTILITY SYSTEMS00187681 407.000000.018.531.31.49.001 MEMBERSHIPS & DUES7001208631 Membership Renew, L. Hornsby, PNW Secon, Individual, Acve, License #00187681, 09/01/2016 thru 08/31/2017 209.00Check 348155 Amount AM WATER WORKS ASSN Total $209.00 AMERICAN FENCE RENTAL LLC - 002868 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 358.7206/30/2016348156 PARKS ADMIN12888 316.332043.020.594.76.61.000 SUNSET EIS PARK - LANDFAC 06/16 SUNSET AREA FENCE RENTAL - isolate area in construcon zone- 358.72Check 348156 Amount AMERICAN FENCE RENTAL LLC Total $358.72 AMERICAN TRAFFIC SOLUTIONS INC - 004425 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 68,447.5006/30/2016348157 POLICEINV00022207 000.000000.008.521.70.45.000 OPERATING RENTALSphoto enforcement for May 2016 68,447.50Check 348157 Amount AMERICAN TRAFFIC SOLUTIONS INC Total $68,447.50 ANDERSON, AMY - 111789 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 586.0806/30/2016348158 PARKS ADMINReim/Eagle Scout 316.332051.020.594.76.63.000 NORTH HIGHLANDS PARK IMPROVEMENTSEagle Scout arbor project for North Highlands Community Garden 586.08Check 348158 Amount ANDERSON, AMY Total $586.08 ANDREW MICHAEL CONSTRUCTION - 109561 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 60.8606/30/2016348159 REVENUE/BALANCE SHEET046104-004/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE4726 NE 25th ST - Credit bal, final date: 5/16/16 60.86Check 348159 Amount ANDREW MICHAEL CONSTRUCTION Total $60.86 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 5 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 ANGELICA HAYTON - 110934 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 13.0006/30/2016348160 REVENUE/BALANCE SHEET206 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Buck received at the 6/7/16 Market 21.0006/30/2016348160 REVENUE/BALANCE SHEET236 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 18.0006/30/2016348160 REVENUE/BALANCE SHEET260 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT sales on 6/21/16 16.0006/30/2016348160 PARKS ADMIN206 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Buck received at the 6/7/16 Market 10.0006/30/2016348160 PARKS ADMIN236 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 78.00Check 348160 Amount ANGELICA HAYTON Total $78.00 ANSWERLINE COMMUNICATIONS INC - 005085 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 106.4406/30/2016348161 TRANSPORTATION/AIRPORT160500000101 402.000000.016.546.20.41.000 PROFESSIONAL SERVICESAer hours answering service - tower office 106.44Check 348161 Amount ANSWERLINE COMMUNICATIONS INC Total $106.44 ANTONIO BAUTISTA - 110907 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 50.0006/30/2016348162 REVENUE/BALANCE SHEET0253 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 55.0006/30/2016348162 REVENUE/BALANCE SHEET200 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 116.0006/30/2016348162 PARKS ADMIN0253 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 54.0006/30/2016348162 PARKS ADMIN200 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 275.00Check 348162 Amount ANTONIO BAUTISTA Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 6 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $275.00 APS SURVEY & MAPPING LLC - 005237 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 12,779.2306/30/2016348163 UTILITY SYSTEMS12580-REV-1 427.475455.018.531.35.41.000 NPDES STORM SYS FIELD MAPPING PROF SERVICAG-13-194, Storm System Field Mapping (phase 2) - NPDES Permit Project, Exp 08/31/2016, Account number updated. ADD 1-15, Time only. ADD 2-15, Time and Money 12,779.23Check 348163 Amount APS SURVEY & MAPPING LLC Total $12,779.23 AQUATIC SPECIALTY SERVICES INC - 005305 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 328.5006/30/2016348164 PARKS ADMIN10839 001.000000.020.576.20.48.000 REPAIRS & MAINTENANCEFAC 06/16 HMAC MONTHLY SERVICE 328.50Check 348164 Amount AQUATIC SPECIALTY SERVICES INC Total $328.50 ARNSON, DAN - 111748 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 88.3106/30/2016348165 REVENUE/BALANCE SHEET007652/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUERefund - credit bal, final date: 5/17/16 88.31Check 348165 Amount ARNSON, DAN Total $88.31 ARRAY NETWORKS - 005875 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,957.3006/30/2016348166 FINANCE & IT5445129 503.000000.004.518.82.41.003 SERVICE CONTRACTSQTy: 1 #GS982137 1 Year 24x7 Gold Support SPX2800 Universal Access Edion with Desktop Direct~ S/N: 0821C0213 Term: 07/30/16- 07/30/17 ~ Qty: 1 # GS982220~ 1 Year 24x7 Gold Support Add 50 Concurrent users to SPX2800~ S/N: 0821C0213~ Term: 07/30/16 - 07/30/17 3,957.30Check 348166 Amount ARRAY NETWORKS Total $3,957.30 ASPEN WO LLC - 111764 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 106.8006/30/2016348167 REVENUE/BALANCE SHEET040369/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE18603 108th Ave SE - Credit bal, final date: 5/16/16 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 7 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 ASPEN WO LLC - 111764 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 106.80Check 348167 Amount ASPEN WO LLC Total $106.80 ASTRAL COMMUNICATION INC - 006373 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 15.0006/30/2016348168 FINANCE & IT160904 503.000000.004.518.82.42.001 POSTAGEShipping for repair 15.00Check 348168 Amount ASTRAL COMMUNICATION INC Total $15.00 AT&T - 006399 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,449.4606/30/2016348169 FINANCE & IT31416D3628132 503.530054.004.518.82.35.000 NETWORK CONNECTIVITY - MINOR EQUIPMENTRelocaon of Conduit/Fiber - Renton Airport to accommodate areospace building on Rainier Ave 2,449.46Check 348169 Amount AT&T Total $2,449.46 BARBER, WILLIAM - 111774 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 40.1306/30/2016348170 REVENUE/BALANCE SHEET025950/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE224 Powell Ave SW - Credit bal, final date: 5/24/16 40.13Check 348170 Amount BARBER, WILLIAM Total $40.13 BAUTISTA FARMS - 110914 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3.0006/30/2016348171 REVENUE/BALANCE SHEET179 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 20.0006/30/2016348171 REVENUE/BALANCE SHEET224 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 6.0006/30/2016348171 PARKS ADMIN179 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 2.0006/30/2016348171 PARKS ADMIN224 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 31.00Check 348171 Amount BAUTISTA FARMS Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 8 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $31.00 BENEFIT ADMINISTRATION CO - 100007 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,597.8206/24/2016348120 REVENUE/BALANCE SHEETBen1737806 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPLAN MEMBER SERVICES: Payment 4,940.2706/24/2016348120 REVENUE/BALANCE SHEETBen1737806 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSMERP PLAN MEMBER SERVICES: Payment 8,538.09Check 348120 Amount BENEFIT ADMINISTRATION CO Total $8,538.09 BENITA R HORN & ASSOCIATES - 009242 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,400.0006/30/2016348172 EXECUTIVE5-001 000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP Jan 2016 4,320.0006/30/2016348172 EXECUTIVE5-002 000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP Feb 2016 4,050.0006/30/2016348172 EXECUTIVE5-003 000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP March 2016 1,740.0006/30/2016348172 EXECUTIVE5-004 000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP April 2016 4,740.0006/30/2016348172 EXECUTIVE6-001 000.000000.003.513.10.41.003 CONTRACTED SERVICESDIVERSITY ASSESSMENT & ROAD MAP May 2016 17,250.00Check 348172 Amount BENITA R HORN & ASSOCIATES Total $17,250.00 BERK CONSULTING INC - 009274 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,103.9006/30/2016348173 UTILITY SYSTEMS10063-05-16 427.475241.018.531.35.41.000 RENTON STORM WATER MANUAL PROF SVCSCAG-15-204, Low Impact Development Code Eval and Update , EXP 12/31/2016 4,103.90Check 348173 Amount BERK CONSULTING INC Total $4,103.90 BLAKE PLUMBING INC - 010000 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,603.7306/30/2016348174 PARKS ADMIN1602601 000.060751.020.565.10.49.000 HRAP-FIRST SAVINGSUsed vacuum truck to excavate water main at break; repaired water main and backfilled hole. Donalson, Jr. 1,603.73Check 348174 Amount BLAKE PLUMBING INC Total $1,603.73 BLAYDEN, ROBERT OR SHIRLEY - 111779 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 9 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 BLAYDEN, ROBERT OR SHIRLEY - 111779 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 35.0006/30/2016348175 REVENUE/BALANCE SHEET030723/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 5/13/16 35.00Check 348175 Amount BLAYDEN, ROBERT OR SHIRLEY Total $35.00 BLUE LINE TRAINING LLC - 010222 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 598.0006/30/2016348176 POLICE2996 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for GRAY and HARDIN to aend the Officer Involved Shoong Invesgaon class on September 21 - 22, 2016 in Lacey, WA. 598.0006/30/2016348176 POLICE3001 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for JARRATT and SJOLIN to aend the Officer Involved Shoong Invesgaon class on September 21 - 22, 2016 in Lacey, WA. 1,196.00Check 348176 Amount BLUE LINE TRAINING LLC Total $1,196.00 BRADLEY HAGEN & GULLIKSON LLC - 011181 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,000.0006/30/2016348177 EXECUTIVE20920 127.000000.003.571.10.41.000 CABLE TV - CONSULTANT EXPCable administraon, April 2016 1,000.0006/30/2016348177 EXECUTIVE20996 127.000000.003.571.10.41.000 CABLE TV - CONSULTANT EXPCable administraon, May 2016 1,000.0006/30/2016348177 EXECUTIVE21028 127.000000.003.571.10.41.000 CABLE TV - CONSULTANT EXPCable administraon June 2016 3,000.00Check 348177 Amount BRADLEY HAGEN & GULLIKSON LLC Total $3,000.00 BRATWEAR UNIFORMS - 011261 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 50.4206/30/2016348178 POLICE18625 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLabor - remove and replace arm patches on jumpsuit and jacket (MCGRUDER) 411.0006/30/2016348178 POLICE18628 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMDuty Jacket, arm patches BRUS 63.5706/30/2016348178 POLICE18631 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMRemove and replace badge and stripes on Jacket (WILKINSON); Remove and replace arm patches on 5.11 liner and jacket (FEKETE); embrodriery nametag on shirt (JENSEN) 452.6506/30/2016348178 POLICE18673 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLightweight jumpsuit - OVERLY H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 10 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 BRATWEAR UNIFORMS - 011261 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 515.1206/30/2016348178 POLICE18674 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLightweight jumpsuit - CUMMING 991.8806/30/2016348178 POLICE18675 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMWinter jumpsuit, lightweight jumpsuit - MORRIS 470.1806/30/2016348178 POLICE18901 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLightweight jumpsuit - NIELSEN C. 515.1206/30/2016348178 POLICE18902 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - CITRON 564.4406/30/2016348178 POLICE18903 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - JONES J. 564.4406/30/2016348178 POLICE18904 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - BRUS 564.4406/30/2016348178 POLICE18987 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - DAVIS C. 515.1206/30/2016348178 POLICE19003 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAll season jumpsuit - NUGENT 224.3806/30/2016348178 POLICE19042 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to Spiwak shirts, remove and replace nametags of jackets and fleece, remove and replace badges, stripes, and arm patches (KORDEL, EDDY, FERGUSON, SJOLIN, VANVALEY, WILKINSON TRACY) 613.7606/30/2016348178 POLICE19043 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to customer Spiwak shirts 276.1906/30/2016348178 POLICE19044 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to Spiwak shirts - ADAM, BARFIELD G, BARFIELD S, HARDIN, JORDAN, SANGDER, SWAIN 207.1806/30/2016348178 POLICE19045 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to Spiewak shirts, remove sergeant stripes & add a star to collar 165.6706/30/2016348178 POLICE19046 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags and stripes to fleece and jacket, add collar brass (FIGARO); Remove and replace arm patches, add nametags to Spiwak shirts (GREENWADE, SJOLIN, BAUER, CUNNINGHAM, JENSEN) 1,025.8606/30/2016348178 POLICE19047 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAdd nametags to Spiwak shirts - SNYDER, ASHBAUGH, GOULD, BRUNNER, JOHNSON D, JUDD, SAGIAO, CITRON, BUNKO, TIBEAU, MILOSEVICH, AWAI, WARNER, CHANG, MCGRUDER, JONES, SCOTT, HASSINGER, OVERLY, FERGUSON, FEKETE K, MONTEMAYOR, COLEMAN, MITCHELL, PAGET, JONES, MEYERS, WHITNEY, BARFIELD S, JOHNSON CO, JARRATT, JOHNSON K, RENGGLI, SMITH T EDWARDS) H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 11 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 BRATWEAR UNIFORMS - 011261 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 57.9606/30/2016348178 POLICE19049 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLabor: add to jumpsuit special pocket for COBAN - FERGUSON 878.5906/30/2016348178 POLICE19050 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMRemove & replace nametag & collar brass on jacket (MILOSEVICH & VANVALEY); Embrodier nametags on shirts (PHIPPS & MILOSEVICH); Remove & replace nametags on Jackets & liners (PAGET, MATHEWS, MONTEMAYORS, SJOLIN, MILOSEVICH, VANVALEY, SPENCER, CUNNINGHAM, MERCADO) 1,079.5606/30/2016348178 POLICE19054 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMJumpsuits for KORDEL (Lightweight and All Season), taser pocket, nametag. 10,207.53Check 348178 Amount BRATWEAR UNIFORMS Total $10,207.53 BRIDGESTONE SPORTS USA INC - 011344 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 211.5006/30/2016348179 PARKS ADMIN1002512745 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE / BALLS 211.50Check 348179 Amount BRIDGESTONE SPORTS USA INC Total $211.50 BRIGANCE, RONNIE - 111769 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 199.4806/30/2016348180 REVENUE/BALANCE SHEET014105/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE4133 NE 17th ST - Credit bal, final date: 5/10/16 199.48Check 348180 Amount BRIGANCE, RONNIE Total $199.48 BROWN COUNTY CHILD SUPPORT - 100029 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 300.0006/24/2016348121 REVENUE/BALANCE SHEETBen1737826 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSBrown County Child Support: Payment 300.00Check 348121 Amount BROWN COUNTY CHILD SUPPORT Total $300.00 BRUCE C ALLEN & ASSOCIATES INC - 011880 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,500.0006/30/2016348181 PARKS ADMIN16-0180A 316.000000.020.518.30.41.000 PROFESSIONAL SERVICESFAC 06/16 APPRAISAL FOR FORMER HIGHLANDS LIBRARY ~ 2902 ne 12th st H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 12 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 BRUCE C ALLEN & ASSOCIATES INC - 011880 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6,000.0006/30/2016348181 PARKS ADMIN16-0142A 316.332004.020.594.76.61.000 FAWCETT SOUTH ACQUISITIONCIP/PPNR: (CAG-16-066) FAWCETT SOUTH-MEADOW PARTNERS PROPERTY (MAY CREEK) LOCATED AT 4008 MEADOW AVE N, RENTON, WA - APPRAISAL REPORT ~ Appraiser: Greg Doodman, MAI 10,500.00Check 348181 Amount BRUCE C ALLEN & ASSOCIATES INC Total $10,500.00 BRYANTS TRACTOR & MOWER INC - 011895 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 45.6606/30/2016348182 PW SHOPS91968 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIESGrease for trimmers. 437.6206/30/2016348182 PW SHOPS91968 405.000000.019.534.50.35.000 SMALL TOOLS/MINOR EQUIPMENTWeed trimmer, poly head and grease for water. 45.6606/30/2016348182 PW SHOPS91968 406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIESGrease for trimmers. 45.6606/30/2016348182 PW SHOPS91968 407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIESGrease for trimmers. 574.60Check 348182 Amount BRYANTS TRACTOR & MOWER INC Total $574.60 BUILDERS EXCHANGE OF WA INC - 012137 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 45.0006/30/2016348183 TRANSPORTATION/AIRPORT1050781 317.122108.016.542.30.19.010 STREET OVERLAY PROGRAM PA SAL/BENAdversement for 2016 Street Patch and Overlay Project 145.0006/30/2016348183 TRANSPORTATION/AIRPORT1050781 317.122122.016.595.11.63.000 SUNSET LANE - PRELIM ENGAdversement for Sunset Lane NE Improvements Project. 30.0006/30/2016348183 UTILITY SYSTEMS1050781 427.475193.018.531.35.44.000 CEDAR RIVER GRAVEL REMOVAL ADVERTISINGPublish projects online - Elliot Spawning Channel Inlet Project 45.0006/30/2016348183 UTILITY SYSTEMS1050781 427.475503.018.594.31.63.000 N 30TH ST/BURNETT AVE N STORM SYS IMPROVPublish projects online - N 30th Street and Burne Ave N Storm System Improvement Project 45.0006/30/2016348183 PARKS ADMIN1050781 504.000000.020.518.21.44.000 ADVERTISINGFAC 06/16 RFP PUBLICATION FOR JOC 310.00Check 348183 Amount BUILDERS EXCHANGE OF WA INC Total $310.00 BURNELL, CRAIG - 012434 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 13 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 BURNELL, CRAIG - 012434 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 141.4806/30/2016348184 CED5/3/2016 000.000000.007.558.50.43.001 TRAVELMileage reimbursement - Craig Burnell aended WABO Spring Conference in Leavenworth 262 mi 141.48Check 348184 Amount BURNELL, CRAIG Total $141.48 CALLAWAY GOLF COMPANY - 013280 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,011.9206/30/2016348185 PARKS ADMIN926654587 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: BALLS -1,126.0806/30/2016348185 PARKS ADMIN926784078 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE CREDIT / BALLS 885.84Check 348185 Amount CALLAWAY GOLF COMPANY Total $885.84 CANBER CORPS - 013391 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 28,513.9106/30/2016348186 PARKS ADMIN34551 001.000000.020.576.81.48.003 MAINTENANCEPKS: CAG-16-078 (JUNE 2016) CANBER CORPS/ PROVIDE LANDSCAPE MAINTENANCE SERVICES TO CITY OWNED SITES (SITES # 1 thru 43)~ THREE YEAR CONTRACT (MAY 4, 2016 TO DEC. 31, 2018)~ SERVICE COMPLETED 6/30/2016 12,916.0706/30/2016348186 PARKS ADMIN34558 316.332012.020.576.81.41.003 TREE MAINTENANCECS/PPNR: (CAG-16-095) HONEY CREEK RIDGE HOA - TREE & STUMP REMOVAL (TREE AND SIDEWALK PROJECT - PHASE 1) @ $12,916.07 41,429.98Check 348186 Amount CANBER CORPS Total $41,429.98 CARDE, MADELEINE - 111754 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 38.6906/30/2016348187 REVENUE/BALANCE SHEET051783/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE4811 Shauck PL S CC102 - credit bal, final date: 5/18/16 38.69Check 348187 Amount CARDE, MADELEINE Total $38.69 CARL WARREN & COMPANY - 013774 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 14 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CARL WARREN & COMPANY - 013774 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 124.1806/30/2016348188 HUMAN RESOURCESMay 2016 502.000000.014.518.62.46.017 LIABILITY CLAIMS POLICEcosts for claimant State Farm AKA Aaron M Lucas, date of loss 2/16/16, client file no. 16022 180.3406/30/2016348188 HUMAN RESOURCESApril 2016 502.000000.014.518.62.46.026 LIABILITY CLAIMS PW STREET MAINTcosts for claimant Julie Marnoli, date of loss 2/20/16, client file no. 16-011 278.5206/30/2016348188 HUMAN RESOURCESMay 2016 502.000000.014.518.62.46.026 LIABILITY CLAIMS PW STREET MAINTcosts for claimant Joel Cervantes, date of loss 3/23/16, client file no. 16-016 28.0806/30/2016348188 HUMAN RESOURCESMay 2016 502.000000.014.518.62.46.026 LIABILITY CLAIMS PW STREET MAINTcosts for claimant Julie Marnoli, date of loss 2/20/16, client file no. 16-011 299.6806/30/2016348188 HUMAN RESOURCESMay 2016 502.000000.014.518.62.46.026 LIABILITY CLAIMS PW STREET MAINTcosts for claimant Victoria Galloway, date of loss 3/24/16, client file no. 16-015 201.4006/30/2016348188 HUMAN RESOURCESMay 2016 502.000000.014.518.62.46.034 LIABILITY CLAIMS WATER MAINTcosts for claimant Alayna Gagnier, date of loss 4/13/16, client file no. CL-16-020 257.4606/30/2016348188 HUMAN RESOURCESApril 2016 502.000000.014.518.62.46.035 LIABILITY CLAIMS WASTEWATER MAINTcosts for claimant Tyjuana Barkus, date of loss 1/12/2016, client file no. 16-006 131.2006/30/2016348188 HUMAN RESOURCESMay 2016 502.000000.014.518.62.46.035 LIABILITY CLAIMS WASTEWATER MAINTcosts for claimant Gina Carver, date of loss 3/25/16, client file no. CL 16-025 56.1606/30/2016348188 HUMAN RESOURCESMay 2016 502.000000.014.518.62.46.035 LIABILITY CLAIMS WASTEWATER MAINTcosts for claimant Tyjuana Barkus, date of loss 1/12/16, client file no. 16-006 1,557.02Check 348188 Amount CARL WARREN & COMPANY Total $1,557.02 CAYCE & GROVE PS - 014385 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 36,354.6706/27/2016348118 EXECUTIVEMAY2016 000.000000.003.512.50.41.010 COURT PUBLIC DEFENDERSPUBLIC DEFENSE SERVICES MAY 2016 36,354.67Check 348118 Amount CAYCE & GROVE PS Total $36,354.67 CDW GOVERNMENT INC - 014396 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 922.2106/30/2016348189 FINANCE & ITDJL0337 503.530051.004.518.82.35.030 ENTERPRISE EDGE DESKTOP/LAPTOP MINOR EQU5ea. Dell D2213 monitors for replacement H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 15 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CDW GOVERNMENT INC - 014396 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 260.4606/30/2016348189 FINANCE & ITDGK6058 503.530051.004.518.82.35.034 ENTERPRISE EDGE OTHER MINOR EQUIPMENT7ea. Havis Mounts for PW 1,182.67Check 348189 Amount CDW GOVERNMENT INC Total $1,182.67 CENTURYLINK - 065185 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 448.3706/30/2016348190 FINANCE & IT206-T32-4645 503.000000.004.518.82.42.003 TELEPHONE206-T32-4645 448.37Check 348190 Amount CENTURYLINK Total $448.37 CERIUM NETWORKS INC - 014535 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 12,384.4606/30/2016348191 FINANCE & IT054307 503.530055.004.518.82.35.000 COMMUNICATIONS SYSTEMS - MINOR EQUIPMENTKemp Technologies - LoadMaster 3000~ ~ Qty: 1 LM3-3000-B-TIP KEMP Trade In Prog. Approval Re (includes 3 years of Basic support)~ ~ Qty: 1 LM3-3000-B-TIP KEMP Trade In Prog. Approval Re (includes 3 years of Basic support)~ ~ Cerium Professional Services~ Qty: 8 MS - HARDWARE LOAD BALANCER - KEMP TECHNOLOGIES - DEPLOYMENT 12,384.46Check 348191 Amount CERIUM NETWORKS INC Total $12,384.46 CERTIFIED LABORATORIES - 014855 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 279.8106/30/2016348192 PARKS ADMIN2340719 001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: RESTOCK SUPPLIES FOR PARK AVE SHOP QTY 1 - POWER GLOSS , 2 X 2.5 GL, US CL (5 GL); ~ QTY 1 - DISPENSER, 2-1/2 GAL~ SYSTEM PRICE @ $255.53 + sales tax @ $24.28 279.81Check 348192 Amount CERTIFIED LABORATORIES Total $279.81 CHAE THAO - 111006 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 16 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CHAE THAO - 111006 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 5.0006/30/2016348193 REVENUE/BALANCE SHEET193 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 10.0006/30/2016348193 PARKS ADMIN193 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 15.00Check 348193 Amount CHAE THAO Total $15.00 CHAPTER 13 TRUSTEE - 100016 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 165.0006/24/2016348122 REVENUE/BALANCE SHEETBen1737824 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSCHAPTER 13 TRUSTEE: Payment 165.00Check 348122 Amount CHAPTER 13 TRUSTEE Total $165.00 CHAPTER 13 TRUSTEE - 100059 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 462.5006/24/2016348123 REVENUE/BALANCE SHEETBen1737830 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSCHAPTER 13 TRUSTEE #3: Payment 462.50Check 348123 Amount CHAPTER 13 TRUSTEE Total $462.50 CHAPTER 13 TRUSTEE #2 - 100058 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,952.1406/24/2016348124 REVENUE/BALANCE SHEETBen1737822 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSCHAPTER 13 #2: Payment 1,952.14Check 348124 Amount CHAPTER 13 TRUSTEE #2 Total $1,952.14 CHEUNG, DARREN - 111780 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 129.1306/30/2016348194 REVENUE/BALANCE SHEET032123/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 4/22/16 129.13Check 348194 Amount CHEUNG, DARREN Total $129.13 CHRISTENSEN, DAVID - 015405 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 17 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CHRISTENSEN, DAVID - 015405 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 192.2906/30/2016348195 UTILITY SYSTEMSTRAVEL PER DIEM 406.000000.018.535.20.43.001 TRAVELMileage - WA State Dig Law Safety Commiee Quarterly Meeng, Sherwood, OR, Christensen 7/12/2016 - 7/13/2016 70.0006/30/2016348195 UTILITY SYSTEMSTRAVEL PER DIEM 406.000000.018.535.20.43.007 MEALS & INCIDENTAL EXPENSEPer Diem - WA State Dig Law Safety Commiee Quarterly Meeng, Sherwood, OR, Christensen 7/12/2016 - 7/13/2016 262.29Check 348195 Amount CHRISTENSEN, DAVID Total $262.29 CHRISTOFFER, KODY - 111760 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 154.7506/30/2016348196 REVENUE/BALANCE SHEET047759/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE1421 N 32nd ST - Credit bal, final date: 5/13/16 154.75Check 348196 Amount CHRISTOFFER, KODY Total $154.75 CHU SHIN CHUI - 111777 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 39.3506/30/2016348197 REVENUE/BALANCE SHEET002823/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE5035 NE 23rd ST - Credit bal, final date: 5/16/16 39.35Check 348197 Amount CHU SHIN CHUI Total $39.35 CHUE K CHASENGNOU - 111743 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 5.0006/30/2016348198 REVENUE/BALANCE SHEET251 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/7/16 17.0006/30/2016348198 REVENUE/BALANCE SHEET252 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/14/16 8.0006/30/2016348198 REVENUE/BALANCE SHEET268 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT sales on 6/21/16 10.0006/30/2016348198 PARKS ADMIN251 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/7/16 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 18 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CHUE K CHASENGNOU - 111743 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 8.0006/30/2016348198 PARKS ADMIN252 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/14/16 48.00Check 348198 Amount CHUE K CHASENGNOU Total $48.00 CINTAS CORPORATION #460 - 015563 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 7.0006/30/2016348199 PW SHOPS460616619 407.000000.019.531.35.49.007 LAUNDRYLaundry/coveralls for surface water. 7.0006/30/2016348199 PW SHOPS460621459 407.000000.019.531.35.49.007 LAUNDRYLaundry/coveralls for surface. 243.5606/30/2016348199 PW SHOPS460616619 501.000000.019.548.60.49.007 LAUNDRYLaundry/coveralls, scrub, mops, towels for the garage. 243.5606/30/2016348199 PW SHOPS460621459 501.000000.019.548.60.49.007 LAUNDRYLaundry/coveralls, scrub, towels and towels. 501.12Check 348199 Amount CINTAS CORPORATION #460 Total $501.12 CIOCANAS, MARIA - 111783 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4.5006/30/2016348200 REVENUE/BALANCE SHEETEG00054886 000.000000.000.237.09.00.000 CODE FEE3604 NE 8th ST, B15006334 Permit canx because house plan changed. A new submial was necessary. Refunding permit fees (includes MEP's) only and the customer will re-apply for a new permit and pay all fees. 175.0006/30/2016348200 CEDEG00054886 000.000000.007.322.10.00.000 PLUMBING PERMIT FEES3604 NE 8th ST, B15006334 Permit canx because house plan changed. A new submial was necessary. Refunding permit fees (includes MEP's) only and the customer will re-apply for a new permit and pay all fees. 3,208.9006/30/2016348200 CEDEG00054886 000.000000.007.322.10.01.000 BLDG PERMITS/CML/RESID3604 NE 8th ST, B15006334 Permit canx because house plan changed. A new submial was necessary. Refunding permit fees (includes MEP's) only and the customer will re-apply for a new permit and pay all fees. H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 19 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CIOCANAS, MARIA - 111783 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 100.0006/30/2016348200 CEDEG00054886 000.000000.007.322.10.02.000 ELECTRICAL PERMITS3604 NE 8th ST, B15006334 Permit canx because house plan changed. A new submial was necessary. Refunding permit fees (includes MEP's) only and the customer will re-apply for a new permit and pay all fees. 175.0006/30/2016348200 CEDEG00054886 000.000000.007.322.10.03.000 MECHANICAL PERMITS3604 NE 8th ST, B15006334 Permit canx because house plan changed. A new submial was necessary. Refunding permit fees (includes MEP's) only and the customer will re-apply for a new permit and pay all fees. 3,663.40Check 348200 Amount CIOCANAS, MARIA Total $3,663.40 CITY OF RENTON - 015940 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 7.1306/30/2016348201 CEDPC/Finance 000.000000.007.558.70.43.001 TRAVELCliff Long - Mileage to/from SeaTac Airport for ISCS RECon trip 20.0906/30/2016348201 FIREPC/Finance 000.000000.009.525.60.43.001 TRAINING EM MGTKarissa Smith - Mileage for various EM related meengs and events during the laer part of May 3.2406/30/2016348201 FIREPC/Finance 000.000000.009.525.60.43.001 TRAINING EM MGTTami Dauenhauer - Mileage for two trips to and from the EOC (Fire Staon 12) preparing for and parcipang in the Cascadia Rising exercise. 49.4606/30/2016348201 FIREPC/Finance 000.000000.009.525.60.43.001 TRAINING EM MGTKarissa Smith - Mileage for various EM related meengs & events during May 24.9506/30/2016348201 FIREPC/Finance 000.059203.009.525.60.31.000 SUPPLIES 2015 EMPG GRANTDeborah Needham - Safeway, water boles for Cascadia Rising exercise parcipants 7.9706/30/2016348201 PARKS ADMINPC/Finance 001.000000.020.576.81.31.000 OFFICE/OPERATING SUPPLIESTodd Black - Parking Fees and Zip Ties from Fry's 7.5006/30/2016348201 PARKS ADMINPC/Finance 001.000000.020.576.81.43.001 TRAVELTodd Black - Parking Fees and Zip Ties from Fry's 50.0006/30/2016348201 REVENUE/BALANCE SHEETPC/Finance 009.000000.000.111.70.00.000 PETTY CASHCarrie Olson - Farmers Market, pey cash change 15.0006/30/2016348201 UTILITY SYSTEMSPC/Finance 403.000000.018.537.60.41.011 LHWMP GRANT PROGRAMLinda Knight - Parking, LHWMP Core Team Meeng 5/18/16 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 20 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CITY OF RENTON - 015940 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 15.0006/30/2016348201 UTILITY SYSTEMSPC/Finance 403.000000.018.537.60.41.011 LHWMP GRANT PROGRAMLinda Knight - Parking, LHWMP Core Team Meeng 5/11/16 15.0006/30/2016348201 UTILITY SYSTEMSPC/Finance 403.000000.018.537.60.41.011 LHWMP GRANT PROGRAMLinda Knight - Parking, LHWMP Core Team Meeng 5/4/16 36.6206/30/2016348201 HUMAN RESOURCESPC/Finance 512.000000.014.517.30.31.013 OFFICE/OPERATING SUPPLIES - WELLNESSStephen Rawson - Fred Meyer, Snacks for move more Wednesday walk 251.96Check 348201 Amount CITY OF RENTON Total $251.96 CITY OF RENTON - PSERS - 100018 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,608.5406/24/20164999 REVENUE/BALANCE SHEETBen1737846 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPSERS: Payment 1,608.54Check 4999 Amount CITY OF RENTON - PSERS Total $1,608.54 CITY OF RENTON FWT - 015945 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 290,278.2506/24/20164995 REVENUE/BALANCE SHEETBen1737838 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSFEDERAL WITHHOLDING TAXES: Payment 290,278.25Check 4995 Amount CITY OF RENTON FWT Total $290,278.25 CITY OF RENTON LEOFF I - 044100 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6.9706/24/20165002 REVENUE/BALANCE SHEETBen1737852 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSLEOFF I FIRE: Payment 6.97Check 5002 Amount CITY OF RENTON LEOFF I Total $6.97 CITY OF RENTON LEOFF II - 044102 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 70,002.2906/24/20164992 REVENUE/BALANCE SHEETBen1737832 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSLEOFF II POLICE: Payment 83,049.6606/24/20164992 REVENUE/BALANCE SHEETBen1737832 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSLEOFF II FIRE: Payment 153,051.95Check 4992 Amount CITY OF RENTON LEOFF II Total $153,051.95 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 21 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CITY OF RENTON PERS 1 - 058841 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,804.7606/24/20165003 REVENUE/BALANCE SHEETBen1737854 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPERS I: Payment 1,804.76Check 5003 Amount CITY OF RENTON PERS 1 Total $1,804.76 CITY OF RENTON PERS 3 - 058843 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 38,913.6206/24/20165000 REVENUE/BALANCE SHEETBen1737848 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPERS 3: Payment 38,913.62Check 5000 Amount CITY OF RENTON PERS 3 Total $38,913.62 CITY OF RENTON PERS II - 058842 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 198,534.2406/24/20164996 REVENUE/BALANCE SHEETBen1737840 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPERS II: Payment 198,534.24Check 4996 Amount CITY OF RENTON PERS II Total $198,534.24 CITY OF RENTON PERS JBM 11 - 058839 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,687.8606/24/20165004 REVENUE/BALANCE SHEETBen1737856 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPERS JBM 11: Payment 1,687.86Check 5004 Amount CITY OF RENTON PERS JBM 11 Total $1,687.86 CITY OF RENTON, OASDI & MEDICARE - 100027 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 241,652.4806/24/20164993 REVENUE/BALANCE SHEETBen1737834 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSoc Sec: Payment 72,148.5606/24/20164993 REVENUE/BALANCE SHEETBen1737834 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSMEDICARE: Payment 313,801.04Check 4993 Amount CITY OF RENTON, OASDI & MEDICARE Total $313,801.04 CITY OF SEATTLE - 072270 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,884.5806/30/2016348202 PW SHOPS2533697460257 405.000000.019.534.50.47.002 WATERWater bill for Logan ave e in. 2,840.2706/30/2016348202 PW SHOPS2533698460256 405.000000.019.534.50.47.002 WATERWater bill for Logan ave/2nd. H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 22 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CITY OF SEATTLE - 072270 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 8,247.0006/30/2016348202 UTILITY SYSTEMS2533708460260 405.459201.018.534.20.41.000 WATER CONSERVATION PROF SVCS2016 Water Purveyor Conservaon Block Charges as Outlined in 50-year Paral Requirements Contract with City of Seale (CAG-11-093) 13,971.85Check 348202 Amount CITY OF SEATTLE Total $13,971.85 CITY OF SEATTLE - DEPT FINANCE - 072271 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 15.0806/30/2016348203 TRANSPORTATION/AIRPORT1195330936173 003.000000.016.542.95.47.001 ELECTRICITY710 NW 3RD CT 248.8906/30/2016348203 TRANSPORTATION/AIRPORT1195330944043 003.000000.016.542.95.47.001 ELECTRICITY13901 MONSTER RD S 76.8206/30/2016348203 PW SHOPS1199491289038 405.000000.019.534.50.47.001 ELECTRICITY/PUMPINGLight bill for 12603 82nd ave s. 340.79Check 348203 Amount CITY OF SEATTLE - DEPT FINANCE Total $340.79 CITY SCENE CAFE - 015959 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 14.2406/30/2016348204 MUNICIPAL COURT060916 000.000000.002.512.50.43.007 MEALS & INCIDENTAL EXPENSEJuror coffee for 6-9-16 37.2306/30/2016348204 EXECUTIVE062016 000.000000.003.513.10.43.007 MEALS & INCIDENTAL EXPENSELunch order for African American Pastoral Group meeng 37.7006/30/2016348204 HUMAN RESOURCESMay 20 000.000000.014.518.10.43.007 MEALS & INCIDENTAL EXPENSElunch for Fire negoaons team - management 89.17Check 348204 Amount CITY SCENE CAFE Total $89.17 CLARK SECURITY PRODUCTS INC - 016096 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 68.4706/30/2016348205 PARKS ADMIN23k-117639 504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 COULON BATHROOM DOOR REPAIR - Arm for door closer 68.47Check 348205 Amount CLARK SECURITY PRODUCTS INC Total $68.47 COAL CREEK UTILITY DISTRICT - 016455 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 23 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 COAL CREEK UTILITY DISTRICT - 016455 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 42.2106/30/2016348206 PARKS ADMIN002857 1 504.000000.020.518.21.47.002 WATER, METRO, GARBAGEFAC/PKS: 06/16 KENYON PROP/MAY CREEK (LINCOLN) - 4/5-6/2 ~ 3447 Lincoln Drive NE 42.21Check 348206 Amount COAL CREEK UTILITY DISTRICT Total $42.21 COAST & HARBOR ENGINEERING INC - 016463 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 216.9006/30/2016348207 TRANSPORTATION/AIRPORT340502-6 422.725080.016.594.46.63.000 MAINTENANCE DREDGING & SHORELINE MITIGATShoreline Migaon project - consultant services for April 216.90Check 348207 Amount COAST & HARBOR ENGINEERING INC Total $216.90 COASTWIDE LABORATORIES - 016470 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 103.6706/30/2016348208 PARKS ADMINw2883557-1 504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 SPECTRUM BOWL CLNR 218.8706/30/2016348208 PARKS ADMINw2883557 504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 VINYL GLOVES/CLEANER 1,644.4706/30/2016348208 PARKS ADMINw2885349 504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 FOAM WASH ~ Custodian supply 1,967.01Check 348208 Amount COASTWIDE LABORATORIES Total $1,967.01 CODE PUBLISHING INC - 016493 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 127.5706/30/2016348209 CITY CLERK53380 000.000000.012.514.21.49.011 CODIFICATIONSElectronic updates - ORDS - Inv #53380 127.57Check 348209 Amount CODE PUBLISHING INC Total $127.57 COLONIAL LIFE INSURANCE - 100000 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 306.0906/24/20164998 REVENUE/BALANCE SHEETBen1737844 632.000000.000.231.50.20.000 ACCRUED EMPLOYEE BENEFITSCOL LIFE INSURANCE: Payment 306.09Check 4998 Amount COLONIAL LIFE INSURANCE Total $306.09 COLUMBIA BASIN WATER WORKS INC - 016951 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 24 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 COLUMBIA BASIN WATER WORKS INC - 016951 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,422.3006/30/2016348210 PW SHOPS714 405.000000.019.534.50.48.000 REPAIRS & MAINTENANCELarge meter tesng and repair. 2,341.0106/30/2016348210 PW SHOPS715 405.000000.019.534.50.48.000 REPAIRS & MAINTENANCERepair, test hydrant meters. 6,763.31Check 348210 Amount COLUMBIA BASIN WATER WORKS INC Total $6,763.31 COMPLETE LINE LLC, THE - 017675 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,576.1706/30/2016348211 UTILITY SYSTEMS0182489-001 405.000000.018.534.10.35.000 SMALL TOOLS/MINOR EQUIPMENTMaster File Cabinets for Mylar Storage, qty 2 2,576.1706/30/2016348211 UTILITY SYSTEMS0182489-001 406.000000.018.535.10.35.000 SMALL TOOLS/MINOR EQUIPMENTMaster File Cabinets for Mylar Storage, qty 2 2,576.1706/30/2016348211 UTILITY SYSTEMS0182489-001 407.000000.018.531.31.35.000 SMALL TOOLS/MINOR EQUIPMENTMaster File Cabinets for Mylar Storage, qty 2 7,728.51Check 348211 Amount COMPLETE LINE LLC, THE Total $7,728.51 COMPUTER GENERATED SOLUTIONS - 017690 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,630.6206/30/2016348212 FINANCE & ITN000134071 503.000000.004.518.82.41.003 SERVICE CONTRACTSCity Clerk: UMB Unlimited Mailbox Renewal:~ Quote # 051216 dated May 12, 2016 between City of Renton (herein~ aer and Computer Generated Soluons, Inc. (CGS).~ A. Descripon of Services~ CGS will connue to provide maintenance and support of the Client’s site licensing of the Unlimited Mailbox Archiving Soluon for 953 users. Pricing below is for the service period of July 31, 2016 – July 30, 2017.~ Unlimited Mailbox Suite Annual Maintenance for 953 users $2,630.62 2,630.62Check 348212 Amount COMPUTER GENERATED SOLUTIONS Total $2,630.62 CONSOLIDATED PRESS PRINTING CO, INC - 018024 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 25 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CONSOLIDATED PRESS PRINTING CO, INC - 018024 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,329.6906/30/2016348213 UTILITY SYSTEMS16774 405.000000.018.534.20.49.010 PRINTING AND BINDING2016 Water Quality Report Postcard qty 31,677, Simplified Mailing Prep qty 23,619, Inkjet Mailing Prep qty 7,958, Addional Mapping qty 0.50, Customer Alteraon qty 1 3,329.69Check 348213 Amount CONSOLIDATED PRESS PRINTING CO, INC Total $3,329.69 COON, MARTIN - 111665 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 163.8206/30/2016348214 REVENUE/BALANCE SHEET048349/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 4/29/16 163.82Check 348214 Amount COON, MARTIN Total $163.82 COVINGTON, JAY BRENT - 018680 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,400.0006/30/2016348215 EXECUTIVEReimCovington 000.000000.003.513.10.49.001 MEMBERSHIPS & DUES2016 ICMA Membership reim 1,400.00Check 348215 Amount COVINGTON, JAY BRENT Total $1,400.00 CREATIVE FUEL STUDIOS - 018968 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,585.7506/30/2016348216 EXECUTIVE1859 505.000000.003.513.11.41.003 CONTRACTED SERVICESGraphic design services 4,585.75Check 348216 Amount CREATIVE FUEL STUDIOS Total $4,585.75 CROWN MOVING COMPANY - 019273 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 823.3306/30/2016348217 UTILITY SYSTEMS6705 405.000000.018.534.10.49.006 OTHER MISCELLANEOUSFee for Moving Filing Cabinets from Renton City Hall to the Maintenance Shops, 5/18/2016 823.3306/30/2016348217 UTILITY SYSTEMS6705 406.000000.018.535.10.49.006 OTHER MISCELLANEOUSFee for Moving Filing Cabinets from Renton City Hall to the Maintenance Shops, 5/18/2016 823.3406/30/2016348217 UTILITY SYSTEMS6705 407.000000.018.531.31.49.006 OTHER MISCELLANEOUSFee for Moving Filing Cabinets from Renton City Hall to the Maintenance Shops, 5/18/2016 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 26 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 CROWN MOVING COMPANY - 019273 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 156.0006/30/2016348217 PARKS ADMIN6664 504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 TOTE RENTAL FOR D. WAGNER/GOLF COURSE 2,626.00Check 348217 Amount CROWN MOVING COMPANY Total $2,626.00 CUES - 019285 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 644.8206/30/2016348218 PW SHOPS459369 406.000000.019.535.50.31.012 REPAIR AND MAINTENANCE SUPPLIESParts for Waste water TV camera. 1,280.2106/30/2016348218 PW SHOPS457564 406.000000.019.535.50.48.000 REPAIRS & MAINTENANCERepair of MZ3000, TV camera. 1,614.1006/30/2016348218 PW SHOPS459369 407.000000.019.531.35.31.012 REPAIR AND MAINTENANCE SUPPLIESParts for Surface water TV camera. 3,539.13Check 348218 Amount CUES Total $3,539.13 DAILY JOURNAL OF COMMERCE - 072200 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 614.2506/30/2016348219 TRANSPORTATION/AIRPORT3314268 317.122122.016.595.11.63.000 SUNSET LANE - PRELIM ENGAdversement for Sunset Lane Improvements project. 614.25Check 348219 Amount DAILY JOURNAL OF COMMERCE Total $614.25 DAVIS DOOR SERVICE INC - 020255 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 861.9906/30/2016348220 PARKS ADMIN203017 504.220006.020.518.21.48.000 FIRE STATION 13 - REPAIR & MAINTENANCEFAC 06/16 FS 13 DOOR REPAIR~ dds manli rental, carriage assy. genie, sprink hinge 598.9906/30/2016348220 PARKS ADMIN203275 504.220009.020.518.21.48.000 CITY SHOPS - REPAIR & MAINTENANCEFAC 06/16 SHOPS DOOR REPAIR ~ Hos, grease, spray, self tapper, door seal, jams 5,248.3406/30/2016348220 PARKS ADMIN202582 504.220012.020.518.22.48.000 CITY HALL - REPAIR & MAINTENANCEFAC 06/16 CITY HALL P2 NORTH GATE~ resisve edge, photo eye, slide gate, rawl stud, resve edge, wireless edge 6,709.32Check 348220 Amount DAVIS DOOR SERVICE INC Total $6,709.32 DEERING, CLAY - 020476 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 27 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 DEERING, CLAY - 020476 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 210.0006/30/2016348221 POLICE051916-Deering-ADVTR 000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEAdvanced per diem for DEERING to aend the 15th Annual WSSO Advanced School Safety Training Summit onJuly 24 - 28, 2016 in Kennewick, WA. 210.00Check 348221 Amount DEERING, CLAY Total $210.00 DEPARTMENT OF HEALTH - 089203 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,626.0006/30/2016348222 UTILITY SYSTEMSN02323 425.455597.018.594.34.63.000 HIGHLANDS 435-RESERVOIRS REPLACEMENTProject Permit: Highlands 435 Reservoir and Emergency Generator Project - Review and/or Approval of Project Report 1,626.00Check 348222 Amount DEPARTMENT OF HEALTH Total $1,626.00 DEPARTMENT OF LICENSING - 089198 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,452.0006/28/2016348119 PW SHOPSTitle Transfers 501.000000.019.548.60.49.008 LICENSES & PERMITSTitle transfers for RFA: F086-F091, F095-F100, F104, F109-F113, F116, F117 & F438 2,452.00Check 348119 Amount DEPARTMENT OF LICENSING Total $2,452.00 DEPARTMENT OF LICENSING - 089227 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,259.0006/30/2016348223 REVENUE/BALANCE SHEETCPL Balance 000.000000.000.237.03.00.000 CONCEALED WEAPONS-DOLprocessed 69 CPL's 1,259.00Check 348223 Amount DEPARTMENT OF LICENSING Total $1,259.00 DEPARTMENT OF TRANSPORTATION - 089302 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,038.2606/30/2016348224 UTILITY SYSTEMSRE313ATB60614016 427.475119.018.531.35.51.000 WETLAND MITIGATION BANK INTER GOVERNMENTI-405 Springbrook Cr. Wetland & Habitat, General Project Management - Construcon Engineering for the month of May 3,038.26Check 348224 Amount DEPARTMENT OF TRANSPORTATION Total $3,038.26 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 28 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 DEPT OF LABOR & INDUSTRIES - 089735 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 285.4006/30/2016348225 PARKS ADMIN191397 108.220046.020.518.21.49.000 MISCELLANEOUS-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE PENALTY - 180 day penalty for failure to correct inspecon results and submit report in me. Car 2 -conveyance #16282 285.4006/30/2016348225 PARKS ADMIN191398 108.220046.020.518.21.49.000 MISCELLANEOUS-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE PENALTY CONVEY 16283- 180 day penalty for failure to send in report with correcons 570.80Check 348225 Amount DEPT OF LABOR & INDUSTRIES Total $570.80 DEPT OF NATURAL RESOURCES - 089199 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,160.3006/21/2016348116 PARKS ADMIN4900/0100106426/2016 108.000000.020.518.20.49.000 MISCELLANEOUSFAC: 06/16 AQUATIC LANDS LEASE-COULON PK Aquac Land Lease between the City of Renton and Washington State Department of Natural Resources. Ivar's will be invoiced / City will request reimbursement from Ivar's. (This fee is included as part of Ivar's contract; they are responsible for payment of this Aquac Lands Lease.) 4,160.30Check 348116 Amount DEPT OF NATURAL RESOURCES Total $4,160.30 DEVEREUX, HEIDI - 111795 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 84.4806/30/2016348226 UTILITY SYSTEMS001884/Refund 403.000000.018.343.70.00.000 GARBAGE/SOLID WASTE3321 SE 6th ST - Refund credit bal, payments made by prior tenant that did not cancel their autopay through their bank when they moved out. 167.5606/30/2016348226 REVENUE/BALANCE SHEET001884/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE3321 SE 6th ST - Refund credit bal, payments made by prior tenant that did not cancel their autopay through their bank when they moved out. 25.2206/30/2016348226 UTILITY SYSTEMS001884/Refund 405.000000.018.343.40.00.000 WATER COLLECTIONS3321 SE 6th ST - Refund credit bal, payments made by prior tenant that did not cancel their autopay through their bank when they moved out. 50.7206/30/2016348226 UTILITY SYSTEMS001884/Refund 406.000000.018.343.50.00.000 WASTEWATER COLLECTIONS (CITY)3321 SE 6th ST - Refund credit bal, payments made by prior tenant that did not cancel their autopay through their bank when they moved out. H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 29 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 DEVEREUX, HEIDI - 111795 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 26.9306/30/2016348226 UTILITY SYSTEMS001884/Refund 407.000000.018.343.10.01.000 SURFACE WATER DRAINAGE FEES & CHARGES3321 SE 6th ST - Refund credit bal, payments made by prior tenant that did not cancel their autopay through their bank when they moved out. 85.2206/30/2016348226 UTILITY SYSTEMS001884/Refund 416.000000.018.343.50.00.000 METRO REVENUE3321 SE 6th ST - Refund credit bal, payments made by prior tenant that did not cancel their autopay through their bank when they moved out. 440.13Check 348226 Amount DEVEREUX, HEIDI Total $440.13 DIGITAL PAGING COMPANY - 021253 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 62.0006/30/2016348227 FIRE10033544 000.000000.009.522.24.48.000 REPAIRS & MAINTENANCECOMM/Repair Parts for pagers 62.00Check 348227 Amount DIGITAL PAGING COMPANY Total $62.00 DIMOND, JOHN - 022131 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 102.0006/30/2016348228 PW SHOPSReim/DOL 405.000000.019.534.50.49.008 LICENSES & PERMITSReimbursement for CDL license. 102.00Check 348228 Amount DIMOND, JOHN Total $102.00 DO, RAYMOND - 111762 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 119.8306/30/2016348229 REVENUE/BALANCE SHEET041350/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE4921 NE 5th ST - Credit bal, final date: 5/16/16 119.83Check 348229 Amount DO, RAYMOND Total $119.83 DOMAGALA, GERALD OR JERILYN - 111761 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 84.7106/30/2016348230 REVENUE/BALANCE SHEET046176/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE8514 S 125th ST - Credit bal, final date: 4/29/16 84.71Check 348230 Amount DOMAGALA, GERALD OR JERILYN Total $84.71 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 30 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 DOWL LLC - 021970 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 25,605.0006/30/2016348231 TRANSPORTATION/AIRPORT2024.13720.01-2 402.000000.016.546.20.41.000 PROFESSIONAL SERVICES1000 Parcel 30% Design/Pavement Marking Plan - engineering/design services for Q1-2016 25,605.00Check 348231 Amount DOWL LLC Total $25,605.00 DRAIN PRO INC - 022023 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 510.0006/30/2016348232 PARKS ADMIN23097 404.000000.020.576.65.48.003 MAINTENANCEGC: 2016-06 PORTABLE TOILET SERVICES 510.00Check 348232 Amount DRAIN PRO INC Total $510.00 DT MARSHALL COMPANY - 022328 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 985.5006/30/2016348233 EXECUTIVE15419A 505.000000.003.518.70.49.000 PRINTING CONTRACTPrinted Summer Fun Flyers 2,837.1506/30/2016348233 EXECUTIVE15436A 505.000000.003.518.70.49.000 PRINTING CONTRACTPrinng contract 3,822.65Check 348233 Amount DT MARSHALL COMPANY Total $3,822.65 DUNN LUMBER CO INC - 022501 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,221.4806/30/2016348234 TRANSPORTATION/AIRPORT3929581 003.000000.016.542.95.31.013 SIGN SUPPLIES50 4X4-12' SIGN POSTS 1,221.48Check 348234 Amount DUNN LUMBER CO INC Total $1,221.48 EAGLE PEST ELIMINATORS INC - 022810 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 93.0806/30/2016348235 PARKS ADMIN156674 001.000000.020.576.80.41.003 CONTRACTED SERVICES PKS: JUNE 2016-RODENT CONTROL AT COULON BEACH PARK; SERVICE DATE 6/8/2016 Invoice # 156674 DATED 6/9/2016 71.1806/30/2016348235 PARKS ADMIN156373 504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 LIBERTY PARK RODENT CONTROL (JUNE) 180.6806/30/2016348235 PARKS ADMIN156662 504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 FS 17 - EAR WIGS & ANTS 93.0806/30/2016348235 PARKS ADMIN156765 504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 FS 11 RODENT CONTROL (JUNE) H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 31 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 EAGLE PEST ELIMINATORS INC - 022810 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 93.0806/30/2016348235 PARKS ADMIN156808 504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 N. HIGHLAND COMM CENTER RODENT CONTROL (JUNE) 531.10Check 348235 Amount EAGLE PEST ELIMINATORS INC Total $531.10 EBERLE VIVIAN INC - 023011 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6,918.2706/30/2016348236 HUMAN RESOURCES148181 502.000000.014.517.60.41.011 WORKERS' COMP ADMIN FEES-3RD PARTY ADMINworkers comp administraon fee for July 2016 6,918.27Check 348236 Amount EBERLE VIVIAN INC Total $6,918.27 EBUBE, MAKEDA - 111794 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 28.0006/30/2016348237 REVENUE/BALANCE SHEET2323958 001.000000.000.237.90.00.010 REFUNDS PAYABLE-CLASSRefund on rental #14438 on 6/4/16. Paral refund of $261.00 went to credit card 28.00Check 348237 Amount EBUBE, MAKEDA Total $28.00 EE ENTERPRISES LLC - 111790 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 800.0006/30/2016348238 REVENUE/BALANCE SHEETHydrant Deposit 405.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-HYDRANT METERHydrant deposit refund 800.00Check 348238 Amount EE ENTERPRISES LLC Total $800.00 ELECTRIC LIGHTWAVE - 037755 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 894.3006/30/2016348239 FINANCE & IT13910521 503.000000.004.518.82.42.003 TELEPHONETelephone services 894.30Check 348239 Amount ELECTRIC LIGHTWAVE Total $894.30 ELISABETH SLYE - 110908 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 5.0006/30/2016348240 REVENUE/BALANCE SHEET152 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for tokens at the 6/7/16 Market H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 32 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 ELISABETH SLYE - 110908 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 11.0006/30/2016348240 REVENUE/BALANCE SHEET231 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 16.00Check 348240 Amount ELISABETH SLYE Total $16.00 EMERALD CITY FENCE RENTALS LLC - 023948 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 390.0906/30/2016348241 PARKS ADMIN700249 001.000000.020.576.80.45.000 OPERATING RENTALSPKS: FENCING FOR MAPLEWOOD PARK PLAYGROUND (DRAINAGE)~ 237.5 FT OF 6' - 12.5' CHAINLINK SET FENCE RENTAL (2 MONTH RENTAL EXTENSION) @ $1.50/FT = $356.25 + sales tax @ $33.84~ RENTAL PERIOD TWO MONTH~ 4-22-2016 TO 6-22-2016~ 237.5 FT - 19 Fence Panels; 19 Clamps; 19 stands metal 390.09Check 348241 Amount EMERALD CITY FENCE RENTALS LLC Total $390.09 EMSAR INC - 057229 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,592.3506/30/2016348242 FIRE55920 000.000000.009.522.70.48.000 AID EQUIPMENT REPAIR & MAINTEMS/Semi-Annual Stretcher/Stair Chair Maintenance 1,592.35Check 348242 Amount EMSAR INC Total $1,592.35 ENA COURIER INC - 024080 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 12.8906/30/2016348243 HUMAN RESOURCES427682 000.000000.014.518.10.42.001 COMMUNICATION - POSTAGEdelivery to subpoena materials to aorney 12.89Check 348243 Amount ENA COURIER INC Total $12.89 ENTRANCE CONTROLS - 043705 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,558.7506/30/2016348244 PARKS ADMIN114707 504.000000.020.518.21.41.000 PROFESSIONAL SERVICESFAC 06/16 BADGING SYSTEM REVIEW/4 PANELS TO REPLACE 3,558.75Check 348244 Amount ENTRANCE CONTROLS Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 33 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $3,558.75 ENVIROMECH - 024368 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 436.4006/30/2016348245 PARKS ADMINS-6412 108.220047.020.518.21.48.000 REPAIRS & MAINTENANCE-PAVILION BUILDINGFAC 06/16 CITY CENTER GARAGE HVAC REPAIR - reset - set points 436.40Check 348245 Amount ENVIROMECH Total $436.40 ERGOFIT CONSULTING INC - 024418 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 395.0006/30/2016348246 PARKS ADMIN2016-116 504.000000.020.518.23.35.011 FURNITURE-ERGONOMICSFAC 06/16 ERONOMIC AVALUATION~ For Brian Sandler HR 395.00Check 348246 Amount ERGOFIT CONSULTING INC Total $395.00 EXPLORER POST #24 - 025043 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 36.0006/30/2016348247 FIRE16-3936 000.000000.009.522.20.41.000 PROFESSIONAL SERVICESRO/Advisor and apparatus for Fire #16-3936 48.0006/30/2016348247 FIRE16-4023 000.000000.009.522.20.41.000 PROFESSIONAL SERVICESRO/Advisor and apparatus for Fire #16-4023 60.0006/30/2016348247 FIRE16-4725 000.000000.009.522.20.41.000 PROFESSIONAL SERVICESRO/Advisor and apparatus for Fire #16-4725 28.0006/30/2016348247 FIRE16-3936 000.000000.009.522.20.43.007 MEALS & INCIDENTAL EXPENSERO/Snacks for Fire #16-3936 40.5006/30/2016348247 FIRE16-4023 000.000000.009.522.20.43.007 MEALS & INCIDENTAL EXPENSERO/Snacks for Fire #16-4023 38.5006/30/2016348247 FIRE16-4725 000.000000.009.522.20.43.007 MEALS & INCIDENTAL EXPENSERO/Snacks for Fire #16-4725 251.00Check 348247 Amount EXPLORER POST #24 Total $251.00 FEDERAL EXPRESS CORP - 025780 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 59.2506/30/2016348248 POLICE5-431-40645 000.000000.008.521.10.42.001 POSTAGEFedex charges (JAY) 354.1606/30/2016348248 POLICE5-431-40645 000.000000.008.523.22.42.001 POSTAGEFedex charges for EHD 5.5506/30/2016348248 EXECUTIVE5-446-00746 505.000000.003.518.70.42.001 POSTAGEFedEx Services 418.96Check 348248 Amount FEDERAL EXPRESS CORP Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 34 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $418.96 FEKETE, KEITH - 025804 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 210.0006/30/2016348249 POLICE042216-FeketeK-ADVTR 000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEAdvanced per diem for FEKETE K. to aend the 15th Annual WSSO Advanced School Safety Training Summit on July 24 - 28, 2016 in Kennewick, WA. 210.00Check 348249 Amount FEKETE, KEITH Total $210.00 FERNANDEZ FARMS - 110910 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 26.0006/30/2016348250 REVENUE/BALANCE SHEET196 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 18.0006/30/2016348250 PARKS ADMIN196 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 44.00Check 348250 Amount FERNANDEZ FARMS Total $44.00 FERRELLS FIRE EQUIPMENT - 025885 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 585.8306/30/2016348251 FIRE25955 000.000000.009.522.20.48.000 REPAIRS & MAINTENANCERO/Exnguisher Maintenance 585.83Check 348251 Amount FERRELLS FIRE EQUIPMENT Total $585.83 FINANCIAL CONSULTANTS INTL INC - 026049 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 98.0106/30/2016348252 POLICE15284 000.000000.008.521.70.35.000 SMALL TOOLS/MINOR EQUIPMENTPtrl Veh #201 install Staker radar w/ F&R antenna 98.01Check 348252 Amount FINANCIAL CONSULTANTS INTL INC Total $98.01 FIRE ONE INC - 026330 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,589.6806/30/2016348253 PARKS ADMIN120382 108.220046.020.518.21.48.000 REPAIRS & MAINTENANCE-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE SPRNKLER REPAIR~ replace 21 foot secon of pipe 1,056.6906/30/2016348253 PARKS ADMIN12340 108.220046.020.518.21.48.000 REPAIRS & MAINTENANCE-PARKING GARAGEFAC 06/16 CITY HALL ANNUAL INSPECTIONS H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 35 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 FIRE ONE INC - 026330 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 406.4306/30/2016348253 PARKS ADMIN120331 504.000000.020.518.21.48.000 REPAIRS & MAINTENANCEFAC 06/16 N. HIGHLANDS PARK ANNUAL TESTING 608.8506/30/2016348253 PARKS ADMIN120361 504.000000.020.518.22.48.000 REPAIRS & MAINTENANCEFAC 06/16 CITY HALL ANNUAL INSPECTIONS 536.4306/30/2016348253 PARKS ADMIN120332 504.220009.020.518.21.48.000 CITY SHOPS - REPAIR & MAINTENANCEFAC 06/16 CITY SHOPS ANNUAL ALARM AND SPRINKLER TESTING 362.9606/30/2016348253 PARKS ADMIN120335 504.220009.020.518.21.48.000 CITY SHOPS - REPAIR & MAINTENANCEFAC 06/16 CITY SHOPS ANNUAL INSPECTION & CERT AND NEW EXTINGUISHER 566.4306/30/2016348253 PARKS ADMIN120333 504.220021.020.518.21.48.000 RCC REPAIRS & MAINTENANCEFAC 06/16 RCC ANNUAL ALRM & SPRINKLER TESTING 6,127.47Check 348253 Amount FIRE ONE INC Total $6,127.47 FIRST CHOICE HEALTH - 026360 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,235.8006/30/2016348254 HUMAN RESOURCES72763 512.000000.014.517.30.41.012 EAPEmployee Assistance Services EAP 1,235.80Check 348254 Amount FIRST CHOICE HEALTH Total $1,235.80 FOCUS SHOT PRODUCTIONS - 026796 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,800.0006/30/2016348255 PARKS ADMIN16-020 001.250006.020.571.20.41.003 CONTRACTED SERVICES-GEN RECvideo services - dance recital 2,800.00Check 348255 Amount FOCUS SHOT PRODUCTIONS Total $2,800.00 FOOD SERVICES OF AMERICA - 026940 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 360.9506/30/2016348256 POLICE7020673 000.000000.008.521.30.31.012 YOUTH PROGRAMS - SELF SUSTAININGFood items for the Cops, Kids, and Teens Youth Day 360.95Check 348256 Amount FOOD SERVICES OF AMERICA Total $360.95 FORMA CONSTRUCTION / - 009439 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 5,578.4206/30/2016348257 PARKS ADMINWO #67/PE #1 316.332043.020.594.76.61.000 SUNSET EIS PARK - LANDSales Tax H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 36 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 FORMA CONSTRUCTION / - 009439 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 58,720.2506/30/2016348257 PARKS ADMINWO #67/PE #1 316.332043.020.594.76.61.000 SUNSET EIS PARK - LANDCAG 13-149, Construcon on Highlands House Demo 5/2/16 - 5/31/16 665.0006/30/2016348257 UTILITY SYSTEMSWO #47/PE #9 425.455121.018.594.34.63.000 TELEMETRY IMPROVEMENTS-PHASE 4 7,000.0006/30/2016348257 UTILITY SYSTEMSWO #47/PE #9 425.455121.018.594.34.63.000 TELEMETRY IMPROVEMENTS-PHASE 4Construcon 5/2/16 - 5/31/16: ADD 47-15, CAG-13-149, Water SCADA Upgrade 2015 - 2016, Exp 7/15/2016 71,963.67Check 348257 Amount FORMA CONSTRUCTION / Total $71,963.67 GALLS LLC - 028381 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department -282.4806/30/2016348259 POLICE5938543 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMCREDIT - Men's poly/wool shirts (long and short sleeves), pants - YLINEN -280.1606/30/2016348259 POLICE5938557 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMCREDIT - Men's poly/wool shirts (long and short sleeves), pants - JAY -182.4306/30/2016348259 POLICE5984924 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMCREDIT - Men's poly/wool shirts (long and short sleeves) - JAY 280.1606/30/2016348259 POLICEBC0266174 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts (long and short sleeves), pants - PHIPPS 280.1606/30/2016348259 POLICEBC0266175 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts (long and short sleeves), pants - YLINEN 21.9006/30/2016348259 POLICEBC0268935 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMReturn for VAS - BARFIELD S. 93.2306/30/2016348259 POLICEBC0269429 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - TIBEAU 120.1906/30/2016348259 POLICEBC0271307 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEM5.11 TAC LITE Pants, polo shirt) - JAY 139.8806/30/2016348259 POLICEBC0271729 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSweat pants, short sleeve work shirt, military creases, Flex fit wool cap, sweatshirt - JONES 381.0206/30/2016348259 POLICEBC0272685 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen polywool long and short sleeve shirts, pants - TOLLIVER 282.4806/30/2016348259 POLICEBC0272686 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMens polywool long and short sleeve shirt, pants - SCHULDT 51.7706/30/2016348259 POLICEBC0273193 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLadies cornerstone select snag proof polo - WHITTINGTON (HAVLIK) H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 37 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 GALLS LLC - 028381 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 27.3706/30/2016348259 POLICEBC0273231 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEM5.11 Stryker Pants with flex/TAC - JAY 20.3506/30/2016348259 POLICEBC0273261 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - SCOTT 381.0206/30/2016348259 POLICEBC0273266 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool long and short sleeve shirt, pants - TEMPLETON 20.3506/30/2016348259 POLICEBC0273280 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - REYES 61.2706/30/2016348259 POLICEBC0273623 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMTruspec TRU Long sleeve poly-coon ripstop shirt - HEERSPINK 20.3506/30/2016348259 POLICEBC0273666 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - TOLLIVER 564.9606/30/2016348259 POLICEBC0273726 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly wool long and short sleeve shirt, pants. - MATSUKAWA 20.3506/30/2016348259 POLICEBC0273755 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - HUNTER 246.3406/30/2016348259 POLICEBC0273861 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts, long and short sleeve, men's poly/wool pants - SLINKMAN 21.6606/30/2016348259 POLICEBC0274907 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMPerformance Polo shirt, embrodier name on garment - JAY 97.7306/30/2016348259 POLICEBC0276322 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - MOYNIHAN 97.7306/30/2016348259 POLICEBC0276323 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - REED 97.7306/30/2016348259 POLICEBC0276324 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - STRATFORD 97.7306/30/2016348259 POLICEBC0276325 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - VENERA 97.7306/30/2016348259 POLICEBC0276326 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - WILKINSON TRACY 97.7306/30/2016348259 POLICEBC0276764 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - PHILLIPS 20.3506/30/2016348259 POLICEBC0276805 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - JOHNSON D 46.6106/30/2016348259 POLICEBC0276947 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - TIBEAU 31.0806/30/2016348259 POLICEBC0277411 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - VANVALEY 98.5406/30/2016348259 POLICEBC0277432 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - MILOSEVICH 97.7306/30/2016348259 POLICEBC0277673 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's Polywool pants - GORDON 97.7306/30/2016348259 POLICEBC0277674 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - RUTLEDGE H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 38 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 GALLS LLC - 028381 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 97.7306/30/2016348259 POLICEBC0277675 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants - STEVENS 109.6206/30/2016348259 POLICEBC0277676 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly-wool pants - TEBBETS 564.9606/30/2016348259 POLICEBC0278274 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool pants, long and short sleeve shirts - BAUER 20.3506/30/2016348259 POLICEBC0278455 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - JOHNSON D. 20.3506/30/2016348259 POLICEBC0278778 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool cap - STEVENS 97.7306/30/2016348259 POLICEBC0279777 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMWomen's polywool pants - KARNEY 31.0806/30/2016348259 POLICEBC0279886 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMFlex fit wool caps - (Volunteer baseball caps) TIBEAU 280.1606/30/2016348259 POLICEBC0280070 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short sleeves, pants - ADAM 280.1606/30/2016348259 POLICEBC0280071 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short sleeves, pants - BARFIELD G. 280.1606/30/2016348259 POLICEBC0280072 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short sleeves, pants - HARDIN 280.1606/30/2016348259 POLICEBC0280073 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short sleeves, pants - JORDAN 280.1606/30/2016348259 POLICEBC0280074 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short sleeves, pants - MORGAN 280.1606/30/2016348259 POLICEBC0280075 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's polywool shirts long and short sleeves, pants - SANGDER 193.2906/30/2016348259 POLICEBC0280895 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen polywool long sleeve shirt, pants -- JACOBS 453.9006/30/2016348259 POLICEBC0281339 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMPoly wool shirts, long and short sleeves, pants. - SWAIN 288.8406/30/2016348259 POLICEBC0281437 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's Polo shirt - long sleeve and polywool pants - LEVERTON 351.3706/30/2016348259 POLICEBC0281602 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMAccumold Raido holder, mag pouch, light holder, cuff case, blet keepers, garrison belt, and duty belt - HAMEL 280.1606/30/2016348259 POLICEBC0282315 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts, long and short sleeve, men's poly/wool pants - DEERING H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 39 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 GALLS LLC - 028381 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 18.1706/30/2016348259 POLICEBC0284654 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMTaper sleeves on short sleeve shirts, make shirt shorter -MERRILL 82.1106/30/2016348259 POLICEBC0286379 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMWomen's Stryker pants - CANNON 370.0606/30/2016348259 POLICEBC0286572 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMMen's poly/wool shirts, long and short sleeve, men's poly/wool pants - BAGSBY 7,928.84Check 348259 Amount GALLS LLC Total $7,928.84 GARY MERLINO CONST CO - 048830 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 800.0006/30/2016348260 REVENUE/BALANCE SHEETHydrant 405.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-HYDRANT METERHydrant deposit refund 800.00Check 348260 Amount GARY MERLINO CONST CO Total $800.00 GENE MEYER'S TOWING - 028874 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 392.0106/30/2016348261 POLICE184185 000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7481 196.0106/30/2016348261 POLICE184398 000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7629 196.0106/30/2016348261 POLICE184399 000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7131 343.0106/30/2016348261 POLICE184527 000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7924 1,127.04Check 348261 Amount GENE MEYER'S TOWING Total $1,127.04 GILL ENTERPRISES INC - 103709 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 426.1806/30/2016348262 REVENUE/BALANCE SHEETBL.022373/Refund 000.000000.000.257.00.00.000 DEFERRED REVENUELicense renewal was paid on-line by corporate. Customer brought in her renewal with the money order. Was in safe for customer pick up but was accidently deposited into deferred revenue. 426.18Check 348262 Amount GILL ENTERPRISES INC Total $426.18 GILL, GURVINDER - 111765 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 40 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 GILL, GURVINDER - 111765 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 321.3106/30/2016348263 REVENUE/BALANCE SHEET036846/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE19808 Talbot Rd S - Credit bal, final date: 4/18/16 321.31Check 348263 Amount GILL, GURVINDER Total $321.31 GLENN, HAROLD OR JULIA - 111753 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 89.5906/30/2016348264 REVENUE/BALANCE SHEET052204/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE250 Graham Ave NE - credit bal, final date: 4/29/16 89.59Check 348264 Amount GLENN, HAROLD OR JULIA Total $89.59 GOULD, JEFF - 111749 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 74.0906/30/2016348265 REVENUE/BALANCE SHEET039222/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE16044 SE 137th TER - credit bal, final date: 5/3/16 74.09Check 348265 Amount GOULD, JEFF Total $74.09 GOV'T FINANCE OFFICERS ASSN - 030813 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 580.0006/30/2016348266 FINANCE & IT300139637 000.000000.004.514.20.41.000 PROFESSIONAL SERVICESCAFR Review Fee 2015 580.00Check 348266 Amount GOV'T FINANCE OFFICERS ASSN Total $580.00 GRAINGER INC - 030960 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 97.2806/30/2016348267 FIRE9125279704 000.000000.009.522.21.31.000 OPERATING SUPPLIES TECH RESCUEHAZMAT/General Supplies 284.1106/30/2016348267 FIRE9128310811 000.000000.009.522.21.35.000 SMALL TOOLS TECH RESCUEHAZMAT/Pelican Case 153.4706/30/2016348267 PW SHOPS9140755134 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES4 cases of white marking paint for street dept. 59.3106/30/2016348267 PW SHOPS9134120865 003.000000.019.542.92.35.000 SMALL TOOLS/MINOR EQUIPMENT5 gallon coolers for street dept. 29.6506/30/2016348267 PW SHOPS9135082981 003.000000.019.542.92.35.000 SMALL TOOLS/MINOR EQUIPMENTIgloo cooler for street truck. 103.3906/30/2016348267 PARKS ADMIN9121971619 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: FUEL PUMP REPAIR SUPPLIES / GAS HOSE H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 41 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 GRAINGER INC - 030960 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 12.0206/30/2016348267 PARKS ADMIN9121971627 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES /JOHN DEERE TRACTORS - PAINT - GREEN 547.5006/30/2016348267 PW SHOPS9139437660 407.000000.019.531.35.35.000 SMALL TOOLS/MINOR EQUIPTMENTCordless Impact wrench kit for Surface water. 1,286.73Check 348267 Amount GRAINGER INC Total $1,286.73 GRAVES, IMOGENE - 111752 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 143.3606/30/2016348268 REVENUE/BALANCE SHEET005856/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE1808 Edmonds Way SE - credit bal, final date: 5/5/16 143.36Check 348268 Amount GRAVES, IMOGENE Total $143.36 GREEN EFFECTS INC - 031470 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 630.7206/30/2016348269 TRANSPORTATION/AIRPORT53967 402.000000.016.546.20.48.000 REPAIR & MAINTENANCELandscape maintenance - May 630.72Check 348269 Amount GREEN EFFECTS INC Total $630.72 H D FOWLER COMPANY INC - 027210 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department -326.9306/30/2016348270 PW SHOPSC388884 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESReturn of wrong hydrant grease. 326.9206/30/2016348270 PW SHOPSI4222111 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESHydrant grease. 384.4706/30/2016348270 PW SHOPSI4226840 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESNevestane food grade grease for hydrants. 98.8006/30/2016348270 PW SHOPSI4239235 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESCompression coupling for water job. 627.2206/30/2016348270 PW SHOPSI4222111 405.000000.019.534.50.34.000 WATER INVENTORY PURCHASEDBackordered 3/4" seers for stock. 2,467.3506/30/2016348270 PW SHOPSI4231380 405.000000.019.534.50.34.000 WATER INVENTORY PURCHASED1" seers, ball corps and quick joint adapters for stock. 10,878.8406/30/2016348270 PW SHOPSI4237907 405.000000.019.534.50.34.000 WATER INVENTORY PURCHASED59 13x24x18" armorcast water meter boxes for stock. 14,456.67Check 348270 Amount H D FOWLER COMPANY INC Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 42 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $14,456.67 HACH COMPANY - 032025 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,201.8806/30/2016348271 PW SHOPS9957300 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESReagent sets for the water quality lab. 632.7106/30/2016348271 PW SHOPS9963488 405.000000.019.534.50.35.000 SMALL TOOLS/MINOR EQUIPMENTCl17, analyzer repair for water quality. 246.5306/30/2016348271 PW SHOPS9966672 405.000000.019.534.50.35.000 SMALL TOOLS/MINOR EQUIPMENTLast of the tubing kits for the CL analyzer. 2,081.12Check 348271 Amount HACH COMPANY Total $2,081.12 HALF PINT HOMEADE ICE CREAM - 110911 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 30.0006/30/2016348272 REVENUE/BALANCE SHEET0037 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for EBT tokens at the 6/7/16 Market 3.0006/30/2016348272 REVENUE/BALANCE SHEET232 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT sales on 6/21/16 33.00Check 348272 Amount HALF PINT HOMEADE ICE CREAM Total $33.00 HALLGREN COMPANY INC - 032432 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 640.5806/30/2016348273 PW SHOPS16-00174 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESBreakaway bolts for hydrants. 2,434.9506/30/2016348273 PW SHOPS16-00175 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESSets of Iowa gaskets for hydrants. 3,882.7606/30/2016348273 PW SHOPS16-00176 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESSets of Iowa hydrant gaskets for maintenance. 113.6206/30/2016348273 PW SHOPS16-00174 405.000000.019.534.50.34.000 WATER INVENTORY PURCHASEDHydrant stuffing box glands for stock. 475.4806/30/2016348273 PW SHOPS16-00178 405.000000.019.534.50.34.000 WATER INVENTORY PURCHASEDStuffing box follower gland and Iowa operang nuts for stock. 7,547.39Check 348273 Amount HALLGREN COMPANY INC Total $7,547.39 HARDCASTLE ENTERTAINMENT INC - 032611 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 810.3006/30/2016348274 NON DEPARTMENTAL201602 000.000000.005.518.91.43.002 HOSTED TRAININGSLove of Renton Community Dinner Sound H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 43 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 HARDCASTLE ENTERTAINMENT INC - 032611 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 810.30Check 348274 Amount HARDCASTLE ENTERTAINMENT INC Total $810.30 HD SUPPLY WATERWORKS - 031909 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 376.5106/30/2016348275 PW SHOPSF623869 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESMueller hydrant lubricant. 376.51Check 348275 Amount HD SUPPLY WATERWORKS Total $376.51 HEADQUARTERS PORTABLE TOILETS - 033243 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 77.0006/30/2016348276 FIRE3566-5 000.000000.009.522.45.45.000 OPERATING RENTALSTRAINING/Portable Toilet Service 77.00Check 348276 Amount HEADQUARTERS PORTABLE TOILETS Total $77.00 HERMANSON COMPANY LLP - 033884 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,807.5806/30/2016348277 PARKS ADMIN17146 504.220037.020.518.21.48.000 POLICE SUBSTATION - REPAIR & MAINTENANCEFAC 06/16 POLICE/CITY CENTER GARAGE HVAC REPAIR 2,807.58Check 348277 Amount HERMANSON COMPANY LLP Total $2,807.58 HERNANDEZ, ADOLFO - 111744 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 39.5406/30/2016348278 REVENUE/BALANCE SHEET010926/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE4140 NE 11th St - credit bal, final date: 4/13/16 39.54Check 348278 Amount HERNANDEZ, ADOLFO Total $39.54 HERRERA ENVIRONMENTAL - 033887 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,086.7406/30/2016348279 UTILITY SYSTEMS38613 427.475241.018.531.35.41.000 RENTON STORM WATER MANUAL PROF SVCSCAG-16-059, Renton Stormwater Manual Update - Phase I (2016), EXP 3/31/2017 2,086.74Check 348279 Amount HERRERA ENVIRONMENTAL Total $2,086.74 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 44 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 HOFFMAN CONSTRUCTION INC - 034826 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 800.0006/30/2016348280 REVENUE/BALANCE SHEETHydrant Refund 405.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-HYDRANT METERHydrant deposit refund 800.00Check 348280 Amount HOFFMAN CONSTRUCTION INC Total $800.00 HOLM, LINDA OR STEVE - 111773 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 156.9406/30/2016348281 REVENUE/BALANCE SHEET025714/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE1601 Blaine Ct SE - Credit bal, final date: 4/29/16 156.94Check 348281 Amount HOLM, LINDA OR STEVE Total $156.94 HOWLAND, DAVID - 111772 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 78.2206/30/2016348282 REVENUE/BALANCE SHEET023751/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE722 Licoln Ave SE - Credit bal, final date: 5/10/16 78.22Check 348282 Amount HOWLAND, DAVID Total $78.22 IAFF FIRE PAC - 100034 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 654.7106/24/2016348125 REVENUE/BALANCE SHEETBen1737810 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSIAFF FIRE PAC PROGRAM: Payment 654.71Check 348125 Amount IAFF FIRE PAC Total $654.71 ICON MATERIALS INC - 036552 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,911.6906/30/2016348283 PW SHOPS2264985 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES58 tons of asphalt for street jobs at sw 43rd/benson. 2,367.3606/30/2016348283 PW SHOPS2268119 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES160 tons of tack for street dept. jobs. 1,694.5206/30/2016348283 PW SHOPS2268122 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES25 tons of asphalt for street job. 944.1406/30/2016348283 PW SHOPS2268123 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES14 tons of apshalt for street job. 1,909.5706/30/2016348283 PW SHOPS2270384 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES28.68 tons of asphalt for street job. 232.8206/30/2016348283 PW SHOPS2271023 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES3.5 tons of asphalt for street jobs. 1,204.6606/30/2016348283 PW SHOPS2272115 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES92 tons of 5/8" rock for street. H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 45 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 ICON MATERIALS INC - 036552 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 962.1106/30/2016348283 PW SHOPS2272206 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES14 tons of asphalt for street job. 1,616.2006/30/2016348283 PW SHOPS2271023 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES24.30 tons of asphalt for different water jobs. 3,677.6006/30/2016348283 PW SHOPS2272115 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES283 tons of 1-1/4" rock for water.. 139.8306/30/2016348283 PW SHOPS2272225 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES2.10 tons of asphalt for water patch. 1,258.1406/30/2016348283 PW SHOPS2272893 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES96 tons 1-1/4" rock for water. 33.2606/30/2016348283 PW SHOPS2271023 406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIES.5 tons of asphalt for waste water. 673.1406/30/2016348283 PW SHOPS2274381 406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIES10 tons of asphalt for waste water job. 543.3106/30/2016348283 PW SHOPS2264403 407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIES8 tons of asphalt for surface jobs. 271.6506/30/2016348283 PW SHOPS2271028 407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIES4.08 tons of asphalt for Surface water job. 433.4506/30/2016348283 PW SHOPS2273719 407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIES6 tons of asphalt for Surface job. 21,873.45Check 348283 Amount ICON MATERIALS INC Total $21,873.45 INSIDE GOLF NEWSPAPER - 037354 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 275.0006/30/2016348284 PARKS ADMIN8603 404.000000.020.576.61.44.000 ADVERTISINGGC: ADVERTISING MAY 2016 275.00Check 348284 Amount INSIDE GOLF NEWSPAPER Total $275.00 INTERCOM LANGUAGE SERVICES - 078725 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,120.0006/30/2016348285 MUNICIPAL COURT16-491 000.000000.002.512.50.41.003 CONTRACTED SERVICESVarious interpreters - 17 interpreters - 24 cases 2,120.00Check 348285 Amount INTERCOM LANGUAGE SERVICES Total $2,120.00 INTERSTATE ALL BATTERY CENTER - 037928 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 181.3306/30/2016348286 FIRE1912802003615 000.000000.009.522.20.35.000 OTHER SMALL TOOLS/MINOR EQUIPRO/Baery Charger H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 46 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 INTERSTATE ALL BATTERY CENTER - 037928 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 181.33Check 348286 Amount INTERSTATE ALL BATTERY CENTER Total $181.33 IRISH ROSE BAKERY INC - 110913 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4.0006/30/2016348287 REVENUE/BALANCE SHEET146 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for tokens received at the 6/7/16 Market 4.00Check 348287 Amount IRISH ROSE BAKERY INC Total $4.00 IRON MOUNTAIN INC - 061844 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 118.8406/30/2016348288 CITY CLERKMRS0675 000.000000.012.514.21.41.003 CONTRACTED SERVICESOffsite Shredding Services (#MRS0675) 118.84Check 348288 Amount IRON MOUNTAIN INC Total $118.84 ISSAQUAH SCHOOL DISTRICT #411 - 038570 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2.5706/30/2016348289 REVENUE/BALANCE SHEETImpact Fees/May 000.000000.000.237.22.00.000 ISSAQUAH SCHOOL DISTRICT IMPACT FEEInterest 4,403.2506/30/2016348289 REVENUE/BALANCE SHEETImpact Fees/May 000.000000.000.237.22.00.000 ISSAQUAH SCHOOL DISTRICT IMPACT FEEMay Impact Fees 4,405.82Check 348289 Amount ISSAQUAH SCHOOL DISTRICT #411 Total $4,405.82 IVARY ENTERPRISES INC - 038653 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,080.6106/30/2016348290 PARKS ADMIN2740 001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: BULK DELIVERY TO NARCO FOR RESTOCK-Sof'Fall Playground Surface (Engineered Wood Fiber)~ QTY 100 YARDS - Sof'Fall Playground Surface, crushed wood, cedar, cubic yard @ $20.00/CY; freight @ $707.25; Fuel Surcharge @ $106.09 + sales tax @ $267.27 3,080.61Check 348290 Amount IVARY ENTERPRISES INC Total $3,080.61 JANSEN, JOHN - 111745 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 47 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 JANSEN, JOHN - 111745 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 86.7806/30/2016348291 REVENUE/BALANCE SHEET011134/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE311 SW Langston RD - credit bal, final date: 4/27/16 86.78Check 348291 Amount JANSEN, JOHN Total $86.78 JARMAN, DEBORAH - 111768 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 30.2106/30/2016348292 REVENUE/BALANCE SHEET013731-001/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE8222 S 122nd ST - Credit bal, final date: 5/3/16 30.21Check 348292 Amount JARMAN, DEBORAH Total $30.21 JB FENCE INC - 038738 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 903.3706/30/2016348293 PW SHOPS061516 405.000000.019.534.50.48.000 REPAIRS & MAINTENANCERepair fence at Rolling Hill Reservoir and Mt. Olivet pump staon. 6,893.0206/30/2016348293 PW SHOPS6916 407.000000.019.531.35.48.000 REPAIRS & MAINTENANCEFence work around ponds. 963.6006/30/2016348293 PW SHOPS6916A 407.000000.019.531.35.48.000 REPAIRS & MAINTENANCEFence work around pond at Yakima/ne 1st pl. 8,759.99Check 348293 Amount JB FENCE INC Total $8,759.99 JCI JONES CHEMICALS INC - 039770 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,921.6406/30/2016348294 PW SHOPS691157 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESChlorine cylinders for springbrook and Wells 1, 2 and 3. 4,921.64Check 348294 Amount JCI JONES CHEMICALS INC Total $4,921.64 JIMMY FREE - 039186 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 650.0006/30/2016348295 PARKS ADMIN7416AAS 001.000000.020.573.90.49.000 SPECIAL EVENTSEntertainment: Performance on July 4th 2016, 6-7 p.m. by the African All Stars 650.00Check 348295 Amount JIMMY FREE Total $650.00 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 48 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 JOHNSON, BRIAN OR KATHRYN - 111758 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 87.9906/30/2016348296 REVENUE/BALANCE SHEET042950/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE326 Lynnwood Ave SE - Credit bal, final date: 5/12/16 87.99Check 348296 Amount JOHNSON, BRIAN OR KATHRYN Total $87.99 JOHNSON, CRAIG - 039312 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 150.0006/30/2016348297 POLICE060916-JohnsonCO-ADV 000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEPer diem for trip to do background invesgaon on Adele O'Rourke, potenal Entry Level police officer candidate on May 17 - 19, 2016 in Ithaca, NY. 150.00Check 348297 Amount JOHNSON, CRAIG Total $150.00 JOHNSON, DARREN - 039292 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 83.4606/30/2016348298 POLICE051016-JohnsonD-CL 000.000000.008.521.30.43.001 TRAVELTransportaon to hotel and back to airport for JOHNSON D. to aend the 16th Annual U.S.N.S.T.A. Taccal Training Seminar Eastern and Western Conference on January 17 - 22, 2016 in Las Vegas, NV. 60.0006/30/2016348298 POLICE051016-JohnsonD-CL 000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEReimbursement for lunches for JOHNSON D. to aend the 16th Annual U.S.N.S.T.A. Taccal Training Seminar Eastern and Western Conference on January 17 - 22, 2016 in Las Vegas, NV. 143.46Check 348298 Amount JOHNSON, DARREN Total $143.46 JONAS, RON - 111771 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 37.3706/30/2016348299 REVENUE/BALANCE SHEET023344/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE3507 NE 23rd CT - Credit bal, final date: 5/10/16 37.37Check 348299 Amount JONAS, RON Total $37.37 K-A GENERAL - 040118 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 49 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 K-A GENERAL - 040118 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department -7,909.6606/30/2016348300 REVENUE/BALANCE SHEETPay Est #4 425.000000.000.223.40.00.000 RETAINAGE PAYABLEConstrucon on CAG-15-154, Replace Roof at Maplewood BPS 2015, EXP 12/31/2016, CO #1 added money. CO #2 added money. CO#3 added money and me. 15,028.3506/30/2016348300 UTILITY SYSTEMSPay Est #4 425.455564.018.594.34.63.000 MAPLEWOOD PUMP STATION ROOF REPLACEMENT 158,193.1706/30/2016348300 UTILITY SYSTEMSPay Est #4 425.455564.018.594.34.63.000 MAPLEWOOD PUMP STATION ROOF REPLACEMENTConstrucon on CAG-15-154, Replace Roof at Maplewood BPS 2015, EXP 12/31/2016, CO #1 added money. CO #2 added money. CO#3 added money and me. 165,311.86Check 348300 Amount K-A GENERAL Total $165,311.86 KALEIDOSCOPE SERVICES - 040085 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,161.0006/30/2016348301 PARKS ADMINFLOWERBASKET6-13-16 001.000000.020.576.80.41.003 CONTRACTED SERVICESCAG-15-079 FLOWER BASKETS - KALEIDOSCOPE SERVICES 2015-2016 FLOWER BASKET PROGRAM - INSTALL 120 HANGING FLOWER BASKETS INCLUDING PLANTS, PLANTING, MAINTENANCE, MATERIALS AND SUPPLIES (May - October)~ Maintenance on Hanging Baskets for MAY 2016 @ $3,800.00 + sales tax @ $361.00; 112 Hanging Baskets in downgown Renton on 2nd, 3rd and 4th, Burne and Wells Streets 153.3006/30/2016348301 PARKS ADMININV-6-13-2016 001.000000.020.576.81.41.003 CONTRACTED SERVICESCAG-14-001 KALEIDOSCOPE SERVICES FLOWER PLANTING & MAINTENANCE SERVICES - VETERANS BED~ MAINTENANCE FOR MAY 2016. Maintenance for the Month of May 2016 for Veterans Bed in downtown Renton. Weeding, ferlizing, pruning, and lots more weeding.~ May Maintenance 2016 @ $140.00 + 9.5% sales tax @ $13.30 4,314.30Check 348301 Amount KALEIDOSCOPE SERVICES Total $4,314.30 KATZER, CORY - 111781 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 25.5606/30/2016348302 REVENUE/BALANCE SHEET035454/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE17412 117th Ave Se - Credit bal, final date: 4/21/16 25.56Check 348302 Amount KATZER, CORY Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 50 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $25.56 KEEP IT CLEAN RECYCLING&EQUIP - 040353 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 65.0006/30/2016348303 PARKS ADMIN27258 404.000000.020.576.65.48.003 MAINTENANCEGC: DISPOSAL FEE / WASTE OIL 65.00Check 348303 Amount KEEP IT CLEAN RECYCLING&EQUIP Total $65.00 KELLER SUPPLY CO - 040440 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,922.2906/30/2016348304 PARKS ADMINS009551947.001 001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: REPLACEMENT DRINKING FOUNTAIN FOR CEDAR RIVER PARK~ QTY 1 - HAWS 3300 PDSTL DRINKING FOUNTAIN - HI-LO 11 GAUGE STEEL SQUARE GREEN POWDER COAT FINISH @ $3,332.00;~ FREIGHT @ $250.00 + sales tax @ $340.29 3,922.29Check 348304 Amount KELLER SUPPLY CO Total $3,922.29 KELLY PAPER COMPANY - 040464 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,445.4006/30/2016348305 EXECUTIVE7954536 505.000000.003.518.70.31.010 PAPER SUPPLIESPaper 249.0006/30/2016348305 EXECUTIVE7956565 505.000000.003.518.70.31.010 PAPER SUPPLIESPaper 125.7306/30/2016348305 EXECUTIVE7985516 505.000000.003.518.70.31.010 PAPER SUPPLIESpaper 1,445.4006/30/2016348305 EXECUTIVE8004430 505.000000.003.518.70.31.010 PAPER SUPPLIESpaper 3,265.53Check 348305 Amount KELLY PAPER COMPANY Total $3,265.53 KENT EYE CLINIC - 016383 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 112.0006/30/2016348306 FIRE44699531 000.000000.009.522.20.35.016 SMALL TOOLS & MINOR EQUIPMENT PPERO/Prescripon Safety Glasses for Moquin 250.0006/30/2016348306 FIRE44700149 000.000000.009.522.20.35.016 SMALL TOOLS & MINOR EQUIPMENT PPERO/Prescripon Safety Glasses for Moquin 362.00Check 348306 Amount KENT EYE CLINIC Total $362.00 KERKHOFF, THADDEUS - 042681 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 51 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 KERKHOFF, THADDEUS - 042681 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 210.0006/30/2016348307 POLICE041816-Kerkhoff-ADVT 000.000000.008.521.30.43.007 MEALS & INCIDENTAL EXPENSEAdvanced per diem for KERKHOFF to aend the 15th Annual WSSO Advanced School Safety Training Summit on July 24 - 28, 2016 in Kennewick, WA. 210.00Check 348307 Amount KERKHOFF, THADDEUS Total $210.00 KING CNTY FINANCE - 041608 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,344.6406/30/2016348308 TRANSPORTATION/AIRPORT76631 003.000000.016.542.95.31.011 LIGHTING SUPPLIESLIGHT POLE REPAIR 15434 140TH WAY WO 620905 998.6106/30/2016348308 PW SHOPS227259 54459 003.000000.019.542.92.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for washrack. 1,124.2806/30/2016348308 PW SHOPS76638-76639 003.000000.019.542.92.47.005 DUMP FEES/TRANSFER STATION FEESMonthly dump fees for Street sweepings. 284.3406/30/2016348308 TRANSPORTATION/AIRPORT76758 317.122151.016.595.30.63.002 SO 7TH ST - CONST SVCSProject #1126612 / RSD RN-062 MTLS S 7 ST&SHTUCK 10,304.7506/30/2016348308 TRANSPORTATION/AIRPORT76759 317.122303.016.595.30.63.002 LOGAN AVE - CONSTRUCTION SERVICESProject #1126896 / RSD RN-068 MTLS TSTG LOGAN AVE 523.0606/30/2016348308 PW SHOPS228211 54514 403.000000.019.537.50.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for solid waste. 998.6206/30/2016348308 PW SHOPS227259 54459 405.000000.019.534.50.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for washrack. 176.0006/30/2016348308 UTILITY SYSTEMS232228 35002843 406.000000.018.535.20.51.010 KING COUNTY ROW PERMITSROW 16-0363 - 11224 148th Ave SE - Inspecon permit / Donogh, U16000740 998.6206/30/2016348308 PW SHOPS227259 54459 406.000000.019.535.50.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for washrack. 998.6206/30/2016348308 PW SHOPS227259 54459 407.000000.019.531.35.47.005 DUMP FEES/TRANSFER STATION FEESDump fees for washrack. 1,960.5006/30/2016348308 PW SHOPS76638-76639 407.000000.019.531.35.47.005 DUMP FEES/TRANSFER STATION FEESMonthly dump fees for Vactor. 19,712.04Check 348308 Amount KING CNTY FINANCE Total 35.0006/30/2016348309 POLICE060816-FEKETE-K-REGF 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for FEKETE K to aend the 2016 Health and Educaon ~ Symposium on September 14, 2016 in Mercer Island, WA. 35.0006/30/2016348309 POLICE061416-Mercado-REGFE 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for MERCADO to aend the 2016 Health and Educaon ~ Symposium on September 14, 2016 in Mercer Island, WA. H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 52 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 KING CNTY FINANCE - 041608 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 70.00Check 348309 Amount KING CNTY FINANCE Total $19,782.04 KING CNTY FINANCE - 042369 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,035.0006/30/2016348310 CED2072210 000.000000.007.558.52.49.003 LEGAL/ RECORDING FEES/ PERMITSKing County Recorded Documents 82.0006/30/2016348310 CITY CLERK2072210 000.000000.012.514.21.49.003 LEGAL RECORDING FEESKing County Recorded Documents 148.0006/30/2016348310 UTILITY SYSTEMS2072210 406.000000.018.535.20.49.003 LEGAL/RECORDING FEESKing County Recorded Documents 170.0006/30/2016348310 UTILITY SYSTEMS2072210 407.000000.018.531.32.49.003 LEGAL/ RECORDING FEESKing County Recorded Documents 150.0006/30/2016348310 UTILITY SYSTEMS2072210 427.475015.018.594.31.63.785 SM DRAINAGE PROBLEMS-STORM FACILITY MMKing County Recorded Documents 1,585.00Check 348310 Amount KING CNTY FINANCE Total $1,585.00 KING CNTY FIRE CHIEFS ASSN - 041820 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 300.0006/30/2016348311 FIRE2016Dues 000.000000.009.522.10.49.001 MEMBERSHIPS & DUESADMIN/King County Fire Chiefs Associaon Yearly Dues 300.00Check 348311 Amount KING CNTY FIRE CHIEFS ASSN Total $300.00 KING CNTY FIRE TRNG OFFICERS, ASSN - 042365 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 585.0006/30/2016348312 FIRE6243 000.000000.009.522.45.43.002 TRAINING/SCHOOLSTRAINING/Class for Esbal - Auto Extracaon Academy 640.0006/30/2016348312 FIRE6244 000.000000.009.522.45.43.002 TRAINING/SCHOOLSTRAINING/Classes for Blakeslee and Sears - Incident Safety Officer & Incident Command Systems 1,225.00Check 348312 Amount KING CNTY FIRE TRNG OFFICERS, ASSN Total $1,225.00 KING CNTY RECORDS & ELECTIONS - 042358 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 99.0006/30/2016348313 FINANCE & ITRecording Fees 405.000000.004.534.10.49.000 KING COUNTY LIEN CHARGESRecording Fees for 3 Lien documents 99.00Check 348313 Amount KING CNTY RECORDS & ELECTIONS Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 53 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $99.00 KING CNTY WATER DIST #90 - 042367 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 160.6006/30/2016348314 PARKS ADMIN0007250 504.000000.020.518.21.47.002 WATER, METRO, GARBAGEFAC 06/16 FS 16 WATER UTILITY~ 3/24-5/18 160.60Check 348314 Amount KING CNTY WATER DIST #90 Total $160.60 KING COUNTY LIBRARY SYSTEM - 040279 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 37,707.2206/30/2016348315 PARKS ADMIN9756 336.220033.020.594.72.62.000 HIGHLANDS LIBRARY BUILDINGS AND STRUCTURFAC 06/16 HIGHLAND LIBRARY PROFESSIONAL SERVICES 4,554.0006/30/2016348315 PARKS ADMIN9757 336.220043.020.594.72.62.000 CEDAR RIVER LIBRARYFAC 06/16 LIBERTY PARK LIBRARY PROFESSIONAL SERVICES 42,261.22Check 348315 Amount KING COUNTY LIBRARY SYSTEM Total $42,261.22 KIRKLAND, BETTY JEANE - 042472 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 10.0006/30/2016348316 FIREBKVOLAPR 000.000000.009.522.10.43.006 MEAL ALLOWANCE-VOLUNTEERADMIN/Volunteer Services 4/27 40.0006/30/2016348316 FIREBKVOLMAY 000.000000.009.522.10.43.006 MEAL ALLOWANCE-VOLUNTEERADMIN/Volunteer Services 5/4, 5/11, 5/18, 5/25 50.00Check 348316 Amount KIRKLAND, BETTY JEANE Total $50.00 KITSAP SAFETY - 042522 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 25.1306/30/2016348317 PW SHOPS13676 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIESAtlas gloves for shops. 25.1306/30/2016348317 PW SHOPS13676 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESAtlas gloves for shop. 25.1306/30/2016348317 PW SHOPS13676 406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIESAtlas gloves for shop. 25.1306/30/2016348317 PW SHOPS13676 407.000000.019.531.35.31.000 OFFICE/OPERATING SUPPLIESAtlas gloves for shop. 100.52Check 348317 Amount KITSAP SAFETY Total $100.52 KPG INC - 042772 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 54 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 KPG INC - 042772 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,825.2806/30/2016348318 TRANSPORTATION/AIRPORT515716 317.122115.016.595.10.63.000 TRAFFIC SAFETY PGMS - PLANNINGCAG-16-003 Professional services for Design Analysis for SR 169 Westbound Dual Le-Turn to I-405 Southbound On-Ramp 553.8106/30/2016348318 TRANSPORTATION/AIRPORT515616 317.122150.016.595.10.63.000 PROJ DEV & PRE-DESIGN - PLANNINGCAG-15-223 Professional services for Couplet Conversion Project. 52,913.1806/30/2016348318 TRANSPORTATION/AIRPORT47216 317.122907.016.595.11.63.000 MAIN AVE S/DOWNTOWN CIRC - PECAG-14-146 Professional services for Downtown Circulaon Project - Phase 1 (Main Ave S & Bronson Way S) Through 4/25/16 22,911.0006/30/2016348318 TRANSPORTATION/AIRPORT58916 317.122907.016.595.11.63.000 MAIN AVE S/DOWNTOWN CIRC - PECAG-14-146 Professional services for Downtown Circulaon Project 78,203.27Check 348318 Amount KPG INC Total $78,203.27 L N CURTIS & SONS - 019440 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 408.8006/30/2016348319 POLICEINV25898 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - MCMULLEN 408.8006/30/2016348319 POLICEINV25925 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - VANDERHOEK 319.7706/30/2016348319 POLICEINV28193 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt and cargo pantS - STEED 408.8006/30/2016348319 POLICEINV28217 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - NIELSEN T. 408.8006/30/2016348319 POLICEINV28232 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - WOODWARD 408.8006/30/2016348319 POLICEINV28245 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - LANE 89.0206/30/2016348319 POLICEINV28246 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt - THOMPSON 408.8006/30/2016348319 POLICEINV28260 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - THIELMAN 586.8406/30/2016348319 POLICEINV28271 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - DESMET H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 55 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 L N CURTIS & SONS - 019440 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 408.8006/30/2016348319 POLICEINV28273 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - NIELSEN C. 95.8206/30/2016348319 POLICEINV28277 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt - EDWARDS 312.9706/30/2016348319 POLICEINV28279 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt and cargo pants - ONISHI 408.8006/30/2016348319 POLICEINV28289 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - DREHER 504.6206/30/2016348319 POLICEINV28313 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirts and cargo pants - LEIBMAN 111.9706/30/2016348319 POLICEINV28320 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy cargo pants - JENSEN 319.7706/30/2016348319 POLICEINV28323 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMSPIEWAK dark navy poly/wool duty shirt and cargo pants - MERCADO 4,243.1306/30/2016348319 POLICEINV31006 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMVests, ballisc with apex carriers - LEIBMAN, ONISHI, WHITNEY, SJOLIN, BRUS -239.8106/30/2016348319 POLICE2132373-00 000.000000.008.521.30.35.000 SMALL TOOLS/MINOR EQUIPMENTCREDIT - Moss 500 ORG OM Shot gun stock. (See invoice 2132373-00 dated 12/04/15); cHECK #344126 9,614.50Check 348319 Amount L N CURTIS & SONS Total $9,614.50 LALANGAN, IRENEO OR SUSAN - 111750 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 179.4506/30/2016348320 REVENUE/BALANCE SHEET007692/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE1150 Monroe Ave NE - credit bal, final date: 5/6/16 179.45Check 348320 Amount LALANGAN, IRENEO OR SUSAN Total $179.45 LANGUAGE LINE SERVICES INC - 043327 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 335.2406/30/2016348321 POLICE3848753 000.000000.008.521.10.51.004 EMERGENCY COMMUNICATIONMay 2016 Language Line - 27 calls 335.24Check 348321 Amount LANGUAGE LINE SERVICES INC Total $335.24 LAW, DENIS - 043743 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 56 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 LAW, DENIS - 043743 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 53.5006/30/2016348322 EXECUTIVEReimLaw 000.000000.003.513.10.42.002 CELL PHONES/PAGERScell phone data reim 4/16/16-5/15/16 53.50Check 348322 Amount LAW, DENIS Total $53.50 LIFE ASSIST INC - 044830 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,332.4606/30/2016348323 FIRE752584 000.000000.009.522.70.31.000 OFFICE/OPERATING SUPPLIESEMS/Aid Supplies 1,802.3806/30/2016348323 FIRE752987 000.000000.009.522.70.31.000 OFFICE/OPERATING SUPPLIESEMS/Aid Supplies 3,134.84Check 348323 Amount LIFE ASSIST INC Total $3,134.84 LIGHT LOADS CONCRETE LLC - 044878 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 659.0706/30/2016348324 PW SHOPS11571 406.000000.019.535.50.31.000 OFFICE/OPERATING SUPPLIES3.25 yards of concrete for wastewater li staon. 659.07Check 348324 Amount LIGHT LOADS CONCRETE LLC Total $659.07 LILLY MAY BAYLEY - 008169 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 200.0006/30/2016348325 MUNICIPAL COURT062116 000.000000.002.512.50.41.003 CONTRACTED SERVICESTagalog - cerfied ~ 6-20-16 one case~ 6-21-16 one case 200.00Check 348325 Amount LILLY MAY BAYLEY Total $200.00 LINDA HAYS - 110915 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3.0006/30/2016348326 REVENUE/BALANCE SHEET110915 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens received at the 6/7/16 Market 14.0006/30/2016348326 REVENUE/BALANCE SHEET228 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 20.0006/30/2016348326 REVENUE/BALANCE SHEET256 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT sales on 6/21/16 37.00Check 348326 Amount LINDA HAYS Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 57 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $37.00 LINDS CUSTOM MEATS LLC - 110916 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1.0006/30/2016348327 REVENUE/BALANCE SHEET192 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens received at the 6/7/16 Market 10.0006/30/2016348327 REVENUE/BALANCE SHEET227 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 11.00Check 348327 Amount LINDS CUSTOM MEATS LLC Total $11.00 LOCAL PROS PAINTING & - 045210 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6,386.0406/30/2016348328 PARKS ADMIN1409 001.000000.020.576.20.48.000 REPAIRS & MAINTENANCEFAC 06/16 HMAC WALL PAINTING~ Includes change order for Top of Wall Coang & Wall Painng RE-do 6,386.04Check 348328 Amount LOCAL PROS PAINTING & Total $6,386.04 LONE STAR IMPORTS LLC - 111787 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 44.5006/30/2016348329 REVENUE/BALANCE SHEETBL.038815/Refund 000.000000.000.257.00.00.001 DEFERRED REVENUE - BUS LICENSECustomer paid a straight $50.00 for late penales. Should have only paid $5.50 44.50Check 348329 Amount LONE STAR IMPORTS LLC Total $44.50 LUNDGREN FIRE RESCUE - 091887 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,153.1606/30/2016348330 FIRELUND51616 000.000000.009.522.20.48.015 REPAIRS & MAINTENANCE SCBARO/NFPA 2nd Qtr checks and parts replacement, CO Cell & PSE switch 1,153.16Check 348330 Amount LUNDGREN FIRE RESCUE Total $1,153.16 LYTLE, MATTHEW - 111793 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,000.0006/30/2016348331 REVENUE/BALANCE SHEETRefund ROW 650.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-SPECIAL DEPOSITS1023 N 34th ST - ROW Bond to install sewer stub. Permit: SS15002409 Work complete 2,000.00Check 348331 Amount LYTLE, MATTHEW Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 58 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $2,000.00 MAGNUM PRINT SOLUTIONS - 046289 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 131.2906/30/2016348332 CED155529 000.000000.007.558.51.31.000 OFFICE/OPERATING SUPPLIESTwo toner cartridges 131.29Check 348332 Amount MAGNUM PRINT SOLUTIONS Total $131.29 MANAGING DYNAMICS LLC - 046709 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 281.2506/30/2016348333 CED2593 000.000000.007.558.60.41.000 PROFESSIONAL SERVICEScoaching CED employee 46.8706/30/2016348333 UTILITY SYSTEMS2593 403.000000.018.537.10.41.000 PROFESSIONAL SERVICEScoaching Public Works Ulies employee 46.8706/30/2016348333 UTILITY SYSTEMS2594 403.000000.018.537.10.41.000 PROFESSIONAL SERVICEScoaching for PW Ulies employee 46.8706/30/2016348333 UTILITY SYSTEMS2593 405.000000.018.534.10.41.000 PROFESSIONAL SERVICEScoaching PW Ulies employee 46.8706/30/2016348333 UTILITY SYSTEMS2594 405.000000.018.534.10.41.000 PROFESSIONAL SERVICEScoaching for PW Ulies employee 46.8806/30/2016348333 UTILITY SYSTEMS2593 406.000000.018.535.10.41.000 PROFESSIONAL SERVICEScoaching PW Ulies employee 46.8806/30/2016348333 UTILITY SYSTEMS2594 406.000000.018.535.10.41.000 PROFESSIONAL SERVICEScoaching for PW Ulies employee 46.8806/30/2016348333 UTILITY SYSTEMS2593 407.000000.018.531.31.41.000 PROFESSIONAL SERVICEScoaching PW ulies employee 46.8806/30/2016348333 UTILITY SYSTEMS2594 407.000000.018.531.31.41.000 PROFESSIONAL SERVICEScoaching for PW Ulies employee 656.25Check 348333 Amount MANAGING DYNAMICS LLC Total $656.25 MASSACHUETTS MUTUAL LIFE INS - 100008 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 50.5206/24/2016348126 REVENUE/BALANCE SHEETBen1737790 632.000000.000.231.50.30.000 ACCRUED EMPLOYEE BENEFITSDEF MASS LIFE: Payment 50.52Check 348126 Amount MASSACHUETTS MUTUAL LIFE INS Total $50.52 MCCAIN TRAFFIC SUPPLY INC - 047772 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 305.5106/30/2016348334 TRANSPORTATION/AIRPORTINV0209409 003.000000.016.542.95.31.010 SIGNAL SUPPLIESVISORS FOR SIGNALS 305.51Check 348334 Amount MCCAIN TRAFFIC SUPPLY INC Total $305.51 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 59 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 MCDONOUGH & SONS INC - 048014 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 202.5806/30/2016348335 PARKS ADMIN208569 001.000000.020.576.81.48.046 PARKING LOT SWEEPINGPKS: CITY HALL PARKING LOT SWEEPING & CLEANING - SWEEPING SERVICE ON JUNE 18, 2016; SERVICE ORDER #90006~ QTY 2 @ $92.50/EA + SALES TAX @ $17.58 824.5406/30/2016348335 PARKS ADMIN208284 108.220046.020.518.21.41.003 CONTRACTED SERVICES-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE SWEEPING 396.2806/30/2016348335 PARKS ADMIN206846 404.000000.020.576.61.48.003 MAINTENANCEGC: 2016 03 LOT SWEEPING~ ~ ***NOTE: INVOICE RECEIVED 06/16/16 317.0306/30/2016348335 PARKS ADMIN207352 404.000000.020.576.61.48.003 MAINTENANCEGC: 2016 04 LOT SWEEPING~ ~ ***NOTE: INVOICE RECEIVED 06/16/16 317.0306/30/2016348335 PARKS ADMIN207831 404.000000.020.576.61.48.003 MAINTENANCEGC: 2016 05 LOT SWEEPING~ ~ ***NOTE: INVOICE RECEIVED 06/16/16 2,057.46Check 348335 Amount MCDONOUGH & SONS INC Total $2,057.46 MCKINNEY GROUP INC - 111786 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 18.7006/30/2016348336 NON DEPARTMENTALBL.027749/Refund 000.000000.005.321.99.00.000 OTHER BUSINESS LICENSES AND PERMITSCustomer reapplied for a new license then renewed the late one - refunding late payment which came in 2nd 16.5006/30/2016348336 NON DEPARTMENTALBL.027749/Refund 316.000000.005.321.99.00.000 OTHER BUSINESS LICENSES AND PERMITSCustomer reapplied for a new license then renewed the late one - refunding late payment which came in 2nd 74.8006/30/2016348336 TRANSPORTATION/AIRPORTBL.027749/Refund 317.000000.016.321.99.00.000 OTHER BUSINESS LICENSES AND PERMITSCustomer reapplied for a new license then renewed the late one - refunding late payment which came in 2nd 5.5006/30/2016348336 TRANSPORTATION/AIRPORTBL.027749/Refund 317.000000.016.359.10.00.000 PENALTY/GEN. BUS. LICENSESCustomer reapplied for a new license then renewed the late one - refunding late payment which came in 2nd 115.50Check 348336 Amount MCKINNEY GROUP INC Total $115.50 MCLENDON HARDWARE INC - 048480 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 150.1906/30/2016348337 FIRE446792/2 000.000000.009.522.20.31.000 OFFICE/OPERATING SUPPLIESRO/SCBA Supplies H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 60 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 MCLENDON HARDWARE INC - 048480 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 150.19Check 348337 Amount MCLENDON HARDWARE INC Total $150.19 MICHAEL FAAST - 048996 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 500.0006/30/2016348338 PARKS ADMIN7416 Jangles 001.000000.020.573.90.49.000 SPECIAL EVENTSProfessional Services - Performance during City's 4thof July Event: 2:15-3:15 p.m. 500.00Check 348338 Amount MICHAEL FAAST Total $500.00 MOLLY AJETO - 001460 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 637.5006/30/2016348339 MUNICIPAL COURT061716 000.000000.002.512.50.41.003 CONTRACTED SERVICESSpanish - cerfied~ 6-6-16 one case~ 6-8-16 4 cases~ 6-10-16 1 case~ 6-13-16 2 cases~ 6-15-16 7 cases 637.50Check 348339 Amount MOLLY AJETO Total $637.50 MOSCHETTI, LINDA - 051313 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 185.3406/30/2016348340 PW ADMINMileage 000.000000.015.538.10.43.001 TRAVELMileage reimbursement for 343.20 miles at $.54/mile for Lmosche Professional Development II course; Tacoma, WA June 12-17 185.34Check 348340 Amount MOSCHETTI, LINDA Total $185.34 N C MACHINERY COMPANY - 052652 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 86.8606/30/2016348341 PW SHOPSSECS0623729 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESFilters for stock. 86.86Check 348341 Amount N C MACHINERY COMPANY Total $86.86 NAPA AUTO PARTS - 052604 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 61 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 NAPA AUTO PARTS - 052604 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 54.1806/30/2016348342 PW SHOPS546183 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESMuffler for B098. 168.6606/30/2016348342 PW SHOPS546412 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESTail lamps for C226 -27.7006/30/2016348342 PW SHOPS546946 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESCredit for returned part. 92.6806/30/2016348342 PW SHOPS548354 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESBlue winshield towels/shop. 31.2206/30/2016348342 PW SHOPS548898 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESTruck net e down for C274. 21.0006/30/2016348342 PW SHOPS548920 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESHeater hoses for D091 20.5606/30/2016348342 PW SHOPS551198 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESGrease gun couplers/stock. 624.3706/30/2016348342 PW SHOPS554087 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESNew truck e downs for stock. 78.8006/30/2016348342 PW SHOPS555197 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESStrobe head for D100 21.9506/30/2016348342 PW SHOPS555561 501.000000.019.548.60.31.000 OFFICE/OPERATING SUPPLIESTail lamps for stock. 34.7406/30/2016348342 PW SHOPS550775 501.000000.019.548.60.35.000 SMALL TOOLS/MINOR EQUIPMENTGrease gun tools. 1,120.46Check 348342 Amount NAPA AUTO PARTS Total $1,120.46 NATL BARRICADE CO LLC - 053290 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 343.8306/30/2016348343 FIRE264270 000.000000.009.522.20.35.000 OTHER SMALL TOOLS/MINOR EQUIPRO/20 Traffic Cones 343.83Check 348343 Amount NATL BARRICADE CO LLC Total $343.83 NATL SAFETY INC - 054296 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 531.0806/30/2016348344 FIRE0438972-IN 000.000000.009.522.21.48.000 EQUIPMENT REPAIR TECH RESCUEHAZMAT/Cylinder Holder Repairs 65.7006/30/2016348344 FIRE0438974-IN 000.000000.009.522.21.48.000 EQUIPMENT REPAIR TECH RESCUEHAZMAT/Lamp Repairs 596.78Check 348344 Amount NATL SAFETY INC Total $596.78 NELSON WORLDWIDE INC - 054830 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 481.0006/30/2016348345 PARKS ADMIN77070 316.220054.020.594.58.62.000 PERMIT AREA RECONFIGURATIONFAC 06/16 PERCENT REMODEL 6TH FL H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 62 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 NELSON WORLDWIDE INC - 054830 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 442.3506/30/2016348345 PARKS ADMIN77161 316.220054.020.594.58.62.000 PERMIT AREA RECONFIGURATIONFAC 06/16 PERMIT CENTER REMODEL 923.35Check 348345 Amount NELSON WORLDWIDE INC Total $923.35 NETMOTION WIRELESS INC - 054986 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 8,486.2506/30/2016348346 FINANCE & ITI0031521 503.000000.004.518.82.41.003 SERVICE CONTRACTS1ea. (250 Devices w/ Mobility) Mobility Premium Soware Maintenance~ * 24x7 technical support~ * Major version upgrades~ * Tech notes and web based support~ * Cumulave quanty discounts on addional device licenses~ * Patch and point releases at no addional charge~ * Guaranteed response mes~ (Effecve from 6/5/2016 through 6/4/2017) 8,486.25Check 348346 Amount NETMOTION WIRELESS INC Total $8,486.25 NEWTON, GEORGE - 111766 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 40.4006/30/2016348347 REVENUE/BALANCE SHEET003607/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE1228 Benson Rd S - Credit bal, final date: 5/12/16 40.40Check 348347 Amount NEWTON, GEORGE Total $40.40 NI GOVERNMENT SERVICES INC - 055427 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 73.7306/30/2016348348 FIRE6051075903 000.000000.009.525.60.42.000 COMMUNICATIONSEM/MSAT $60 Monthly Fee 73.73Check 348348 Amount NI GOVERNMENT SERVICES INC Total $73.73 NINO BLANCO FOODS LLC - 111785 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 9.0006/30/2016348349 REVENUE/BALANCE SHEET217 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBTsales on 6/7/16 3.0006/30/2016348349 REVENUE/BALANCE SHEET240 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBTsales on 6/14/16 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 63 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 NINO BLANCO FOODS LLC - 111785 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 8.0006/30/2016348349 REVENUE/BALANCE SHEET271 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBTsales on 6/21/16 20.00Check 348349 Amount NINO BLANCO FOODS LLC Total $20.00 NORMAN N. HOLCOMB - 111784 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 17.0006/30/2016348350 REVENUE/BALANCE SHEET202 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT sales on 6/21/16 21.0006/30/2016348350 REVENUE/BALANCE SHEET266 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBTsales on 6/21/16 38.00Check 348350 Amount NORMAN N. HOLCOMB Total $38.00 NW FIRE FIGHTERS TRUST - 856462 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 206,904.2706/24/2016348127 REVENUE/BALANCE SHEET5736 632.000000.000.122.10.00.000 CUSTOMER ACCOUNTS RECEIVABLEbilling # 5736 accont # 39 206,904.27Check 348127 Amount NW FIRE FIGHTERS TRUST Total $206,904.27 NW LEADERSHIP SEMINAR - 058138 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,180.0006/30/2016348351 FIRE1602 000.000000.009.522.45.43.002 TRAINING/SCHOOLSTRAINING/Registraon for NW Leadership Seminar - Ochs, Seaver, Wallgren, Marshall 1,180.00Check 348351 Amount NW LEADERSHIP SEMINAR Total $1,180.00 NW SAFETY CLEAN - 056750 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,716.0806/30/2016348352 FIRE16-14067 000.000000.009.522.20.48.000 REPAIRS & MAINTENANCERO/Bunker Gear Cleaning 334.9606/30/2016348352 FIRE16-14068 000.000000.009.522.20.48.000 REPAIRS & MAINTENANCERO/Bunker Gear Cleaning 2,051.04Check 348352 Amount NW SAFETY CLEAN Total $2,051.04 NW SECURITY & SOUND LLC - 056766 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 64 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 NW SECURITY & SOUND LLC - 056766 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 150.0006/30/2016348353 PW SHOPS15227 405.000000.019.534.50.41.000 PROFESSIONAL SERVICESTelemetry monitoring for July, August and September. 150.00Check 348353 Amount NW SECURITY & SOUND LLC Total $150.00 OBERMILLER, IAN - 111763 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 89.3306/30/2016348354 REVENUE/BALANCE SHEET040927/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE15637 140th PL SE - Credit bal, final date: 5/20/16 89.33Check 348354 Amount OBERMILLER, IAN Total $89.33 OCCUPATIONAL HEALTH SVC - 085508 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 9,755.0006/30/2016348355 FIRE70004166 000.000000.009.522.10.41.000 PROFESSIONAL SERVICESADMIN/Annual exams for 70 people 9,755.00Check 348355 Amount OCCUPATIONAL HEALTH SVC Total $9,755.00 OFFICE DEPOT INC - 057345 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 44.2906/30/2016348356 PW SHOPS843122047001 003.000000.019.542.90.31.000 OFFICE/OPERATING SUPPLIESOffice supplies for shops. 46.9106/30/2016348356 TRANSPORTATION/AIRPORT839772373001 402.000000.016.546.20.31.000 SHOP/OFFICE - OPERATING SUPPLIESOffice supplies - highlighters, pens, sheet protectors, binders 91.20Check 348356 Amount OFFICE DEPOT INC Total $91.20 OLBRECHTS & ASSOCIATES PLLC - 057800 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,089.0006/30/2016348357 HEARING EXAMINERHEX/May 2016 000.000000.011.558.60.41.003 CONTRACTED SERVICESMay 2016 HEX Services 4,089.00Check 348357 Amount OLBRECHTS & ASSOCIATES PLLC Total $4,089.00 OLEJAR, SONYA J - 111770 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 133.6406/30/2016348358 REVENUE/BALANCE SHEET021640/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE4101 NE 27th PL - Credit bal, final date: 5/03/16 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 65 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 OLEJAR, SONYA J - 111770 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 133.64Check 348358 Amount OLEJAR, SONYA J Total $133.64 OSMAN RUIZ - 110920 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 27.0006/30/2016348359 REVENUE/BALANCE SHEET198 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 20.0006/30/2016348359 REVENUE/BALANCE SHEET269 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 76.0006/30/2016348359 PARKS ADMIN198 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 22.0006/30/2016348359 PARKS ADMIN269 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 145.00Check 348359 Amount OSMAN RUIZ Total $145.00 OUTCOMES BY LEVY LLC - 058621 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,961.0306/30/2016348360 EXECUTIVE2016-05-R 000.000000.003.513.10.41.010 GOVERNMENT RELATIONSLegislave/lobbying services-May 2016 4,961.03Check 348360 Amount OUTCOMES BY LEVY LLC Total $4,961.03 OVERLAKE OIL INC - 058740 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,153.8506/30/2016348361 PW SHOPS0178385-IN 501.000000.019.548.60.32.001 FUEL CONSUMED - DIESEL FUELDiesel fuel for the shops. 7,719.8906/30/2016348361 PW SHOPS0178386-IN 501.000000.019.548.60.32.001 FUEL CONSUMED - DIESEL FUELDiesel fuel for the shops. 8,737.0006/30/2016348361 PW SHOPS0178476-IN 501.000000.019.548.60.32.001 FUEL CONSUMED - DIESEL FUELDiesel fuel for the shops. 4,211.5506/30/2016348361 PW SHOPS0178385-IN 501.000000.019.548.60.32.003 FUEL CONSUMED GASOLINEUnleaded fuel for the shops. 2,196.4306/30/2016348361 PW SHOPS0178386-IN 501.000000.019.548.60.32.003 FUEL CONSUMED GASOLINEUnleaded fuel for the shops. 10,460.1606/30/2016348361 PW SHOPS0178476-IN 501.000000.019.548.60.32.003 FUEL CONSUMED GASOLINEUnleaded fuel for the shops. 35,478.88Check 348361 Amount OVERLAKE OIL INC Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 66 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $35,478.88 OWENS, WILLIAM - 111767 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 393.8306/30/2016348362 REVENUE/BALANCE SHEET012811/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 5/23/16 393.83Check 348362 Amount OWENS, WILLIAM Total $393.83 PACIFIC GLASS INC - 059395 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 312.0806/30/2016348363 PARKS ADMIN1464 000.060751.020.565.10.49.000 HRAP-FIRST SAVINGSFurnish and install one 34-7/8: X 34-3/8" X 1/2" insulated regular window - Kishida 312.08Check 348363 Amount PACIFIC GLASS INC Total $312.08 PACIFIC RIM MEDICAL SYSTEMS - 059755 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,063.6806/30/2016348364 POLICE14328 000.000000.008.521.30.35.000 SMALL TOOLS/MINOR EQUIPMENTReplacement kit for charge-pak charging unit and 2 sets of quik-pak electrodes 1,063.68Check 348364 Amount PACIFIC RIM MEDICAL SYSTEMS Total $1,063.68 PACIFIC SAFETY SUPPLY CO INC - 059850 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 914.5906/30/2016348365 PW SHOPS712568 405.000000.019.534.50.34.000 WATER INVENTORY PURCHASEDRoadwork ahead signs for stock. 914.59Check 348365 Amount PACIFIC SAFETY SUPPLY CO INC Total $914.59 PANTEL TACTICAL - 060254 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 32.8006/30/2016348366 POLICE55687 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMLarge radio pouch - HASSINGER 32.80Check 348366 Amount PANTEL TACTICAL Total $32.80 PARK, NOAH - 111757 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 113.3606/30/2016348367 REVENUE/BALANCE SHEET047772/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUERefund - Credit bal, final date: 4/29/16 113.36Check 348367 Amount H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 67 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 PARK, NOAH - 111757 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department PARK, NOAH Total $113.36 PEOPLE, AFSCME, AFL-CIO - 107874 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 15.0006/24/2016348128 REVENUE/BALANCE SHEETBen1737816 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPEOPLE AFSCME VOLUNTARY DED: Payment 15.00Check 348128 Amount PEOPLE, AFSCME, AFL-CIO Total $15.00 PERFECT DRIVE GOLF & - 081343 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 993.6506/30/2016348368 PARKS ADMIN2305427 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: GOLF CART REPAIR SUPPLIES 170.0406/30/2016348368 PARKS ADMIN2312157 404.000000.020.576.65.48.000 REPAIRS & MAINTENANCEGC: CART REPAIRS: THREE CARS WTIH CLUTCH NOISE. REPLACED DRIVE BELTS ON TWO CARS ALL OPERATIONAL 242.1306/30/2016348368 PARKS ADMIN2312162 404.000000.020.576.65.48.000 REPAIRS & MAINTENANCEGC: CLUB REPAIRS: RENTAL 7179 FRONT END DAMAGE / REPLACED LEFT HAND SPINDLE 1,405.82Check 348368 Amount PERFECT DRIVE GOLF & Total $1,405.82 PERTEET ENGINEERING INC - 061292 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 40,501.9506/30/2016348369 TRANSPORTATION/AIRPORT20140266.001-13 317.122122.016.595.11.63.000 SUNSET LANE - PRELIM ENGCAG-15-046 Professional services for Sunset Lane Roadway Improvements project 4/4/16 - 5/15/16 1,747.3006/30/2016348369 TRANSPORTATION/AIRPORT20140266.001-14 317.122122.016.595.11.63.000 SUNSET LANE - PRELIM ENGCAG-15-046 Professional services for Sunset Lane Roadway Improvements project 5/16/16 - 5/29/16 17,380.2906/30/2016348369 TRANSPORTATION/AIRPORT20130276.000-14 317.122902.016.595.11.63.000 SUNSET BLVD CORRIDOR - PRELIM ENGINCAG-15-080 Professional services for Sunset Blvd Corridor Improvements Project 5/2/16 - 5/29/16 59,629.54Check 348369 Amount PERTEET ENGINEERING INC Total $59,629.54 PHYSIO-CONTROL INC - 061760 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,316.2006/30/2016348370 FIRE416121283 000.000000.009.522.70.48.000 AID EQUIPMENT REPAIR & MAINTEMS/June Monthly Maintenance 2,316.20Check 348370 Amount H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 68 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 PHYSIO-CONTROL INC - 061760 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department PHYSIO-CONTROL INC Total $2,316.20 PLANET TURF/JCC LTD - 062201 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,338.0906/30/2016348371 PARKS ADMIN10765 404.000000.020.576.65.31.011 FERTILIZERGC: FERTILIZER FOR GREENS 1,338.09Check 348371 Amount PLANET TURF/JCC LTD Total $1,338.09 PLATT ELECTRIC SUPPLY - 062280 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 105.5806/30/2016348372 TRANSPORTATION/AIRPORTJ485037 003.000000.016.542.95.31.011 LIGHTING SUPPLIESWIRE FOR LIGHTING 197.8606/30/2016348372 TRANSPORTATION/AIRPORTJ593305 003.000000.016.542.95.31.011 LIGHTING SUPPLIESWIRE FOR STREET LIGHTING 5,906.4306/30/2016348372 UTILITY SYSTEMSJ115603 425.455584.018.594.34.63.000 WATER SYSTEM SECURITY IMPROVEMENTS30 light fixtures for security at wells. - Returned for Credit -5,906.4306/30/2016348372 UTILITY SYSTEMSJ634456 425.455584.018.594.34.63.000 WATER SYSTEM SECURITY IMPROVEMENTSCredit for light fixtures for security at wells. 303.44Check 348372 Amount PLATT ELECTRIC SUPPLY Total $303.44 PND ENGINEERS - 061121 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,505.0006/30/2016348373 PARKS ADMIN16060114 316.332028.020.576.81.41.000 PARKS MM - STRUCTURAL REVIEWSCIP/PPNR: (CAG-16-018) CEDAR RIVER TRAIL BOATHOUSE & PIER - CONDITION ASSESSMENT - PND to provide professional structural assessment services at the Boathouse and Pier at the Cedar River Trail Park.~ PND Project No. 164018; MAY 2, 2016 THRU MAY 29, 2016 PROFESSIONAL SERVICES - work entailed: Task 1 - Below deck observaons; above deck observaons; and building structural observaons. Engineering Services/Boathouse and Pier Inspecon @ $2,505.00. H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 69 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 PND ENGINEERS - 061121 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,230.0806/30/2016348373 PARKS ADMIN16060101 316.332041.020.594.76.63.000 RIVERVIEW PARK BRIDGE REPLACEMENTCIP/PPNR: (CAG-13-220) RIVERVIEW PARK BRIDGE REPLACEMENT - PND to provide professional engineering services for the design and perming services for complete replacement of the Riverview Park Bridge.~ PND Project No. 134057; MAY 2, 2016 THRU MAY 29, 2016 PROFESSIONAL SERVICES - 2D Construcon Administraon - Labor @ $2,575.00; Mileage @ $19.01; Subconsultant-APS Survey & Mapping @ $1,636.07. 790.0006/30/2016348373 PARKS ADMIN16060115 316.332045.020.576.81.41.017 COULON PARK 5 YEAR STRUCTURAL REVIEWCIP/PPNR: (CAG-16-019) IVAR'S DECK STRUCTURAL ASSESSMENT~ - IVAR'S RESTAURANT OUTDOOR DECK & SOUTH WATERWALK STRUCTURAL SUPPORT ASSESSMENT - PND to provide professional structural assessment services at Coulon Beach Park. ~ PND Project No. 164019 - MAY 2, 2016 THRU MAY 29, 2016 PROFESSIONAL SERVICES - work entailed: Task 1 - Ivar's Restaurant Outdoor Deck Beam Inspecon; below deck observaons. Task 2 - Coulon Park - South Waterwalk Pile Cap Grout Survey; below deck observaons. Task 3 - Ivar's Restaurant Outdoor Deck Beam Analysis & Cost Esmate.~ Engineering Services 02 Supplemental Survey, Analysis & Cost Esmate - Addendum #1 @ $790.00. 7,525.08Check 348373 Amount PND ENGINEERS Total $7,525.08 POLAND & SONS INC - 065980 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 7,305.7806/30/2016348374 FIRERP0516L 000.000000.009.522.50.31.000 OFFICE/OPERATING SUPPLIESFAC/1 pallet of Novacool 7,305.78Check 348374 Amount POLAND & SONS INC Total $7,305.78 POSTAL EXPRESS CORPORATION - 062806 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 9,141.4006/30/2016348375 EXECUTIVEP1605306 505.000000.003.518.70.42.001 POSTAGEPost Office Mail Delivery and Pick Up 9,141.40Check 348375 Amount POSTAL EXPRESS CORPORATION Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 70 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $9,141.40 PRINCE TELECOM - 109070 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 384.0006/30/2016348376 CEDVarious Permits 000.000000.007.322.10.02.000 ELECTRICAL PERMITSVarious locaons pulled on MBP. These permits were pulled in error. Refunding 80% fo the permit fee, no inspecons.~ E16003004,2784,2739,2642,2787,2484,2463 & 2399 ($48 each) 384.00Check 348376 Amount PRINCE TELECOM Total $384.00 PRISSINOTTI, NELLO - 103201 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 421.9806/30/2016348377 UTILITY SYSTEMS012860/Refund 407.000000.018.343.10.01.000 SURFACE WATER DRAINAGE FEES & CHARGES10227 128th Ave Se - Credit bal 421.98Check 348377 Amount PRISSINOTTI, NELLO Total $421.98 PROTECTION TECHNOLOGIES INC - 063710 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 196.4206/30/2016348378 TRANSPORTATION/AIRPORT46332 402.000000.016.546.20.48.000 REPAIR & MAINTENANCERepair labor to fix tower door security camera 196.42Check 348378 Amount PROTECTION TECHNOLOGIES INC Total $196.42 PROVANTAGE LLC - 063747 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 703.4906/30/2016348379 FINANCE & IT7688055 503.530051.004.518.82.35.034 ENTERPRISE EDGE OTHER MINOR EQUIPMENT1ea. Casio Ecolite Projector for Police Briefing Room 703.49Check 348379 Amount PROVANTAGE LLC Total $703.49 PUGET POSTINGS - 091537 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 410.6306/30/2016348380 MUNICIPAL COURT2343 000.000000.002.512.50.41.003 CONTRACTED SERVICESJuror Source List for 2016 410.63Check 348380 Amount PUGET POSTINGS Total $410.63 PUGET SOUND ACCESS - 064237 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 71 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 PUGET SOUND ACCESS - 064237 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 5,000.0006/30/2016348381 EXECUTIVE16-1033 127.000000.003.571.10.41.002 AV PRODUCTIONPREPAY COUNCIL MEETING PRODUCTION WORK JULY-DEC 2016 5,000.00Check 348381 Amount PUGET SOUND ACCESS Total $5,000.00 PUGET SOUND CLEAN AIR AGENCY - 064380 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 500.0006/30/2016348382 PW SHOPS16CC13 501.000000.019.548.60.49.001 MEMBERSHIPS & DUESMembership dues. 500.00Check 348382 Amount PUGET SOUND CLEAN AIR AGENCY Total $500.00 PUGET SOUND ENERGY - 064290 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 11.8506/30/2016348384 TRANSPORTATION/AIRPORT200003882640 003.000000.016.542.95.47.001 ELECTRICITY4350 LAKE WASHINGTON BLVD N 25.6106/30/2016348384 TRANSPORTATION/AIRPORT200011979727 003.000000.016.542.95.47.001 ELECTRICITY3804 NE 24TH CT 221.1906/30/2016348384 TRANSPORTATION/AIRPORT200012010142 003.000000.016.542.95.47.001 ELECTRICITY720 JONES AVE S 22.2906/30/2016348384 TRANSPORTATION/AIRPORT200013337502 003.000000.016.542.95.47.001 ELECTRICITY242 UNION AVE NE 25.8906/30/2016348384 TRANSPORTATION/AIRPORT200013337718 003.000000.016.542.95.47.001 ELECTRICITY3629 NE 19TH ST 21.9006/30/2016348384 TRANSPORTATION/AIRPORT200013338112 003.000000.016.542.95.47.001 ELECTRICITY5718 NE 7TH PL 24.0206/30/2016348384 TRANSPORTATION/AIRPORT200013338112 003.000000.016.542.95.47.001 ELECTRICITY5718 NE 7TH PL 16.0706/30/2016348384 TRANSPORTATION/AIRPORT200013338294 003.000000.016.542.95.47.001 ELECTRICITY3711 MONTEREY PL NE 15.6706/30/2016348384 TRANSPORTATION/AIRPORT200013338484 003.000000.016.542.95.47.001 ELECTRICITY3819 NE 19TH ST 72.1506/30/2016348384 TRANSPORTATION/AIRPORT200013338682 003.000000.016.542.95.47.001 ELECTRICITY1498 TALBOT RD S 13.3606/30/2016348384 TRANSPORTATION/AIRPORT200013338849 003.000000.016.542.95.47.001 ELECTRICITY1000 S 32ND PL 12.8306/30/2016348384 TRANSPORTATION/AIRPORT200013338997 003.000000.016.542.95.47.001 ELECTRICITY517 LYONS PL NE 84.2206/30/2016348384 TRANSPORTATION/AIRPORT200018708335 003.000000.016.542.95.47.001 ELECTRICITY405 LOGAN AVE N 20.8806/30/2016348384 TRANSPORTATION/AIRPORT220000037147 003.000000.016.542.95.47.001 ELECTRICITY615 FIELD PL NE 153.6106/30/2016348384 TRANSPORTATION/AIRPORT220000385819 003.000000.016.542.95.47.001 ELECTRICITY710 RAINIER AVE S H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 72 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 PUGET SOUND ENERGY - 064290 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 142.5406/30/2016348384 TRANSPORTATION/AIRPORT220000428270 003.000000.016.542.95.47.001 ELECTRICITY200 S GRADY WAY 92.4506/30/2016348384 TRANSPORTATION/AIRPORT220000608483 003.000000.016.542.95.47.001 ELECTRICITY400 RAINIER AVE S 129.5806/30/2016348384 TRANSPORTATION/AIRPORT220000779516 003.000000.016.542.95.47.001 ELECTRICITY800 GARDEN AVE N 64.8306/30/2016348384 TRANSPORTATION/AIRPORT220000978399 003.000000.016.542.95.47.001 ELECTRICITY149 AV SE & MAPLE VALLEY HWY 36.5306/30/2016348384 TRANSPORTATION/AIRPORT220000978811 003.000000.016.542.95.47.001 ELECTRICITY161ST ST SE & MAPLE-VAL RD 62.9406/30/2016348384 TRANSPORTATION/AIRPORT220000978852 003.000000.016.542.95.47.001 ELECTRICITY140 AVE SE & MAPLE-VAL RD 48.8006/30/2016348384 TRANSPORTATION/AIRPORT220000979132 003.000000.016.542.95.47.001 ELECTRICITY131 AVE SE & MAPLE-VAL RD 119.3906/30/2016348384 TRANSPORTATION/AIRPORT220000979447 003.000000.016.542.95.47.001 ELECTRICITY440 RAINIER AVE S 10.2606/30/2016348384 TRANSPORTATION/AIRPORT220001008543 003.000000.016.542.95.47.001 ELECTRICITYSW 3RD PL, E OF EARLINGTON 130.6606/30/2016348384 TRANSPORTATION/AIRPORT220001287758 003.000000.016.542.95.47.001 ELECTRICITY4225 NE 4TH ST 32.2606/30/2016348384 TRANSPORTATION/AIRPORT220002284507 003.000000.016.542.95.47.001 ELECTRICITY13426 156TH AVE SE 55.9706/30/2016348384 TRANSPORTATION/AIRPORT220002297954 003.000000.016.542.95.47.001 ELECTRICITY686 HARDIE AVE SW 83.2206/30/2016348384 TRANSPORTATION/AIRPORT220002574766 003.000000.016.542.95.47.001 ELECTRICITYSE 180 ST & 108 AV SE 130.5006/30/2016348384 TRANSPORTATION/AIRPORT220003121617 003.000000.016.542.95.47.001 ELECTRICITY108 AV SE & SE 174 ST 176.2806/30/2016348384 TRANSPORTATION/AIRPORT220003703281 003.000000.016.542.95.47.001 ELECTRICITY7350 S 163RD ST 26.7206/30/2016348384 TRANSPORTATION/AIRPORT220005553213 003.000000.016.542.95.47.001 ELECTRICITY1902 HARRINGTON AVE NE 46.0306/30/2016348384 TRANSPORTATION/AIRPORT220005929926 003.000000.016.542.95.47.001 ELECTRICITY1178 HOQUIAM AVE NE 17.2806/30/2016348384 TRANSPORTATION/AIRPORT220006539732 003.000000.016.542.95.47.001 ELECTRICITY1508 KIRKLAND AVE NE 38.8806/30/2016348384 TRANSPORTATION/AIRPORT220007040508 003.000000.016.542.95.47.001 ELECTRICITY2724 BENSON RD S 21.6006/30/2016348384 TRANSPORTATION/AIRPORT220007040870 003.000000.016.542.95.47.001 ELECTRICITY320 BREMERTON AVE NE 15.6706/30/2016348384 TRANSPORTATION/AIRPORT220007206471 003.000000.016.542.95.47.001 ELECTRICITY4107 NE 27TH PL 32.4306/30/2016348384 TRANSPORTATION/AIRPORT220007389566 003.000000.016.542.95.47.001 ELECTRICITY1201 DUVALL AVE NE 73.4106/30/2016348384 TRANSPORTATION/AIRPORT220007568433 003.000000.016.542.95.47.001 ELECTRICITY4615 NE 4TH ST 30.6106/30/2016348384 TRANSPORTATION/AIRPORT220008799730 003.000000.016.542.95.47.001 ELECTRICITYLAKE WASHINGTON BLVD N H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 73 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 PUGET SOUND ENERGY - 064290 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 24.9106/30/2016348384 TRANSPORTATION/AIRPORT220009614334 003.000000.016.542.95.47.001 ELECTRICITY295 JERICHO AVE NE 31.7506/30/2016348384 TRANSPORTATION/AIRPORT220009653258 003.000000.016.542.95.47.001 ELECTRICITY18655 108TH AVE SE 30.1506/30/2016348384 TRANSPORTATION/AIRPORT220010081861 003.000000.016.542.95.47.001 ELECTRICITY6TH & SPINE RD 17.3506/30/2016348384 TRANSPORTATION/AIRPORT220010398406 003.000000.016.542.95.47.001 ELECTRICITY372 LOGAN AVE N 17.3506/30/2016348384 TRANSPORTATION/AIRPORT220010413528 003.000000.016.542.95.47.001 ELECTRICITY398 LOGAN AVE N 372.2006/30/2016348384 TRANSPORTATION/AIRPORT300000006134 003.000000.016.542.95.47.001 ELECTRICITY1055 S GRADY WAY 73.2406/30/2016348384 TRANSPORTATION/AIRPORT300000009179 003.000000.016.542.95.47.001 ELECTRICITY18654 116TH AVE SE~ 3895 TALBOT RD S~ 10798 SE 168TH ST 44,839.4906/30/2016348384 TRANSPORTATION/AIRPORT300000009260 003.000000.016.542.95.47.001 ELECTRICITYCOLLECTIVE ACCOUNT~ Mulple PSE Addresses 164.9306/30/2016348384 TRANSPORTATION/AIRPORT400001260787 003.000000.016.542.95.47.001 ELECTRICITYLED CI OF RENTON-LK WA BL N 164.9306/30/2016348384 TRANSPORTATION/AIRPORT400001260795 003.000000.016.542.95.47.001 ELECTRICITYCI OF RENTON - MT VIEW N 33RD 330.5406/30/2016348384 TRANSPORTATION/AIRPORT400001261306 003.000000.016.542.95.47.001 ELECTRICITYCITY OF RENTON - 152ND AVE SE 164.9306/30/2016348384 TRANSPORTATION/AIRPORT400001261538 003.000000.016.542.95.47.001 ELECTRICITYCITY OF RENTON - N 2ND ST 3,814.9506/30/2016348384 TRANSPORTATION/AIRPORT400001265331 003.000000.016.542.95.47.001 ELECTRICITYCITY OF RENTON - SW 2ND PL -13.5406/30/2016348384 PARKS ADMIN300000115018 316.332043.020.576.81.47.003 SUNSET EIS PARK - GASFAC 06/16 JOB SHACK -LIBRARY~ Corrected Charges are for gas being billed at a lower rate. 13.8406/30/2016348384 TRANSPORTATION/AIRPORT220006918829 402.000000.016.546.20.47.001 ELECTRICITYElectricity - 600 bldg - sweeper baery trickle charger 17.8606/30/2016348384 TRANSPORTATION/AIRPORT300000008924 402.000000.016.546.20.47.001 ELECTRICITYElectricity - 600 bldg 349.2506/30/2016348384 TRANSPORTATION/AIRPORT300000008924 402.000000.016.546.20.47.001 ELECTRICITYElectricity - 790 bldg 412.9906/30/2016348384 TRANSPORTATION/AIRPORT300000008924 402.000000.016.546.20.47.001 ELECTRICITYElectricity - 616 bldg 677.7306/30/2016348384 TRANSPORTATION/AIRPORT300000008924 402.000000.016.546.20.47.001 ELECTRICITYElectricity - other facilies 71.5606/30/2016348384 TRANSPORTATION/AIRPORT300000008924 402.000000.016.546.20.47.001 ELECTRICITYElectricity - 749 bldg 35.4706/30/2016348384 TRANSPORTATION/AIRPORT300000008924 402.000000.016.546.20.47.003 GASGas - 790 bldg H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 74 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 PUGET SOUND ENERGY - 064290 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 628.9906/30/2016348384 PARKS ADMIN200011282197 504.000000.020.518.21.47.001 ELECTRICITYFAC 06/16 FS 17 -PETROVITSKY~ electric-628.99~ gas-82.15 3,648.1706/30/2016348384 PARKS ADMIN200013305178 504.000000.020.518.21.47.001 ELECTRICITYFAC 06/16 HMAC ~ electric 3648.17~ gas-2303.11 558.3406/30/2016348384 PARKS ADMIN220010209330 504.000000.020.518.21.47.001 ELECTRICITYFAC 06/16 OLD LIBRARY- 2902 NE 12TH ST (I listed the previous invoice locaon wrong - "old library" is the correct address. 82.1506/30/2016348384 PARKS ADMIN200011282197 504.000000.020.518.21.47.003 GASFAC 06/16 FS 17 -PETROVITSKY~ electric-628.99~ gas-82.15 2,303.1106/30/2016348384 PARKS ADMIN200013305178 504.000000.020.518.21.47.003 GASFAC 06/16 HMAC ~ electric 3648.17~ gas-2303.11 35.4706/30/2016348384 PARKS ADMIN200015648203 504.000000.020.518.21.47.003 GASFAC 06/16 FS 14 TOWER 61,228.49Check 348384 Amount PUGET SOUND ENERGY Total $61,228.49 PURE WATER PARTNERS - 064974 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 326.8606/30/2016348385 TRANSPORTATION/AIRPORT61626 402.000000.016.546.20.45.000 OPERATING RENTAL & LEASEWater filtraon system - tower office 246.3906/30/2016348385 PARKS ADMIN63499 504.000000.020.518.22.45.000 OPERATING RENTALSFAC 06/16 CITY HALL 6TH FL WATER RENTAL 573.25Check 348385 Amount PURE WATER PARTNERS Total $573.25 QBSI - XEROX - 065100 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6,922.9606/30/2016348386 FINANCE & ITIN872556 503.000000.004.518.82.49.004 CLICK COPY CHARGESCopier meter reads 6,922.96Check 348386 Amount QBSI - XEROX Total $6,922.96 QUALSTAR CREDIT UNION - 048946 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 21,056.5506/24/20164997 REVENUE/BALANCE SHEETBen1737842 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSMETRO/QUALSTAR CU: Payment H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 75 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 QUALSTAR CREDIT UNION - 048946 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 21,056.55Check 4997 Amount QUALSTAR CREDIT UNION Total $21,056.55 R P GUERRERO FARM - 110922 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 9.0006/30/2016348387 REVENUE/BALANCE SHEET201 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 6.0006/30/2016348387 REVENUE/BALANCE SHEET233 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 13.0006/30/2016348387 REVENUE/BALANCE SHEET263 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 10.0006/30/2016348387 PARKS ADMIN201 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 6.0006/30/2016348387 PARKS ADMIN233 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 30.0006/30/2016348387 PARKS ADMIN263 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 74.00Check 348387 Amount R P GUERRERO FARM Total $74.00 RANKIN, JOSH - 111747 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 124.7706/30/2016348388 REVENUE/BALANCE SHEET039983/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUERefund credit bal, final date: 5/18/16 124.77Check 348388 Amount RANKIN, JOSH Total $124.77 RED WING SHOE STORE - 066282 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 125.0006/30/2016348389 PARKS ADMIN000000001-228 001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESSAFETY SHOES FOR DERRICK SHAMP/PARKS MAINT EMPLOYEE~ QTY 1 - SKU 83404D HIKER, BROWN WP, ALUM TOE @ $148.74 + sales tax @ $14.13 for TOTAL = $162.87~ City allowance @ $125.00 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 76 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 RED WING SHOE STORE - 066282 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 125.00Check 348389 Amount RED WING SHOE STORE Total $125.00 REED, DAVID - 109495 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 30.0006/30/2016348390 REVENUE/BALANCE SHEET012846/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE2331 Queen Ave NE - credit bal, final date: 4/30/16 30.00Check 348390 Amount REED, DAVID Total $30.00 RENSHAW, CLARA - 109487 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 81.3606/30/2016348391 REVENUE/BALANCE SHEET010345/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE1508 Aberdeen Ave Ne - credit bal, final date: 4/15/16 81.36Check 348391 Amount RENSHAW, CLARA Total $81.36 RENTON CHAMBER OF, COMMERCE - 066950 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6,250.0006/30/2016348392 EXECUTIVE20160420 110.000000.003.557.30.41.002 TOURISMCAG-16-071~ Renton Visitors Connecon~ July 2016 6,250.00Check 348392 Amount RENTON CHAMBER OF, COMMERCE Total $6,250.00 RENTON CLEANING CENTER - 066970 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 307.4406/30/2016348393 POLICE072 000.000000.008.521.30.31.003 QUARTER MASTER SYSTEMPolice Department uniform cleaning for March/April 2016. 307.44Check 348393 Amount RENTON CLEANING CENTER Total $307.44 RENTON COLLISION CENTER - 066994 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,592.3506/30/2016348394 HUMAN RESOURCES34813 502.000000.014.518.67.46.017 AUTOMOBILE CLAIMS POLICErepair of city vehicle, police dept 1,592.35Check 348394 Amount RENTON COLLISION CENTER Total $1,592.35 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 77 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 RENTON FIREFIGHTERS BENEVOLENT - 067997 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 991.0006/24/2016348129 REVENUE/BALANCE SHEETBen1735307 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRenton FF Benevolent Assoc: Payment -991.0006/24/2016348129 REVENUE/BALANCE SHEETBen1735307 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSOverpayment from February see DR16-04-012 979.0006/24/2016348129 REVENUE/BALANCE SHEETBen1737800 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRenton FF Benevolent Assoc: Payment 979.00Check 348129 Amount RENTON FIREFIGHTERS BENEVOLENT Total $979.00 RENTON FIREFIGHTERS LOCAL 864 - 067110 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 55.8406/24/2016348130 REVENUE/BALANCE SHEETBen1735309 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSTANDARD DISABLILTY INS DEFERR: Payment 7,407.8506/24/2016348130 REVENUE/BALANCE SHEETBen1735309 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSTANDARD DISABILITY INS: Payment -7,463.6906/24/2016348130 REVENUE/BALANCE SHEETBen1735309 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSOverpayment from February see DR16-04-012 55.8406/24/2016348130 REVENUE/BALANCE SHEETBen1737802 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSTANDARD DISABLILTY INS DEFERR: Payment 7,074.0206/24/2016348130 REVENUE/BALANCE SHEETBen1737802 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSTANDARD DISABILITY INS: Payment 7,129.86Check 348130 Amount RENTON FIREFIGHTERS LOCAL 864 Total $7,129.86 RENTON FOOD BANK - 100004 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 371.0006/24/2016348131 REVENUE/BALANCE SHEETBen1737812 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRENTON FOOD BANK: Payment 371.00Check 348131 Amount RENTON FOOD BANK Total $371.00 RENTON HIGH SCHOOL CHEER - 067830 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 400.0006/30/2016348395 PARKS ADMIN7416 RHS 001.000000.020.573.90.49.000 SPECIAL EVENTSFourth of July Event Entertainment - Face painng by the Renton High School Cheerleaders 400.00Check 348395 Amount RENTON HIGH SCHOOL CHEER Total $400.00 RENTON POLICE ATHLETIC ASSOC - 067473 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 78 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 RENTON POLICE ATHLETIC ASSOC - 067473 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 140.0006/24/2016348132 REVENUE/BALANCE SHEETBen1737792 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRenton Police Athlec Assoc: Payment 140.00Check 348132 Amount RENTON POLICE ATHLETIC ASSOC Total $140.00 RENTON POLICE CHAPLAINCY COMM - 100005 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 28.5006/24/2016348133 REVENUE/BALANCE SHEETBen1737820 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSCHAPLAINCY COMM: Payment 28.50Check 348133 Amount RENTON POLICE CHAPLAINCY COMM Total $28.50 RENTON POLICE OFFICERS GUILD - 100013 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,441.4406/24/2016348134 REVENUE/BALANCE SHEETBen1737794 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSGUILD DUES COMM: Payment 675.5206/24/2016348134 REVENUE/BALANCE SHEETBen1737794 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSGUILD DUES N/C: Payment 4,116.96Check 348134 Amount RENTON POLICE OFFICERS GUILD Total $4,116.96 RENTON SCHOOL DISTRICT - 033166 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 22.2306/30/2016348396 REVENUE/BALANCE SHEETImpact Fees/May 000.000000.000.237.24.00.000 RENTON SCHOOL DISTRICT IMPACT FEEInterest 48,053.8506/30/2016348396 REVENUE/BALANCE SHEETImpact Fees/May 000.000000.000.237.24.00.000 RENTON SCHOOL DISTRICT IMPACT FEEMay Impact Fees 48,076.08Check 348396 Amount RENTON SCHOOL DISTRICT Total $48,076.08 RENTON TECHNICAL COLLEGE, FOUNDATION - 067864 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 5,000.0006/30/2016348397 EXECUTIVE062316C40 110.000000.003.557.30.41.002 TOURISMCAG-16-096~ 2nd Regional Metacognion & Mindfulness Conference~ March 11-12, 2016 5,000.00Check 348397 Amount RENTON TECHNICAL COLLEGE, FOUNDATION Total $5,000.00 RH2 ENGINEERING INC - 068180 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 79 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 RH2 ENGINEERING INC - 068180 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 9,213.0006/30/2016348398 UTILITY SYSTEMS65363 425.455597.018.594.34.63.000 HIGHLANDS 435-RESERVOIRS REPLACEMENTCAG-14-137, Replace Highlands Reservior Site Emergency Electrical Power Generator, WTR2703759, EXP 12/31/2016, Add 1-16 Money and Time added. 9,213.00Check 348398 Amount RH2 ENGINEERING INC Total $9,213.00 RICOH USA INC - 068359 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 195.6906/30/2016348399 FINANCE & IT5042748958 503.000000.004.518.82.49.004 CLICK COPY CHARGESCopier meter reads for Ricohs 195.69Check 348399 Amount RICOH USA INC Total $195.69 ROBERT ROGERS - 110924 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6.0006/30/2016348400 REVENUE/BALANCE SHEET205 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT FOR EBT Tokens and Fresh Bucks received at the 6/7/16 Market 13.0006/30/2016348400 REVENUE/BALANCE SHEET234 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 20.0006/30/2016348400 REVENUE/BALANCE SHEET267 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 26.0006/30/2016348400 PARKS ADMIN205 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT FOR EBT Tokens and Fresh Bucks received at the 6/7/16 Market 18.0006/30/2016348400 PARKS ADMIN234 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 18.0006/30/2016348400 PARKS ADMIN267 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 101.00Check 348400 Amount ROBERT ROGERS Total $101.00 ROBERTS, KELLEN - 111759 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 108.9906/30/2016348401 REVENUE/BALANCE SHEET042665/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE633 Ilwaco Pl Ne - Credit bal, final date: 5/16/16 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 80 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 ROBERTS, KELLEN - 111759 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 108.99Check 348401 Amount ROBERTS, KELLEN Total $108.99 ROGERSON, JILL - 111778 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 199.0306/30/2016348402 REVENUE/BALANCE SHEET029495/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE2601 NE 19th ST - Credit bal, final date: 5/2/16 199.03Check 348402 Amount ROGERSON, JILL Total $199.03 ROY, JAMES OR MARY JO - 111755 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 517.5906/30/2016348403 REVENUE/BALANCE SHEET050101/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE1111 N 41st PL - credit bal, final date: 5/6/16 517.59Check 348403 Amount ROY, JAMES OR MARY JO Total $517.59 RYAN COMPANIES - 111065 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 25,798.7506/30/2016348404 TRANSPORTATION/AIRPORTRefund 305.000000.016.345.85.00.000 TRANSPORTATION IMPACT FEES (GMA)B15001781 ($18,105.40) and B15006939 ($7,693.35) - 2921 & 2715 Naches Ave SW. Trip fee credit for Group Health Bldg B & Link Building Permits. 25,798.75Check 348404 Amount RYAN COMPANIES Total $25,798.75 SAUNDERSON MARKETING GROUP INC - 070667 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,745.6806/30/2016348405 EXECUTIVE060616 110.000111.003.557.30.41.000 RENTON MARKETING CAMPAIGNJune 2016~ Hosng of Community Markeng Campaign Website 1,745.68Check 348405 Amount SAUNDERSON MARKETING GROUP INC Total $1,745.68 SCHMEER, GREG - 111776 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 29.1506/30/2016348406 REVENUE/BALANCE SHEET002808/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE5213 NE 23rd CT - Credit bal, final date: 3/29/16 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 81 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 SCHMEER, GREG - 111776 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 29.15Check 348406 Amount SCHMEER, GREG Total $29.15 SCHMENGER, DAVID - 111746 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 226.4906/30/2016348407 REVENUE/BALANCE SHEET011706/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE4309 NE 6th PL - credit bal, final date: 5/06/16 226.49Check 348407 Amount SCHMENGER, DAVID Total $226.49 SCORE - 071525 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 391,969.9206/30/2016348408 POLICE1956 000.000000.008.523.60.51.003 JAIL SERVICESInmate Housing for June 2016 391,969.92Check 348408 Amount SCORE Total $391,969.92 SEATTLE HUMANE SOCIETY - 036060 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,495.0006/30/2016348409 POLICEKenneling 000.000000.008.554.30.41.003 CONTRACTED SERVICESMarch 2016 kenneling 720.0006/30/2016348409 POLICEKennelling 000.000000.008.554.30.41.003 CONTRACTED SERVICESFebruary 2016 kenneling 3,215.00Check 348409 Amount SEATTLE HUMANE SOCIETY Total $3,215.00 SEATTLE PJ PIZZA - 111788 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 81.5906/30/2016348410 REVENUE/BALANCE SHEETBL.022493/Refund 000.000000.000.257.00.00.001 DEFERRED REVENUE - BUS LICENSEOverpaid late fees 81.59Check 348410 Amount SEATTLE PJ PIZZA Total $81.59 SECURITY CONTRACTOR SVCS INC - 073360 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 82 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 SECURITY CONTRACTOR SVCS INC - 073360 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 583.0906/30/2016348411 PARKS ADMIN0234977-IN 316.332045.020.576.81.41.017 COULON PARK 5 YEAR STRUCTURAL REVIEWCIP/PPNR: IVAR'S DECK - FENCING TO SECURE FUTURE WORK AREA~ 175 FOOTAGE @ $2.00/FT = $350.00~ QTY 14 - 12.5' x 4' panel ~ QTY 16 - BLOCKS~ QTY 13 CLAMPS~ LABOR TO INSTALL/REMOVE @ $87.50; DELIVERY/PICKUP CHARGE @ $95.00 + sales tax @ $50.59 583.09Check 348411 Amount SECURITY CONTRACTOR SVCS INC Total $583.09 SEXTANT MARKETING GROUP - 073949 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 21,974.4006/30/2016348412 REVENUE/BALANCE SHEET1885 000.000000.000.237.25.00.000 MISCELLANEOUS CUSTODIAL ACCOUNTFor Love of Renton Workshops, Keynote presentaon 21,974.40Check 348412 Amount SEXTANT MARKETING GROUP Total $21,974.40 SHANNON & WILSON INC - 074031 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 9,851.1506/30/2016348413 PARKS ADMIN94571 316.332003.020.594.76.63.000 REGIS PARK ATHLETIC FIELD EXPANSIONCIP/PPNR: (CAG-16-067) RON REGIS PARK - SHANNON & WILSON, INC. WILL PROVIDE PROFESSIONALWETLAND AND STREAM DELINEATION SERVCIES AT RON REGIS PARK, INCLUDING A WETLAND AND ORDINARY HIGH WATER MARK DELINEATION AND BOUNDARIES, A BIOLOGICAL ASSESSMENT, AND PROFESSIONAL SURVEY OF PORTIONS OF IMPROVEMENT AT RON REGIS PARK.~ Environmental Engineering Services, Wetland & Stream Delineaon & Topographic Survey; Period 5/15/2016 to 6/11/2016.~ Wetland & Stream Delineaon @ $9,851.15 9,851.15Check 348413 Amount SHANNON & WILSON INC Total $9,851.15 SHANNON FORD - 110925 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 10.0006/30/2016348414 REVENUE/BALANCE SHEET187 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT sales on 6/21/16 10.00Check 348414 Amount SHANNON FORD Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 83 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $10.00 SHRED-IT USA INC - 074605 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 68.6906/30/2016348415 MUNICIPAL COURT9410930262 000.000000.002.512.50.41.003 CONTRACTED SERVICESShredding services for June 1, 2016 68.69Check 348415 Amount SHRED-IT USA INC Total $68.69 SIDHU FARM LLC - 110926 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 10.0006/30/2016348416 REVENUE/BALANCE SHEET183 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at 6/7/16 Market 10.0006/30/2016348416 REVENUE/BALANCE SHEET237 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 19.0006/30/2016348416 REVENUE/BALANCE SHEET254 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT sales on 6/21/16 22.0006/30/2016348416 PARKS ADMIN183 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at 6/7/16 Market 22.0006/30/2016348416 PARKS ADMIN237 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 83.00Check 348416 Amount SIDHU FARM LLC Total $83.00 SIEMENS INDUSTRY INC - 074677 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,130.1206/30/2016348417 PW SHOPS5600942748 405.000000.019.534.50.35.000 SMALL TOOLS/MINOR EQUIPMENTTransducer for telemetry. 1,130.12Check 348417 Amount SIEMENS INDUSTRY INC Total $1,130.12 SIGNATURE AUTO DETAIL - 075254 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 246.3806/30/2016348418 PW SHOPS19408 501.000000.019.548.60.41.000 PROFESSIONAL SERVICESComplete vehicle detail of C251. 246.38Check 348418 Amount SIGNATURE AUTO DETAIL Total $246.38 SIRVA RELOCATION CREDIT LLC - 106312 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 84 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 SIRVA RELOCATION CREDIT LLC - 106312 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 151.7206/30/2016348419 REVENUE/BALANCE SHEET022173/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE624 Orcas Ave NE - Credit bal, final date: 4/29/16 151.72Check 348419 Amount SIRVA RELOCATION CREDIT LLC Total $151.72 SKAGIT SUN - 110933 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4.0006/30/2016348420 REVENUE/BALANCE SHEET209 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 15.0006/30/2016348420 REVENUE/BALANCE SHEET226 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 6.0006/30/2016348420 PARKS ADMIN209 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Bucks received at the 6/7/16 Market 10.0006/30/2016348420 PARKS ADMIN226 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 35.00Check 348420 Amount SKAGIT SUN Total $35.00 SKECHERS USA INC - 075162 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 434.8906/30/2016348421 PARKS ADMIN89201761 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: SHOES 1,145.3106/30/2016348421 PARKS ADMIN93203354 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: SHOES 1,580.20Check 348421 Amount SKECHERS USA INC Total $1,580.20 SKYLINE ELECTRIC & MFG CO INC - 075267 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,386.1906/30/2016348422 TRANSPORTATION/AIRPORT65110 003.000000.016.542.95.31.010 SIGNAL SUPPLIESSERVICE CABINET FOR DR 622760 4,386.19Check 348422 Amount SKYLINE ELECTRIC & MFG CO INC Total $4,386.19 SO, JANICE - 111348 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 85 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 SO, JANICE - 111348 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 336.6606/30/2016348423 REVENUE/BALANCE SHEET008796/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE1022 N 33rd ST - credit bal, final date: 5/6/16 336.66Check 348423 Amount SO, JANICE Total $336.66 SOFTWAREONE INC - 075954 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 441.5006/30/2016348424 FINANCE & ITUS-PSI-492762 503.530058.004.518.82.35.000 MISCELLANEOUS SYSTEMS - MINOR EQUIPMENTQty: 3 #65264095AC02A00 Premiere Elements 14 for Police: Stephanie, Linda and Jenny ($80.67ea plus tax)~ ~ Qty: 1 D86-05323 VisioStd 2013 SNGL MVL for CS: Jessi Merriman ($161.20 plus tax) 441.50Check 348424 Amount SOFTWAREONE INC Total $441.50 SOLBERG, RUSSELL - 111782 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 25.0006/30/2016348425 UTILITY SYSTEMS039919/Refund 405.000000.018.343.40.01.000 UTILITY BILLING FEES15325 SE 155th PL, Unit B5 - Credit bal, final date: 5/20/16 25.00Check 348425 Amount SOLBERG, RUSSELL Total $25.00 SOUND PUBLISHING INC - 076056 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 50.3806/30/2016348426 POLICE7686137 000.000000.008.521.21.44.000 ADVERTISINGMay Legal Ads - Inv #7686137 376.8906/30/2016348426 CITY CLERK7686137 000.000000.012.514.21.44.000 ADVERTISING/CITY CLERKMay Legal Ads - Inv #7686137 129.7506/30/2016348426 UTILITY SYSTEMS7686137 427.475020.018.531.35.44.000 MOSQUITO ABATEMENT ADVERTISINGMay Legal Ads - Inv #7686137 557.02Check 348426 Amount SOUND PUBLISHING INC Total $557.02 SOUND SAFETY PRODUCTS INC - 076057 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 86 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 SOUND SAFETY PRODUCTS INC - 076057 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 125.0006/30/2016348427 PARKS ADMIN29475/3 001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: SAFETY SHOES FOR JUSTIN HOURIE/PARKS MAINT EMPLOYEE~ QTY 1 - S/T 6" W/P FORCE DK BRN COMP TOE@ $145.50 + SALES TAX @ $13.82 = TOTAL AMOUNT $159.32.~ CITY ALLOWANCE = $125.00 125.00Check 348427 Amount SOUND SAFETY PRODUCTS INC Total $125.00 SOUTH KC COUNCIL/HUMAN SVCS - 076111 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 350.0006/22/2016348117 PARKS ADMINSKCHS 000.060751.020.565.10.43.000 TRAVEL & TRAININGSKCHS Annual Luncheon - (7) ckets at $50ea for: Mayor Law, Kelly Beymer, Benita Horn, Dianne Utecht, Shanon Matson, Joanie Howe, and Teresa Kenney. 350.00Check 348117 Amount SOUTH KC COUNCIL/HUMAN SVCS Total $350.00 SPOONER FARMS INC - 110928 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1.0006/30/2016348428 REVENUE/BALANCE SHEET210 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Buck received at the 6/7/16 Market 46.0006/30/2016348428 REVENUE/BALANCE SHEET225 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 21.0006/30/2016348428 REVENUE/BALANCE SHEET270 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 2.0006/30/2016348428 PARKS ADMIN210 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens and Fresh Buck received at the 6/7/16 Market 10.0006/30/2016348428 PARKS ADMIN225 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 2.0006/30/2016348428 PARKS ADMIN270 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 82.00Check 348428 Amount SPOONER FARMS INC Total $82.00 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 87 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 SPORTS TURF IRRIGATION - 076448 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,170.5706/30/2016348429 PARKS ADMIN80833 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: IRRIGATION CLOCK BOARD REPAIR SUPPLIES 1,170.57Check 348429 Amount SPORTS TURF IRRIGATION Total $1,170.57 STANDARD INSURANCE - 877195 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 4,814.0006/30/2016348430 REVENUE/BALANCE SHEETJuly 000.000000.000.134.00.00.001 DUE FROM RENTON FIRE AUTHORITYBinder payment for July coverage for life, ad&D and disability for RFA 4,814.00Check 348430 Amount STANDARD INSURANCE Total $4,814.00 STANDARD INSURANCE COMPANY - 010050 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 5,419.8606/24/2016348135 REVENUE/BALANCE SHEETBen1735315 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPolice Long Term Disabliity: Payment -5,472.4806/24/2016348135 REVENUE/BALANCE SHEETBen1735315 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSOverpayment from February see DR16-04-012 52.6206/24/2016348135 REVENUE/BALANCE SHEETBen1735315 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPOLICE LONG TERM DIS DEFERRED: Payment 5,525.1006/24/2016348135 REVENUE/BALANCE SHEETBen1737808 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPolice Long Term Disabliity: Payment 52.6206/24/2016348135 REVENUE/BALANCE SHEETBen1737808 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSPOLICE LONG TERM DIS DEFERRED: Payment 5,577.72Check 348135 Amount STANDARD INSURANCE COMPANY Total $5,577.72 STANDARD INSURANCE COMPANY - 077195 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 8,172.8206/24/2016348136 REVENUE/BALANCE SHEETBen1737796 632.000000.000.231.50.50.000 ACCRUED EMPLOYEE BENEFITSStandard Ins - Supp Life: Payment 8,172.82Check 348136 Amount STANDARD INSURANCE COMPANY Total $8,172.82 STANTEC CONSULTING SVCS INC - 077215 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 88 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 STANTEC CONSULTING SVCS INC - 077215 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 431.2606/30/2016348431 PARKS ADMIN1060967 316.332003.020.594.76.63.000 REGIS PARK ATHLETIC FIELD EXPANSIONPPNR: (CAG-15-176) RON REGIS PARK WATER MAIN EXTENSION/SEWER CONNECTION - DESIGN AND BIDDING SERVICES.~ For Period Ending May 27, 2016. Task 200 Project Mgmt-Prof Srvcs @ $52.55; Task 202 Engineering Design @ $378.71. 431.26Check 348431 Amount STANTEC CONSULTING SVCS INC Total $431.26 STAPLES BUSINESS ADVANTAGE - 030113 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 23.8106/30/2016348432 MUNICIPAL COURT8039529267 000.000000.002.512.50.31.000 OFFICE/OPERATING SUPPLIESBadge Inserts 145.4406/30/2016348432 PARKS ADMIN8039529265 001.000000.020.569.73.31.011 PROGRAM SUPPLIESoffice supplies 46.6406/30/2016348432 UTILITY SYSTEMS8039529270 403.000000.018.537.60.31.000 OFFICE/OPERATING SUPPLIES 46.6406/30/2016348432 UTILITY SYSTEMS8039529270 405.000000.018.534.10.31.000 OFFICE/OPERATING SUPPLIESOffice Supplies - Water Secon, Pens, Pen Refills, Staples, Dust Destroyer, Paper Pads, Velcro Squares, Flash Drive, Scissors 148.3806/30/2016348432 UTILITY SYSTEMS8039529270 406.000000.018.535.10.31.000 OFFICE/OPERATING SUPPLIESOffice Supplies - Surface Water Secon, Pens, Pen Refills, Staples, Dust Destroyer, Paper Pads, Velcro Squares, Flash Drive, Scissors 46.6406/30/2016348432 UTILITY SYSTEMS8039529270 407.000000.018.531.31.31.000 OFFICE/OPERATING SUPPLIES 457.55Check 348432 Amount STAPLES BUSINESS ADVANTAGE Total $457.55 STERICYCLE INC - 077900 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 10.3606/30/2016348433 FIRE3003447756 000.000000.009.522.50.41.003 CONTRACTED SERVICESFAC/Medical Waste 10.36Check 348433 Amount STERICYCLE INC Total $10.36 STERLING REFERENCE LABORATORIE - 017676 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 70.0006/30/2016348434 MUNICIPAL COURTTC-47096053116 000.000000.002.512.50.41.003 CONTRACTED SERVICESDrug and urine tests H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 89 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 STERLING REFERENCE LABORATORIE - 017676 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 109.5006/30/2016348434 POLICETC-16410043016 000.000000.008.523.60.41.013 3RD PARTY MEDICAL SERVICESDrug tox screens for inmates Bykova, Marina; Turner, Reginald; Hebert, Shawna; Garcia, Estrella; Singleton, Sutahn; Williams, Murah. 179.50Check 348434 Amount STERLING REFERENCE LABORATORIE Total $179.50 STONEWAY CONCRETE - 078450 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 104.5806/30/2016348435 PW SHOPS880904 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIES1 yard of concrete for water job. 104.58Check 348435 Amount STONEWAY CONCRETE Total $104.58 STONEWAY CONSTRUCTION SUPPLY - 078449 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 148.0506/30/2016348436 PW SHOPS1082905 003.000000.019.542.92.31.011 SIDEWALKSForm stakes for sidewalks. 148.05Check 348436 Amount STONEWAY CONSTRUCTION SUPPLY Total $148.05 STUSSER ELECTRIC CO - 078720 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,914.7506/30/2016348437 TRANSPORTATION/AIRPORT536415 003.000000.016.542.95.31.011 LIGHTING SUPPLIES32 LED 5K 500 FOR STREETLIGHTING 2,914.75Check 348437 Amount STUSSER ELECTRIC CO Total $2,914.75 SUMMIT LAW GROUP - 078794 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,702.0006/30/2016348438 HUMAN RESOURCES79373 000.000000.014.518.10.41.009 ATTORNEY SERVICESlegal services for ULP, RFA and other 570.0006/30/2016348438 HUMAN RESOURCES79321 000.000000.014.518.10.43.002 TRAINING/SCHOOLSan-harassment policy training, Mike Bolasina 3,272.00Check 348438 Amount SUMMIT LAW GROUP Total $3,272.00 SUNDERLAND, EILEEN - 111792 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 34.0006/30/2016348439 REVENUE/BALANCE SHEET2322425 001.000000.000.237.90.00.010 REFUNDS PAYABLE-CLASSRefund, Community Garden H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 90 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 SUNDERLAND, EILEEN - 111792 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 34.00Check 348439 Amount SUNDERLAND, EILEEN Total $34.00 SUNSET MATERIALS INC - 078987 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 704.1706/30/2016348440 PW SHOPS00102096 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIES2" x 4" rock for street dept. 704.17Check 348440 Amount SUNSET MATERIALS INC Total $704.17 SVN RAVEN - 079289 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,500.0006/30/2016348441 CEDSVN-062916 326.220044.007.558.70.41.000 PROFESSIONAL SERVICES - 200 MILLBOV (Broker Opinion of Value) for the 200 Mill Avenue Building project 1,500.00Check 348441 Amount SVN RAVEN Total $1,500.00 SYBIS - 079512 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,332.3506/30/2016348442 PW SHOPS0640 405.000000.019.534.50.31.000 OFFICE/OPERATING SUPPLIESCores for locks. 2,332.35Check 348442 Amount SYBIS Total $2,332.35 T2 SYSTEMS CANADA INC - 079556 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 109.5006/30/2016348443 PARKS ADMIN243929 108.220046.020.518.21.41.003 CONTRACTED SERVICES-PARKING GARAGEFAC 06/16 CITY CENTER GARAGE DIGITAL IRIS SOFTWARE FOR PAY STATION 109.50Check 348443 Amount T2 SYSTEMS CANADA INC Total $109.50 TACONY CORPORATION - 080015 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 231.4106/30/2016348444 PARKS ADMIN8393104 504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 CUSTODIAN VACUUM PARTS 231.41Check 348444 Amount TACONY CORPORATION Total $231.41 TAYLOR MADE GOLF CO INC - 080183 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 91 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 TAYLOR MADE GOLF CO INC - 080183 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 302.2506/30/2016348445 PARKS ADMIN31754895 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: CLUBS~ SO HENRIKSEN 302.25Check 348445 Amount TAYLOR MADE GOLF CO INC Total $302.25 TED BLA MOUA - 111027 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3.0006/30/2016348446 REVENUE/BALANCE SHEET197 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 FARMERS MARKET VENDOR REIMBURSEMENT for EBT Tokens received at the 6/7/16 Market 18.0006/30/2016348446 REVENUE/BALANCE SHEET235 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 6.0006/30/2016348446 REVENUE/BALANCE SHEET265 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 4.0006/30/2016348446 PARKS ADMIN235 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market Vendor Reimbursement for 6/14/16 Market 2.0006/30/2016348446 PARKS ADMIN265 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 33.00Check 348446 Amount TED BLA MOUA Total $33.00 THOMAS C PETEK PHD - 080909 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,050.0006/30/2016348447 HUMAN RESOURCES9242 000.000000.014.518.11.41.008 PSYCH/ POLY EXAMS/ NEW HIRESpsych exams for new police employees 1,050.00Check 348447 Amount THOMAS C PETEK PHD Total $1,050.00 THOMSON REUTERS - WEST - 090540 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 314.0406/30/2016348448 POLICE834123832 000.000000.008.521.21.49.002 PUBLICATIONSpc searches May 2016 / inv 314.04Check 348448 Amount THOMSON REUTERS - WEST Total $314.04 THREE BUSINESS STRATEGISTS - 111791 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 92 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 THREE BUSINESS STRATEGISTS - 111791 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 800.0006/30/2016348449 REVENUE/BALANCE SHEETHydrant Deposit 405.000000.000.237.00.00.000 CUSTODIAL ACCOUNTS-HYDRANT METERHydrant deposit refund 800.00Check 348449 Amount THREE BUSINESS STRATEGISTS Total $800.00 THYSSEN KRUPP ELEVATOR - 081355 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 167.9006/30/2016348450 PARKS ADMIN5000516805 504.220012.020.518.22.48.000 CITY HALL - REPAIR & MAINTENANCEFAC 06/16 CITY HALL ENTRAPMENT ON 4/21 OVERTIME INVOICE - Passenger stuck on 5th floor, passenger was out on arrival. Overme only for thi sinvoice. 167.90Check 348450 Amount THYSSEN KRUPP ELEVATOR Total $167.90 TIAA-CREF - 081358 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 16,333.7706/24/20164994 REVENUE/BALANCE SHEETBen1737836 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSDef Comp - ER: Payment 3,760.1606/24/20164994 REVENUE/BALANCE SHEETBen1737836 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSRoth Contribuon: Payment 4.6506/24/20164994 REVENUE/BALANCE SHEETBen1737836 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSDef Comp - Retro ER: Payment 90,448.3206/24/20164994 REVENUE/BALANCE SHEETBen1737836 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSDef Comp - ER: Payment 95,583.6306/24/20164994 REVENUE/BALANCE SHEETBen1737836 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSDef Comp- EE: Payment 206,130.53Check 4994 Amount TIAA-CREF Total $206,130.53 TITLEIST DRAWER CS - 081427 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 568.9006/30/2016348451 PARKS ADMIN902658136 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE - GLOVES 711.5506/30/2016348451 PARKS ADMIN902664987 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE / BALLS 1,280.45Check 348451 Amount TITLEIST DRAWER CS Total $1,280.45 TOYCEN, BOB - 108874 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 550.0006/30/2016348452 REVENUE/BALANCE SHEET2325025 001.000000.000.237.90.00.010 REFUNDS PAYABLE-CLASSRefund security deposit for rental #13638 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 93 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 TOYCEN, BOB - 108874 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 550.00Check 348452 Amount TOYCEN, BOB Total $550.00 UNITED PARCEL SERVICE INC - 083561 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 90.0706/30/2016348453 TRANSPORTATION/AIRPORT0000854194236 003.000000.016.542.95.42.001 COMMUNICATIONS - POSTAGEShipping charges for signal shop. 126.1606/30/2016348453 PW SHOPS0000854194236 406.000000.019.535.50.42.001 POSTAGEShipping charges for waste water. 15.7406/30/2016348453 FINANCE & IT54F620236 503.000000.004.518.82.42.001 POSTAGEShipping 231.97Check 348453 Amount UNITED PARCEL SERVICE INC Total $231.97 UNITED SITE SERVICES - 083663 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 280.0006/30/2016348454 PARKS ADMIN114-4104713 504.000000.020.518.21.41.003 CONTRACTED SERVICESFAC 06/16 HIGHLAND NEIBORHOOD PARK SANICAN - Weekly Service 280.00Check 348454 Amount UNITED SITE SERVICES Total $280.00 UNITED WAY OF KING COUNTY - 100003 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 452.0006/24/2016348137 REVENUE/BALANCE SHEETBen1737818 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSUNITED WAY OF KING COUNTY: Payment 452.00Check 348137 Amount UNITED WAY OF KING COUNTY Total $452.00 UNIVAR USA INC - 086409 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6,058.9106/30/2016348455 PW SHOPSKT291567 405.000000.019.534.50.31.005 CHEMICALS4500 gallons of causc soda for Springbrook and CCTF. 6,058.91Check 348455 Amount UNIVAR USA INC Total $6,058.91 UNIVERSAL PROTECTION SERVICE - 084352 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,914.0406/30/2016348456 MUNICIPAL COURT2078509 000.000000.002.512.50.41.010 SECURITY OFFICERSSecurity Guard Services May 2016 3,914.04Check 348456 Amount UNIVERSAL PROTECTION SERVICE Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 94 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $3,914.04 US DEPT OF TREASURY, ACTING ON, BEHALF OF DEPT OF DEFENSE - 100272 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 385.2406/24/2016348138 REVENUE/BALANCE SHEETBen1737828 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSU.S. Dept. of Treasury: Payment 385.24Check 348138 Amount US DEPT OF TREASURY, ACTING ON, BEHALF OF DEPT OF DEFENSE Total $385.24 US POSTAL SERVICE - 084180 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 14,500.0006/30/2016348457 EXECUTIVEbm137permit 505.000000.003.518.70.42.001 POSTAGEReplenish bulk mail 137 14,500.00Check 348457 Amount US POSTAL SERVICE Total $14,500.00 US TURF SUPPLY LLC - 084191 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 6,318.5606/30/2016348458 PARKS ADMINTURF50391 404.000000.020.576.65.31.011 FERTILIZERGC: FAIRWAY FERTILIZER 6,318.56Check 348458 Amount US TURF SUPPLY LLC Total $6,318.56 VAN VALEY, KEITH ED - 085671 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 317.8806/30/2016348459 POLICEReim/Red Lion 000.000000.008.521.30.43.008 LODGINGReimbursement for three nights hotel for the 2016 WASPC conference - room was charged to personal credit card, not city credit card 317.88Check 348459 Amount VAN VALEY, KEITH ED Total $317.88 VANG MEE YANG - 111007 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2.0006/30/2016348460 PARKS ADMIN164 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 FARMERS MARKET VENDOR REIMBURSEMENT for Fresh Bucks received at the 6/7/16 Market 2.00Check 348460 Amount VANG MEE YANG Total $2.00 VEEDER-ROOT SVC CO - 085800 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 95 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 VEEDER-ROOT SVC CO - 085800 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 20.0006/30/2016348461 PARKS ADMIN83271630 404.000000.020.576.65.48.003 MAINTENANCEGC: UNDERGROUND STORAGE TANK MONTHLY MONITORING 05/2016 46.6606/30/2016348461 PW SHOPS83272223 501.000000.019.548.60.41.000 PROFESSIONAL SERVICESTank monitoring fee for May 2016 66.66Check 348461 Amount VEEDER-ROOT SVC CO Total $66.66 VERIZON WIRELESS - 085912 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 2,195.0306/30/2016348462 FINANCE & IT9766285529 503.000000.004.518.82.42.002 CELL PHONES/PAGERSCell phones -450.0006/30/2016348462 FINANCE & IT9766558540 503.000000.004.518.82.42.003 TELEPHONEEquip bill incenve credit for 425-282-7030 on 5/27/16 ($300.00) & 425-902-9077 on 5/15/16 ($150.00) 5,925.9006/30/2016348462 FINANCE & IT9766558540 503.000000.004.518.82.42.003 TELEPHONESmartphones 7,517.1706/30/2016348462 FINANCE & IT9766558539 503.000000.004.518.82.42.010 DATA CARDSDatacards 40.6806/30/2016348462 FINANCE & IT9767059272 503.000000.004.518.82.42.010 DATA CARDSMobile to Mobile devices 15,228.78Check 348462 Amount VERIZON WIRELESS Total $15,228.78 VOYTILLA, S - 111751 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 172.0106/30/2016348463 REVENUE/BALANCE SHEET006905/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE579 Olympia Ave NE - credit bal, final date: 5/16/16 172.01Check 348463 Amount VOYTILLA, S Total $172.01 WA ST CRIMINAL JUSTICE TRG COM - 089185 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 200.0006/30/2016348464 POLICE201126212 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fees for JUDD and BAGSBY to aend the Collision Invesgaon trainin on April 11 - 22, 2016 at the Criminal Jusce Training Commission in Burien, WA. 1,295.8306/30/2016348464 POLICE201126338 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for JONES to aend the Basic Law Enforcement Academy on May 10 - September 15, 2016 in Burien, WA. H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 96 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 WA ST CRIMINAL JUSTICE TRG COM - 089185 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 130.0006/30/2016348464 POLICE201126338 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for FERGUSON and SONI to aend the Blue Courage Workshop on May 10 - 11, 2016 in Burien, WA. 2,160.0006/30/2016348464 POLICE201126338 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for BRUS to aend the Basic Law Enforcement Academy on April 6 - June 30, 2016 in Burien, WA. 225.0006/30/2016348464 POLICE201126470 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fees for SCOTT DL, CUNNINGHAM, and SMITH T. to aend the Interviewing Techniques training on May 10 - 12, 2016 at the Washington State Criminal Jusce Training Commission (CJTC) in Burien, WA. 4,010.83Check 348464 Amount WA ST CRIMINAL JUSTICE TRG COM Total $4,010.83 WA ST DEPT OF LICENSING - 089206 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 7.8806/30/2016348465 MUNICIPAL COURT050116 000.000000.002.512.50.41.003 CONTRACTED SERVICESIVIPS searches from 4-20-16 to 5-31-16 7.88Check 348465 Amount WA ST DEPT OF LICENSING Total $7.88 WA ST LAW ENFORCEMENT FIREARMS - 089246 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 100.0006/30/2016348466 POLICE062316-Brunner-REGFE 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for BRUNNER to aend the Washington State Law Enforcement Firearms Instructors Associaon (WSLEFIA) training conference and instructor update on July 12 - 15, 2016 in Richland, WA. 30.0006/30/2016348466 POLICE062316-Brunner-REGFE 000.000000.008.521.30.49.001 MEMBERSHIPS & DUESMembership fee (2016 - 2017) Washington State Law Enforcement Firearms Instructors Associaon (WSLEFIA) for BRUNNER 130.00Check 348466 Amount WA ST LAW ENFORCEMENT FIREARMS Total $130.00 WA ST POLICE CANINE ASSN - 089256 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 97 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 WA ST POLICE CANINE ASSN - 089256 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 300.0006/30/2016348467 POLICEReg/Adam 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for ADAM to aend the Washington State Police Canine Associaon 2016 Spring Seminar on April 25 - 27, 2016 in Lakewood, WA. 300.0006/30/2016348467 POLICEReg/Greenwade 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for GREENWADE to aend the Washington State Police Canine Associaon 2016 Spring Seminar on April 25 - 27, 2016 in Lakewood, WA. 300.0006/30/2016348467 POLICEReg/Lane 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for LANE to aend the Washington State Police Canine Associaon 2016 Spring Seminar on April 25 - 27, 2016 in Lakewood, WA. 100.0006/30/2016348467 POLICEReg/Moynihan 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESRegistraon fee for MOYNIHAN to aend the Washington State Police Canine Associaon 2016 Spring Seminar as an Observer on April 25 - 27, 2016 in Lakewood, WA. 1,000.00Check 348467 Amount WA ST POLICE CANINE ASSN Total $1,000.00 WA STATE PATROL - 089253 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,121.8206/30/2016348468 POLICET1600079 000.000000.008.521.30.43.002 OTHER TRAVEL/TRAINING EXPENSESDriving course rental fee for April 16 - 17, 2016 Basic Police Motorcycle training school. 1,121.82Check 348468 Amount WA STATE PATROL Total $1,121.82 WA STATE SUPPORT REGISTRY - 100015 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,914.0306/24/20165001 REVENUE/BALANCE SHEETBen1737850 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSSUPPORT REGISTRY: Payment 3,914.03Check 5001 Amount WA STATE SUPPORT REGISTRY Total $3,914.03 WAGNER ARCHITECTS - 068828 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,726.2806/30/2016348469 PARKS ADMIN21521 2016-2 316.220055.020.594.18.62.000 SIGN SHOP IMPROVEMENTSFAC 06/16 SIGN SHOP PROFESSIONAL SERVICE- payment for owner requested value engineering for the sign shop addions H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 98 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 WAGNER ARCHITECTS - 068828 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,726.28Check 348469 Amount WAGNER ARCHITECTS Total $3,726.28 WALTER E NELSON CO - 018430 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 905.8906/30/2016348470 PARKS ADMIN547277 504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 CLEAN BY PEROXY 4 GAL 905.89Check 348470 Amount WALTER E NELSON CO Total $905.89 WASPC PROGRAM - 088081 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 18,711.1106/30/2016348471 POLICEEM 2016-00300 000.000000.008.523.22.45.000 EHD OPERATING RENTALSEHD COS Equipment Rental for March 2016. 17,736.0106/30/2016348471 POLICEEM 2016-00302 000.000000.008.523.22.45.000 EHD OPERATING RENTALSEHD COS Equipment Rental for April 2016. 36,447.12Check 348471 Amount WASPC PROGRAM Total $36,447.12 WATER MANAGEMENT LABORATORIES - 089930 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 512.0006/30/2016348472 PW SHOPS149950 405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent on to be tested for e coli (3 samples) and total coliform (25 samples) 34.0006/30/2016348472 PW SHOPS150170 405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for coliform (2 samples). 546.0006/30/2016348472 PW SHOPS150260 405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for e coli (3 samples) and total coliform (27 samples). 145.0006/30/2016348472 PW SHOPS150365 405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for nitrate nitrogen (5 samples). 1,450.0006/30/2016348472 PW SHOPS150381 405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for volale organic compounds, 5 samples. 604.0006/30/2016348472 PW SHOPS150458 405.000000.019.534.50.41.000 PROFESSIONAL SERVICESWater samples sent in to be tested for e coli (5 samples) and total coliform (27 samples). 3,291.00Check 348472 Amount WATER MANAGEMENT LABORATORIES Total $3,291.00 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 99 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 WAXIES ENTERPRISES INC - 089945 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 310.0406/30/2016348473 PARKS ADMIN76015881 404.000000.020.576.61.31.011 CUSTODIAL SUPPLIESGC: CUSTODIAL SUPPLIES: ECOSOFT TOILET PAPER 503.9706/30/2016348473 PARKS ADMIN76039135 404.000000.020.576.61.31.011 CUSTODIAL SUPPLIESGC: CUSTODIAL SUPPLIES - HAND SOAP, TERRY CLOTH TOWELS, GLOVES, TP, ROLL LINER TOWELS 814.01Check 348473 Amount WAXIES ENTERPRISES INC Total $814.01 WCP ENVELOPE - 089962 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,360.5606/30/2016348474 EXECUTIVE618151 505.000000.003.518.70.49.000 PRINTING CONTRACTPrinted envelopes 3,360.56Check 348474 Amount WCP ENVELOPE Total $3,360.56 WCP SOLUTIONS - 090390 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,375.5906/30/2016348475 FIRE9594990 000.000000.009.522.50.31.000 OFFICE/OPERATING SUPPLIESFAC/Paper Towels 2.4106/30/2016348475 PARKS ADMIN9612626 504.000000.020.518.21.31.000 OFFICE/OPERATING SUPPLIESFAC 06/16 SENIOR CENTER WOOD STIR STICK 152.3106/30/2016348475 EXECUTIVE9579642 505.000000.003.518.70.31.010 PAPER SUPPLIESPaper 365.2906/30/2016348475 EXECUTIVE9581980 505.000000.003.518.70.31.010 PAPER SUPPLIESPaper 232.7006/30/2016348475 EXECUTIVE9594991 505.000000.003.518.70.31.010 PAPER SUPPLIESPaper 375.1906/30/2016348475 EXECUTIVE9596986 505.000000.003.518.70.31.010 PAPER SUPPLIESPaper 718.2206/30/2016348475 EXECUTIVE9621427 505.000000.003.518.70.31.010 PAPER SUPPLIESPaper 3,221.71Check 348475 Amount WCP SOLUTIONS Total $3,221.71 WESCOM COMMUNICATIONS - 090345 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 87.6006/30/2016348476 POLICE22415 000.000000.008.521.70.48.000 REPAIRS & MAINTENANCEmaintain radar FH02736 262.8006/30/2016348476 POLICE22438 000.000000.008.521.70.48.000 REPAIRS & MAINTENANCEmaintain radar FF10393, FF17570, and T1323 350.40Check 348476 Amount WESCOM COMMUNICATIONS Total H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 100 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 $350.40 WEST & SONS TOWING - 090543 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 343.0106/30/2016348477 POLICE18588 000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7924 343.0106/30/2016348477 POLICE19384 000.000000.008.521.70.41.000 PROFESSIONAL SERVICES-TOWINGCase #16-7924 686.02Check 348477 Amount WEST & SONS TOWING Total $686.02 WESTERN EQUIPMENT DISTRIBUTORS - 090620 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 8.1006/30/2016348478 TRANSPORTATION/AIRPORT8003898-00 402.000000.016.546.20.31.000 SHOP/OFFICE - OPERATING SUPPLIESEquipment parts - screws 4.0306/30/2016348478 TRANSPORTATION/AIRPORT8003900-00 402.000000.016.546.20.31.000 SHOP/OFFICE - OPERATING SUPPLIESEquipment parts - locking nuts 564.8906/30/2016348478 PARKS ADMIN8004530-00 404.000000.020.576.65.31.000 OFFICE/OPERATING SUPPLIESGC: MISC SUPPLIES / EMPLOYEE RAIN-GEAR 466.1406/30/2016348478 PARKS ADMIN8004530-01 404.000000.020.576.65.31.000 OFFICE/OPERATING SUPPLIESGC: MISC SUPPLIES: STAFF RAIN-GEAR 98.3906/30/2016348478 PARKS ADMIN8001659-00 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #78 TORO SPRAYER 133.1406/30/2016348478 PARKS ADMIN8002420-00 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #92 & 93 FAIRWAY MOWERS 882.0706/30/2016348478 PARKS ADMIN8002420-01 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #93 FAIRWAY MOWER 90.1906/30/2016348478 PARKS ADMIN8002932-00 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #90 & 100 PARTS 68.1906/30/2016348478 PARKS ADMIN8002932-01 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #93 FAIRWAY MOWER 1,869.4606/30/2016348478 PARKS ADMIN8003798-00 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #92 FAIRWAY MOWERS 205.3506/30/2016348478 PARKS ADMIN8004850-00 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #92 & 93 FAIRWAY MOWERS 58.9906/30/2016348478 PARKS ADMIN8004850-01 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES #99 TORO BLOWER / SWITCH 342.0806/30/2016348478 PARKS ADMIN8005718-00 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #72 & 93 TRIM MOWERS 75.4906/30/2016348478 PARKS ADMIN8005718-01 404.000000.020.576.65.31.013 SUPPLIES-REPAIRS AND MAINTENANCEGC: REPAIR SUPPLIES: #72 TRIM MOWER 4,866.51Check 348478 Amount WESTERN EQUIPMENT DISTRIBUTORS Total $4,866.51 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 101 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 WESTERN FIRE CHIEFS ASSN - 090776 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 582.8306/30/2016348479 FIRE300009058 000.000000.009.522.45.43.002 TRAINING/SCHOOLSTRAINING/Books for Lieutenant's exam 582.83Check 348479 Amount WESTERN FIRE CHIEFS ASSN Total $582.83 WESTERN SYSTEMS - 091171 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 18,934.2006/30/2016348480 TRANSPORTATION/AIRPORT0000030298 317.122115.016.542.60.31.011 TRAFFIC SAFETY PGM SUPPLIESCONTROLLER CABINET 18,934.20Check 348480 Amount WESTERN SYSTEMS Total $18,934.20 WIDENER & ASSOCIATES - 091850 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 5,635.7006/30/2016348481 TRANSPORTATION/AIRPORT204860 317.120029.016.595.10.63.000 ARTERIAL CIRCULATION PGM - PLANNINGProfessional services for Oakesdale Wetland Monitoring. 624.6106/30/2016348481 TRANSPORTATION/AIRPORT204861 317.122605.016.595.11.63.000 NE 31ST ST BRIDGE REPLACEMENT - PECAG-15-208 Professional services for NE 31st St Bridge Replacement Project 1,696.8006/30/2016348481 TRANSPORTATION/AIRPORT204858 317.122802.016.595.11.63.000 LAKE WASHINGTON LOOP TRAIL - PECAG-16-033 Professional services for Lake Washington Loop Trail project 7,957.11Check 348481 Amount WIDENER & ASSOCIATES Total $7,957.11 WILBUR ELLIS COMPANY - 091804 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 693.0306/30/2016348482 PW SHOPS10030446 RI 003.000000.019.542.92.31.000 OFFICE/OPERATING SUPPLIESChemicals for weed control in street dept. 693.03Check 348482 Amount WILBUR ELLIS COMPANY Total $693.03 WILLIAMS SCOTSMAN - 092196 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 525.7306/30/2016348483 TRANSPORTATION/AIRPORT98982588 402.000000.016.546.20.45.000 OPERATING RENTAL & LEASEUS Customs temp bldg rental - June 525.73Check 348483 Amount WILLIAMS SCOTSMAN Total $525.73 WILSON SPORTING GOODS CO - 092434 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 102 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 WILSON SPORTING GOODS CO - 092434 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 251.9506/30/2016348484 PARKS ADMIN4520134499 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: CLUBS~ PUTTERS & WEDGES 178.8806/30/2016348484 PARKS ADMIN4520134500 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: GRIPS 579.9206/30/2016348484 PARKS ADMIN4520134501 404.000000.020.576.68.34.000 PURCHASES MERCHANDISEGC: MERCH FOR RESALE: BALLS 1,010.75Check 348484 Amount WILSON SPORTING GOODS CO Total $1,010.75 WINFIELD SOLUTIONS - 092463 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 1,073.4506/30/2016348485 PARKS ADMIN60888526 001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: PARK AVE SHOP RESTOCK FOR LIBERTY PARK AND CEDAR RIVER PARK~ QTY 44.0 BAGS - PN 20-14-14 DUR HYDRSR WIL50LB (2,200 LB) @ $22.28/BAG = $980.32 + sales tax @ $93.13 390.9506/30/2016348485 PARKS ADMIN60909352 001.000000.020.576.80.31.000 OFFICE/OPERATING SUPPLIESPKS: PARK AVE SHOP SUPPLIES~ QTY 15.0 BAGS - PN 20-14-14 DUR HYDRSR WIL50LB (750 LB) @ $22.28/BAG = $334.20; freight @ $25.00 + sales tax 1,464.40Check 348485 Amount WINFIELD SOLUTIONS Total $1,464.40 WRIGHT, CHARLES OR DENISE - 111756 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 120.7506/30/2016348486 REVENUE/BALANCE SHEET049348/Refund 405.000000.000.257.00.00.000 DEFERRED REVENUE6100 SE 2nd ST - Credit bal, final date: 5/16/16 120.75Check 348486 Amount WRIGHT, CHARLES OR DENISE Total $120.75 WSCCCE/AFSCME/AFL-CIO - 100012 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 15,969.9406/24/2016348139 REVENUE/BALANCE SHEETBen1737798 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSAFSCME DUES: Payment 15,969.94Check 348139 Amount WSCCCE/AFSCME/AFL-CIO Total $15,969.94 WSCFF EMPLOYEE BENEFIT TRUST, DIMARTINO ASSOC - 100060 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 10,125.0006/24/2016348140 REVENUE/BALANCE SHEETBen1737804 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSVEBA FIRE: Payment H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) Page 103 of 103City of Renton AP Check Register for 6/16/2016 12:00:00AM to 6/30/2016 12:00:00AM 8:31:18AM7/7/2016 WSCFF EMPLOYEE BENEFIT TRUST, DIMARTINO ASSOC - 100060 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 10,125.00Check 348140 Amount WSCFF EMPLOYEE BENEFIT TRUST, DIMARTINO ASSOC Total $10,125.00 WSCFF FAST PAC - 108150 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 506.5906/24/2016348141 REVENUE/BALANCE SHEETBen1737814 632.000000.000.231.50.00.000 ACCRUED EMPLOYEE BENEFITSWSCFF FAST PAC: Payment 506.59Check 348141 Amount WSCFF FAST PAC Total $506.59 XEE YANG - 110929 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 5.0006/30/2016348487 REVENUE/BALANCE SHEET194 009.000000.000.237.00.00.000 CUSTODIAL ACCOUNT - SNAP BENEFITS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 4.0006/30/2016348487 PARKS ADMIN194 009.880005.020.573.30.49.000 FINI GRANT FRESHBUCKS2016 Farmers Market vendor reimbursement for EBT and Fresh Bucks sales on 6/21/16 9.00Check 348487 Amount XEE YANG Total $9.00 XEROX CORPORATION - 093240 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 3,066.0006/30/2016348488 FINANCE & IT559864 503.000000.004.518.82.66.000 COPIER RENTALSJune 2016 Copier Lease for print shop 3,066.00Check 348488 Amount XEROX CORPORATION Total $3,066.00 ZUMAR INDUSTRIES INC - 094296 Inv No/DescriponCheck #Check Date Invoice Amt Acct No/Title/Department 333.4606/30/2016348489 TRANSPORTATION/AIRPORT0182608 003.000000.016.542.95.31.013 SIGN SUPPLIES20 SIGN BLANKS 333.46Check 348489 Amount ZUMAR INDUSTRIES INC Total $333.46 Report Total $3,366,041.13 H:\Finance\Crystal Reports\E-Accounts Payable\AP Check Register_financecommiee_corrected.rpt printed: 7/7/2016 8:32:46AM AGENDA ITEM #4. a) AGENDA ITEM #4. b)