Loading...
HomeMy WebLinkAboutContractSMALL WORKS CONTRACT AGREEMENT Using State Master Contract #04216 THIS AGREEMENT ("Agreement") is made as of the __ day of ___ , 2022, (the "Effective Date") by and between the City of Renton, a Washington State municipal corporation ("City"), through its Parks and Recreation Department and Northwest Playground Equipment, Inc., ("Contractor"), who are collectively referred to as the "Parties", to supplying playground equipment, design layout, delivery, installation, playground drainage, EWF safety surfacing, cleanup, debris removal and all other work associated with the playground replacement at Philip Arnold Park, located at 720 Jones Avenue S., Renton, WA 98057. WHEREAS, the City has entered into the State Master Contracts Usage Agreement (MCUA) #21725 authorizing the use of State Contracts; and, WHEREAS, through competitive bid process Washington State Department of Enterprise Services (DES) awarded Contract #04216 that provides for Parks & Recreation Equipment and Related Services (NASPO) including removal and installation services; and, WHEREAS, Contractor is a listed and participating Contractor for Contract #04216. The City and Contractor agree as set forth below: 1. 2. 3. 4. Scope of Work: Contractor will provide all material and labor necessary to perform all work described in the Scope of Work which is attached and fully incorporated into this Agreement by reference as Attachment "A." Changes in Scope of Work: The City, without invalidating this Agreement, may order changes to the Scope of Work consisting of additions, deletions or modifications, the Agreement Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work shall be authorized by written Change Order or Amendment signed by the Parties. Time of Performance: Contractor shall commence performance of the Agreement no later than 30 calendar days after the Agreement's Effective Date. Term of Agreement: The Term of this Agreement shall end at completion of the Scope of Work, no later than June 30, 2023. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of The City and Contractor. --CAG-22-207 16th June s. 6. 7. Agreement Sum: The total amount of this Agreement is the sum of $376,852.92 which includes Washington State Sales Tax. This amount may be adjusted to a mutually agreed amount based on changes to the Scope of Work. Consideration: In exchange for Contractor's performance of the items and responsibilities identified in the Scope of Work, the City agrees to make payment of the amount identified as the Agreement Sum. Method of Payment/ Retainage/ Bonding: Payment by the City for the Work will only be made after the Work has been performed and a voucher or invoice is submitted in a form acceptable to the City. A.Prevailing Wage Rates: Contractor must comply with the State of Washington prevailing wage requirements. Contractor must file an Intent To Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries. The State of Washington prevailing wage rates applicable for this project, which is located in King County, may be found at the following website address of the Department of Labor and Industries: http://www.lni.wa.gov/Tradeslicensing/PrevWage/ default.asp http ://www. lni. wa .gov /Tradeslicensing/PrevWage/WageRates/ default.asp Pursuant to WAC 296-127-011, the applicable effective date for prevailing wage rates paid for the duration of this contract shall be the date the contract is executed as reflected in the "Effective Date" identified at the top of the first page of this Agreement. Upon request, the City will provide a copy of the applicable prevailing wages for this project. Alternatively, the rates may be viewed at the City of Renton City Hall by making an appointment with the contact person identified herein or prior to contract award with the contact person identified as the City of Renton contact in Paragraph 15 Notices of this agreement. B.For Agreements over $150,000: Pursuant to RCW 60.28 and 39.08 the City requires a 5 % Retainage be withheld and that the Contractor will provide a Performance and Payment (Contract) Bond on the City approved form upon execution of the Agreement. Payment of the initial 95% will be made in the next pay cycle of the City Finance Department after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5% will be PAGE20F8 8. retained for the purpose of completion of the project and fulfillment of claims and liens. C.N/ A for Agreements under $150,000 D.N/ A for limited Public Works Contracts under $35,000 E.The City shall have the right to withhold payment to Contractor for any work not completed in a satisfactory manner until such time as Contractor modifies such work so that the same is satisfactory. F.Final Acceptance. Final Acceptance of the Project occurs when the City's Capital Projects Coordinator has determined that the Project is one hundred percent (100%) complete and has been constructed in accordance with the Plans and Specifications. G.Payment in the Event of Termination. In the event this Contract is terminated by the either party, the Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in the Scope of Work is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under the Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by the City or which may be sustained by the reason of such refusal, ne glect, failure or discontinuance of Contractor performing the work, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all reasonable legal expenses and costs incurred by the City to protect the rights and interests of the City under the Contract. Hold Harmless: Contractor shall indemnify, defend and hold harmless the City, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys' fees, legal expenses and litigation costs, arising from injury or death to persons, including injuries, sickness, disease or death of Contractor's own employees, agents and volunteers, or damage to property caused by Contractor's negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by the City and its officers, agents, employees and volunteers. 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 PAGE 3 OF 8 estate ... ) 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 the City, its officers, officials, employees and volunteers, Contractor's liability shall be only to the extent of Contractor's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor's waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreemen t. 9.Insurance: Contractor shall secure and maintain: A.Commercial general liability insurance in the minimum amounts of $1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B.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 the City that are excluded in the commercial general liability insurance. C.Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D.It is agreed that on Contractor's commercial general liability policy, the City of Renton will be named as an Additional Insured on a non-contributory primary basis. The City's insurance policies shall not be a source for payment of any Contractor liability. E.Subject to the City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to the City before executing the work of this Agreement. F.Contractor shall provide the City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. 10.Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Contractor agrees as follows: A.Contractor, and Contractor's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona PAGE 4 OF 8 11. 12. 13. fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B.The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital statu s. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. C.If Contractor fails to comply with any of this Agreement's non-discrimination provisions, the City shall have the right, at its option, to cancel the Agreement in whole or in part. D.Contractor is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws and worker's compensation. Independent Contractor: Contractor's employees, while engaged in the performance of any of Contractor's Work under this Agreement, shall be considered employees of the Contractor and not employees, agents, representatives of the City and as a result, shall not be entitled to any coverage or benefits from the City of Renton. Contractor's relation to the City shall be at all times as an independent contractor. Any and all Workman's Compensation Act claims on behalf of Contractor employees, and any and all claims mad e by a third-party as a consequence of any negligent act or omission on the part of Contractor's employees, while engaged in Work provided to be rendered under this Agreement, shall be the solely Contractor's obligation and responsibility. Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement. The Contractor agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). Public Records Compliance. To the full extent the City determines necessary to comply with the Washington State Public Records Act, Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, PAGE50F8 saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Contractor believes said records need to be pr otected from disclosure, it shall, at Contractor's own expense, seek judicial protection. Contractor shall indemnify, defend, and hold harmless the City for all costs, including attorneys' fees, attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. 14.Other Provisions: A.Administration and Notices. Each individual executing this Agreement on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of the City or Contractor. Any notices required to be given by the Parties shall be delivered at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth below. Any notice so posted in the United States mail shall be deemed received three (3) calendar days after the date of mailing. This Agreement shall be administered by and any notices should be sent to the undersigned individuals or their designees. CITY OF RENTON Betsy Severtsen, RLA Capital Projects Coordinator 1055 South Grady Way Renton, WA 98057 Phone: (425) 757-6657 bsevertse n@rentonwa.gov CONTRACTOR Chris McGarvey Parks Consultant -Southwest Washington PO Box 2410 Issaquah, WA 98027-0109 Phone: (425) 681-5848 chris@nwplayground.com B.Amendment and Mod ification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. C.Assignment and Subcontract. Contractor shall not assign or subcontract any portion of this Agreement without the City of Renton's prior express written consent. PAGE6 OF 8 D.Compliance with Laws. Contractor and all of the Contractor's employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. A copy of this language must be made a part of any contractor or subcontractor agreement. E.Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the terms of this contract shall prevail. F Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. G.Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. H.Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Contractor hereby expressly consents to the personal and exclusive jurisdiction and venue of such court even if Contractor is a foreign corporation not registered with the State of Washington. I.Severability. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. J Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. K.Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L.Waivers. All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either The City or Contractor from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision PAGE70F8 of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of Effective Date above. CITY OF RENTON Armondo Pavone, Mayor 1055 South Grady Way Renton, Washington 98057 Date Approved as to Legal Form Shane Moloney Renton City Attorney Date Non-standard {383) CLB 09-10·21 NS (383) clb 12/17/21 PAGE 8 OF 8 CONTRACTOR · te JA<-i:,--��-- Bob McGarvey, Presiden? 345 NW Dogwood Street Issaquah, Washington 98027 Date Attest Jason Seth Renton City Clerk Date (approved via email from Cheryl Beyer) 04/12/2022 06/16/2022 06/16/2022 Northwest Playground Equipment, Inc. To: City of Renton Re: Philip Arnold Park PO Box 2410, Issaquah, WA 98027-0109 Phone (425) 313-9161 FAX (425) 313-9194 Email: sales@nwplayground.com QUOTE This quote is only valid for 30 days. Exhibit A Quote# 3303022CEM1u Date: 4/12/2022 720 Jones Ave S Renton, Wa 98057 Contact Name: Betsy Severtsen Phone: Email: bsevertsen rentonwa. ov Cell/Fax: 425.757.6657 Item# Qt Descri lion Price Total Price IHD_243_21 R3 ZZXX0065 ZZXX0219 ZZXX0260 ZZXX0265 ZZXX0931 ZZXX0933 ZZXX0941 ZZXX1114S ZZXX1116 APO11 VFC002-B 14103 INSTALLATION Drainage Fencing Storage 1 1 2 2 1 1 1 1 1 EQUIPMENT Playworld Playworld Systems Playmaker (2-5) & Challenger (5-12) Structure: Equipment $ 133,055.00 $ Including: Glide Slides, Slither Slides, Mighty Descent with Prism Pass, Anywhere Seat, Post Mount Scavenger Hunt, CH Panel Frame, Slide and Solve Insert, Centerline Pipe Wall Barrier, Converge, 8' Tower Climber, Rock Climber, Solar Climber, Transition Climber, lnfinet Equipment, Loopy Whoop, Unity Steppers, 90 Degree Cloud Walk, 8" Bell, 12' Square Hat Shade and Transfer Stations with Step. Spin Cup $ 992.00 Arch Swing - Rope Basket Seat $ 1,614.00 Belt Seat With Silver Shield Chain for 8ft Top Rail $ 143,00 Infant Seat With Silver Shield for 8ft Top Rail $ 253.00 Sin OD 2-Unit Steel Arch Swing 8ft Top Rail $ 2,66 g.oo Sin OD Steel Arch Swing 2-Unit Add-A-Bay $ 1,751,00 5" OD Arch Swing Add-A-Bay $ 1,819.00 Unity Web-Medium $ 19,650.00 Unity Web Footing Kit-Medium $ 1,104.00 Playworld Engineering $ 600.00 IDSculpture Timber! $ 23,900.00 La Juinata Crossing $ 25,670.00 ID Sculpture Surcharge $ 2,478.51 Zeager 400 Cubic Yards of Zeager Bros. Certified Engineered Wood Fiber Safety $ 19,853.28 Surfacing (12in After Compaction) Price Includes Freight, and Blower Installation. *Combined Freight Cost & Discounts Equipment Subtotal Northwest Playground Equipment Discount: NPEI 10.00% Freight*: Equipment Total (less tax) CERTIFIED INSTALLATION Deluxe Installation of Listed Playworld Systems Equipment. Price Includes Receiving Equipment and Offloading Onsite, Installation Through dirt, Disposal of Dirt from Holes and Debris Offsite. Site work including up to (6) Catch Basin located at Sub Grade and tied into storm onsite per Drainage Plans provided by City. Includes (2) Concrete ADA Ramps. Prevailing Wage included. Supply and Spread Fabric prior to EWF. 450 ft Construction Fencing 8 Months Secured Storage Installation Total: $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ $ 133,055.00 992.00 1,614.00 286.00 506.00 2,669.00 1,751.00 1,819.00 19,650.00 1,104.00 600.00 23,900.00 25,670.00 2,478.51 19,853.28 235,347.79 (23,534.78) 17,000.00 228,813.01 70,100.00 27,400.00 2,800.00 3,200.00 103,500.00 Bond or CC Convenience Fee: Performance Bond {If Required): 3.0% $ 9,969.39 PAGE 1 of 3 Location Code: Resale Certificate Required for Tax Exemption: Tax: 10.1 % $ 34,570.52 $ 376,852.92 ORDER TOTAL: ====-======-=== All quotes are subject to material and fuel surcharges. AooeptaAoe ef Prepesal: (A'eese be st1,e yot1 ne�e ,eBd, sigr,ed, ir,itieleel tmel t1f'leleratf!Rel t/<Je Terffls eRel GoReilioRs OR Palf}e 2 eftRis Q�e#� Tne ite111s, r,riees end eonditions listed herein ere :!letisfeetof)' ar,d are heFeby eeee�ted. Revised 5.11.21 ( I I I I \ \ I I "/ I ,,.----\.,._ ,, / / , I ' I \ \ / , / I I @ \ I / \ LOOPY ,; ,,,,.,, \ 'MiOOP / ,...._ // --------- '�� .,,/ ...... ___ _,. r---0..---------- ------------. / 1 I _J •pLA YGAOUNO SUPERVISION REQUIRED 5"MCHSWltJG (2)8Elf,(2) 1'01', 111BA.St<ET SEAT \:} I L \ \ � l I I / / r- ----- I I \ ' ' ,,,_ __ --- ' .... __ .,.,..,,,,,../ ' \ ,,,,.----..... 1 ' , I •• '\ I I !!UX \ ' / _, / -, \ I I / I I I I Exhibit A �PLAywORLD" Y"'I.�. Northwest Pll\)'ground .I � Equipment. (nc. l'O.lc-.14IOI\WOWl,'l\"4...»1 r ... ,-,.-.n6.0011 lot .. ,14X31J916I f• 14X.)lltl,_. -.... 14��«1ffl EQUIPMENT SIZE: USE ZONE: AREA: PERIMETER: 7058 SF FALL HEIGHT: 8'-5" USER CAPACITY: AGEGAOUP: APPROX 200 2-5 & 5-12 ✓ ASTM F1487-17 (E'\_ ✓ CPSC #325 � PROJECT NO, IH0.243_21 R3 ORAWNBY, TKA DATE: 3-15-22 SCALE, 3/32"•1'-0" Paper Size B N C: 0 :.:; a. 0 � � �ca a. "'C -0 c:. �. <( a. ·-- � a. Philip Arnold Park (Option 1) IH0_242_21R3 :Q 0 C: -,... ...... <( C c.. 0 =� ·- c....c 0n. - Philip Arnold Park (Option 1) IHD_242_21R3 Northwest Pleyground [quipment. (nc. PO.ilo'.-14101tuqLUh,.WJ.M027 ,.. fr-. I.ID0.72&.00JI -'"'��com Equ,prnent Manufac:turEer Philip Arnold Park (Option 1) IHD_242_21 R3 '- ' .. � �� , t .,,, ,: ,.¥ . • 1\' , ...... ;t.. .... f, * ;· �· - 1( Northwest Pls,yground •Equipment. Inc. 14'<!;-.wa11t�c.,,.Ho, Equipment anu ac urer �PLJ\YWORL .........., Th"° ...-O<'fd ot�<h Philip Arnold Park (Option 1) IHD_242_21R3 '" Sales Represe11ta1ivo Northwest Playground Equipment Manufacturer ~t~:.~,:!:c. ~ PLAywORLD P.0.8olt2-t10IU,j~I\.WA910l7 ~ ll\e .... Qndnudspkv l .. ffW. I..IOQ..11 .. 00l1 -...... _ .... < :0 :c )( UJ "'O 0 c----.......... <{ C a..Q ·--:c a. 0... Q, PHILIP ARNOLD PARK PLAYGROUND EQUIPMENT DESIGN AND INSTALLATION REQUEST FOR PROPOSAL CITY OF RENTON PARKS AND RECREATION DEPARTMENT PARKS PLANNING & NATURAL RESOURCES DIVISION 1055 SOUTH GRADY WAY RENTON , WASHINGTON 98057 OCTOBER 20, 2021 Exhibit A PHILIP ARNOLD PARK PLAYGROUND EQUIPMENT DESIGN AND INSTALLATION TITLE Table of Contents Request for Proposal TABLE OF CONTENTS Small Works Contract Agreement Appendix A: Park Renovation Design Plans Exhibit A REQUEST FOR PROPOSAL SMALL WORKS ROSTER PHILIP ARNOLD PARK PLAYGROUND EQUIPMENT DESIGN AND INSTALLATION I. PURPOSE OF REQUEST The City of Renton ("City") is requesting a proposal for the purpose of supplying playground equipment, including design layout, delivery, installation, playground drainage, EWF safety surfacing, cleanup, debris removal and all other work associated with the playground installation at Philip Arnold Park, located at 720 Jones Avenue S., Re nton, WA 98057 . This playground project will occur in conjunction with an overall park renovation that includes the relocation of the play area (see Appendix A for 90% design Park Renovation Plans). The City's requirements are outlined in the following Request for Proposal ("RFP"). The Work shall be performed under the Washington State Department of Enterprise Services Contract No . 04216. II. TIM E SCHEDULE The Ci ty will follow the following timetable: Issue RFP Deadline for Submittal of Proposal Contracting Construction Notice to Proceed (expected) Ill. IN STRUCTION S TO PROPOSERS A. All proposal s shall be sent to : Betsy Severtsen, RLA Capital Projects Coord inator Parks and Recreation, Sixth Floor City of Renton 1055 South Grady Way Renton, WA 98057 425-757-6657 Email: bsevertsen@rentonwa.gov October 20, 2021 November 12, 2021 February 2022 Fall 2022 Exhibit A Ex hibit A B. Proposals are due by 3 :00 PM PST on November 12, 2021, submitted by email : 1) Electronic copy subm ittal: Email bsevertsen@rentonwa .gov an electronic copy of the proposal and attachments. C. No hardcopy, faxed or telephone proposals wi ll be accepted. All proposals must be made on Exhibit 'A', Requ es t for Proposal, attached. Note that any questions for Ms. Severtsen must be received by noon on November 5 , 2021. IV. TERMS AND CONDITIONS A. The City reserves the rig ht to reject any and all proposa ls, an d to waive min or irreg ularities in any proposa l. B. A Notice to Proceed shall be given aft er the Risk Ma na ger approves the insurance, and the Con t ract is approved and signed by the Mayor following Council authorization. C. Upon Notification of In tent to Award Contract, the following documents must be submitted pri or to commencement of the Work and no la t er than 14 ca lendar days after receipt of Not ification of Intent To Award Contract: • Contract Agree ment (sa mple attached) • City of Renton Business Licen se • Certificate of Liabil ity Insurance naming the City of Renton as additional insured D. Work shall be performed under the Washington Sta t e Department of Enterprise Serv ices Co ntract No . 04216. PROPOSAL SCOPE OF WO RK The site work required under this co ntract shall be fully completed within sixty (60) calendar days from the Co nstru ct ion Notice to Proceed. 1. Provide two options for playground equipment layout for park playground defin ed space. Provide pricing for delivery, layout, and in sta llation of play equipment, EWF surface and drainage materials, as well as cl eanu p and debris removal to t he re spective park in Re nton. 2. The Maximum Allowable Cons t ruction Cost bud get for this project is $350,000. In addition to a ll desig n and cons t ruct ion co sts, the proposal fee should include Performance and Pa yment (Contract) Bond f ees, sa les tax, and eng i neering drawings and ca lcu lations if a building pe rm it will be required (i .e. roof o r shade structures are included in the playground design ). Building perm it fees (if need ed) will be paid for by the City of Renton. Note that contracting is expected to occur in early 2022; include any neces sary labor o r material esca latio n to account for this timeli ne . Ex hibit A 3. The City wi ll se lect one (1) layout for the playground installation . a. Equipment Criteria: i. Equipment for age groups 2 to 5 and 5 to 12. ii. ADA Access ible and Compatible. iii. Components that complement the natural, forested setting of Philip Arnold Park (e.g., Nature-themes or Nature-complementary). iv. Includ e at minimum four total swings, two serv ing ages 2-5 and two se rving ages 5-12. v. Include signage indicating design-age for play areas. vi. DO NOT include "s pring t oys." vii. DO NOT include roller slides, that may be subject to jamming by EWF overtime. viii. DO NOT includ e wood posts or structures. ix. Provide material spe cificat ions to aid in assessing durability of materials. 4. Verify existing cond itions including providing utility locates of the project site. Protect existing conditions to remain. 5. Provide barricades and signage around work area. Notify existing utility servi ce providers. Protect utilities, and park improvements to remain . 6. Coordinate wit h City of Re nton staff regarding use of and access to site. 7. Provide temporary project signa ge during co nstruction identifying: a. Name of project b. Contractor c. City of Renton d. Funding source e. Dates of construction, proposed open in g date f. Graphi c image of proposed playground 8. Install underground drainage, connecting to drainage improvements placed during overall park renovation. 9. Install play equ ipment in accordance with manufacturer's specifications and recommendations . 10. Install two concrete ADA ramps into the playground in locations indicated on the attached plans. 11. In st all ADA Engineered Wood Fiber surfacing at a depth to meet safety requirements. 12. Playground equ ipm ent, installation, and safety surface are to be in accordance w ith the latest edition of the U.S. Consumer Product Safety Commission , Handbook for Public Playground Safety Handbook, Document #325; and federal, state, and local o rdinan ces and laws. 13 . Provide certification that the playground eq uipment, installation, and installer qualifications are in accordance w ith the U.S. Consumer Product Safety Commission Requirements for Public Playgrounds, document #325, latest edition. 14. Clean site and remove a ll debris in legal manner. 15. Provide project closeout documents, playground manufacturer's maintenance kit and extra playground equipment components : a. As-B uilt Site La yout Plan b. Playground equipment list c. Material Safety Data Sheets d. Playground Equipment Manufacturer's Maintenance Kit including but not limited to: i. Touch up spray paint ii. Connection hardware, bolt covers, etc. iii. Other maintenance kit components as furnished by equipment manufacturer (minimum to include Owner's Manual, Equipment Maintenance and Installation Instructions) 16. Selection Criteria: a. Opportunity for different age groups and skill set b. Variety of play opportunity available Exhibit A c. Design that provides a unique play experience not found at nearby playgrounds in Renton's Park system d. Warranty and service e. Value of equipment and services to the City of Renton REQUEST FOR PROPOSAL SMALL WORKS ROSTER EXHIBIT 'A' PHILIP ARNOLD PARK PLAYGROUND EQUIPMENT Item Total Philip Arnold Park Playground Equipment-Alternate Scheme A $ _____ _ Sale s Tax {10.1%) $ _____ _ Philip Arnold Park Playground Equipment-Al ternate Sc heme B $ _____ _ Sales Tax (10.1%) $ _____ _ Total Proposal -Alternate Scheme A $ _____ _ Total Proposal -Alternate Scheme B $ _____ _ Exhibit A (Includes all costs for materials, equ ipment, labor, installation, cleanup, restoration, and debris removal, ta xes , and any other costs to complete the Work) The undersigned declares that before preparing their proposal, they read carefully the specifications and requirements for proposers and that their proposal is made with the full knowledge of the ki nd, quality and quantity of se rvi ces and equipment to be furni sh ed, and their said proposa l is as stated on these page s. By signing this page of the proposal, the Contractor acknowledges and agrees to the terms and conditions of each of the forms included in the proposal documents. Authorized Official (Sig nature) Print Name of Au tho rized Officia l Compa ny Nam e Address State Contra ctors Li ce n se Number ATTACH DE SIG N ALTERNAT IVE CONCEPTS WI TH RE VIS ED PROPOSA L. Date Title of A uthorized Official Telephone Number City, State, Zip Unified Business Identifier Number {UBI)