Loading...
HomeMy WebLinkAboutWTR2703198_3VJM Construction Co., Inc. REFERENCE List: City of Issaquah 2005 Water Main Replacement Contact: Don Erickson (425) 837-3470 Seattle Water District #49 Various Projects Contact: Dale Capp (206) 242-8535 Snohomish County PUD PWC North Lake Shore Dr. Water Project Contact: Danny Miles (425)783-8312 CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: November 12, 2004 TO: Gregg Zimmerman FROM: Lys Hornsby STAFF CONTACT: Rick Moreno, x7208 Abdoul Gafour, x7210 SUBJECT: Surveying Contract Agreement with Bush, Roed & Hitchings, Inc. for Talbot Hill Water Main Replacement Phase 2 ISSUE: The Water Utility requests the approval of a Surveying Contract Agreement with Bush, Roed and Hitchings, Inc. to perform field survey work and to produce base maps for the City's design of the Talbot Hill Water Main Replacement Phase 2 project. RECOMMENDATION: The Water Utility recommends the Planning/Building/Public Works Administrator execute the Consultant Agreement with Bush, Roed and Hitchings, Inc., in the amount of $29,950. The Water Utility has budgeted sufficient funds in the 2004 Capital Improvement Project budget for Water Main Replacement to pay for this contract, under account no. 421.000500.018.5960.0034.65.055170. BACKGROUND SUMMARY: The Water Utility needs to have professional surveying work done for base maps that will be used for the design for the replacement of the water mains in the Talbot Hills area. The Utility has recently completed the construction of the first phase of the project and is ready to design the second phase. We selected the firm of Bush, Roed and Hitchings, Inc. to perform this work from the City's annual consultant roster for surveying services. Risk Management has reviewed and approved the agreement and insurance documents. The City Attorney has previously approved the City's standard contract agreement. Attachments H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\SURVEY\Issue-Paper.doc/AG fMIBIT "C" BUSH, ROOD & HITCHINGS, INC. Standard Schedule of Charges and General Conditions Effective to December 31, 2004 Fee ScheVe Clencal 54&fllr. I person field crew 7S11-h. Drafter 72r&- 2 person field crew 137/Hr. Research Tednician 76/Hr. 3 person field crew 185air. Field Representative 75/fir. 2 meson hazardous materials crew 185/1ir. Utility Locator 68,R-ir, Ov{rtirne 1.35 x rates Surveying Coordinator $51fY Survey CAD Technician 82/lir DrRf Cr NON -SALARIED COSTS Engineering CAD Technician 78/Hr GPS Receiva-s I50/Dsy/Receiver Fuginerring CAD D.,sig'ter 82/Hr. CYRA Seamier 200/1k. Sr. Engineering CAD Dirigncr 97/1ir. Vehicle per,Gem charge 2004y Surveyor (PLS) 9711'ir. Mileage .40/Mile Project Manager (PE, PLS) 1021ft. Job related expense Cost plus 1 S% Sr. Project Manager (PE, PLS) 120r1fr. Non -account related prints $20 miuimi;m Prircipal 140/i1r. Non -account related data file U=fa $50 minimum Payment Teats Invoices will be submitted once per month and are payable upon receipt. Accounts remaining unpaid after 60 flays will be subject to a 1.5% service charge per month. Collection fees including liens and attorney's fees, as may be required, will be added to the account. RighT-9f-Entry and Boundary Lirle Location Client will furnish right -of -entry for BRH to make surveys. Client shall furnish a description of the property where boundary lines are to be established. BRH assumes no liability for the establishment of actual lines of ownership other than as described and certified as suet: by a title insurance company. BRH will not be responsible for. indicating easements, covenants, and restrictions of record on surveys unless furnished with a current title insurance report. At the request of the Client DRH will obtain a report from a tilde insurance company at Client's expense. Utility Locations When retained to locate utilities, BRH will depend upon utility agency records where verification.by field location is not possible. BRH assumes no liability for the accuracy of records or locations provided by others. Cletteral and Automobile Liability Insurance BRIL Inc, maintains General Liability Insurance for bodily injury and property damage with a limit of $1,1000,000 per occurrence and $2,000,000 aggregate. Automobile Liability and Property Damage Insurance is maintained with combined single limits of $1,000,000, Professional Liability 13RH maintains professional liability insurance for losses arising directly from its negligent acts, errors or omissions with limits of $2,000,000 per occurrence and in the aggregate. Service Agreement It is BRH policy to negotiate and execute a Service Agreement setting forth actual scope of work, fees, payment terms, and general conditions prior to commencing services. Datc Rcviscd: )unc 2S, 2004 I:\nuscvates',Drc 04 City of Renton Human Resources & Risk Management Memorandum DATE: November 16, 2004 TO: Rick Moreno, Utility Systems FROM: 1 R. Webby, HR&RM Administrator SUBJECT: Insurance Review/ Bush, Roed & Hitchings, Inc. Talbot Hi11 Water Main Replacement Phase II RECEjVE'D NOV 18 2004 CITY OF nENrON UrILI- ysy,,, s I have reviewed the Certificate of Insurance for the above -mentioned contract. The insurance coverage, provided for this contract, meets the City's risk management requirements. D CERTIFICATE OF LIABILITY INSURANCE DATF(A(M/DDMfW, FTYRISCO,,Inc. 11/03104 THIS CERTIFICATE 13 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE W., Suite 200 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Mountlake Terrace WA 98043 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Phone: (425 712-5007 Fex: 425 712.5006 U . INSURERS AFFORDING COVERAGE INSURED Bush, Roed & Hitchings, Inc. - NAIC 0 NsLRF A: Fldoli and Guoron Ins U_ndrwtr, Inc 25879 2009 Minor Ave E _ INsur1� E+ Underwriters at Lloyds 15792 Seattle WA 98102 NGURER c. Fldellty end Guaranty Insurance Com an 35388 INBURCR COVERAGES INSUR THE PCLICBS OF INSURANCE LISTED BELOW HAvE BEEN ISSUED TO T1-iE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTVVITHSrANDINO ANY REOUInrMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE- MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AOOREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, L POLICY NUMBER POLICY Err VP POLICY EX TION OMITS OFNERALLIAOILITV A X CON,NE RCIAL OGNERAL LIABILITY BK01883533 EACHOCCU,FgF.TJCE SJ000,000 _ 12/05103 12/05I04 DAMAGE TO RENTED 1,000,000 1 CLAIMS MADE C I OCCUR pREtnI6ES1E""CaAw_ S X Separation of Insureds M �D P P A One n. o � 10,000 -�—� r''`u-- PERSONAL 8 ADV IN,IUP.Y S 1,000,000 _ _ GE_NL AOOREOAT6 LIMIT APPUES PER Y GETvCgALAGpREGATC— __ S 2,000,000 I POLICY X P O• -PRODVCTS •COMP/OP AOO ; Z, OOO,OOO I.00 AUTOMOBILE LIABILITY C' X ANY AUTO BA01689913 OOMOINED :INCLE LIMIT t 1,000,000 12105/03 12/05/04 (En nmdern) All OWNED Autos SCHEDULED AUTOS BODILY INJURY(Per parson) S HIRCD AUTC6 — NON.OWNFD AUTOS BOOILY INJURY T (Per ncoldonl) PROPERTY DAMAGE S (P-r Accbenl) OARAGC LIABILITY ANY AUTO AUTO 0BLY -_EA±C(;IOCNT t A OTI•ICR THAN -FAACC S AUTO ONLY; A00 A EXCES ✓UMBRF7 LA LIABIIJTr X I J EAC�OCCURRENCC $ 4 000 ON L OCCUR CIlUMSMADE BKO1683533 12/05103 12/05/04 AOOREOATC , 4000,000 DEOUCTtBLC .S RETENTION s N/A , - WORKERSCOMPENSATIONAND A EMpI.OYERS' IJAAILITY WC:'TATU• I I O TH- - Tn&Y-Uma ANY PROPRIETOR/PART'NFfLEXECUTIVE OrFICFq/MEMBER CXCLUDED9 BK01683533 12/05/03 - 12105/04 E I. EACH ACCIDENT S 1,000,000 - If ye. d•tMbe vndnr If 'P 41eLPROVIS10Nt�?low E.L.D S -Ar.E • EA M ',OYF 1000 000 1F F_P_ S , r OTMP14 E.L, DISF,AgE • Popc' UM(T 1000000 B Professional Liability F03/4468/000 Retention $25,000 12/05103 12/05/04 Each Claim $2,000,000 Df.3CR10TION OF OPERATIONS I LOCATIONS / VE911CLF.e I E><C1U910NS ADDED BY ENDOR9f,MENT 19PECIAL PROVI910NP &qqre eto $2 000,000 The City of Renton, and Its officers, officials, agents, employees and volunteers are named os addi'Vonal Insured with respects to oporatlons of the named insured, CERTIFICATE HOLDER City of Renton Attn: Rick Moreno FR: 425-430-7241 1055 S Grady Way Renton, WA 98055 CANCELLATION SHOULDANY OFTHC ABOVE DESCRIBED POLICICS BF CANCCLLCO BEFORE THB EXPIRATION DATE THEREOr, THF. IQSUING INSURER WILL MAIL 45 DAYA WRITTCN NOTICE TO THE CERTIMCATF. HOLOEn NAMED TO NE LEFT, min 10 AUTHORIZEO112OPREeENTATIVE I / I <KH> AlluKu 15 12001/08) - ® ACORID CORPIdRATION 1988 Policy Number: BKO1683533 Owner, lessee Or Contractor — Scheduled Person Or Organization ADDITIONAL INSURED ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endoisernant. modifies ins uranco provided under the following: LIAOII.ITY CMRAGL PART, Owners, Lessees Or Contractors — Schedt.tled Persons Or Organizotions Schedule Name Of Person Or Organization: AS PER CERTIFICATES ON FILE WITH CCTMFANY Location Of Covered Operations: Tho following is added to SECTION 11. WHO 1S AN INSURED, 2.: Owner, Lessee Or Contractor — Sotlodutod roreon or organization Each person or organization shown in the Owners, Lessees Or Contractors — Scheduled Persons Or Organizations Schedule, but only with respect to that person's or orpanizatioWs liability odsinp out of "your work" fur that person or organization. that does not arise out of your negligence; (2) "Bodily Injury'property damage", "personal Injury" or 'advertising Injury' for which such person or orponlzotlon has assumed liability in a contract or agreement, oxcept for liability for damages that such person or organization would have In the absence of that contract or agreement: However, such person or organizatiutl is not (e) 'Properly damage" to: an insurod with rosoect to any: (n) Property owned, used or occupiod by or loaned or rented to such person or (1) "Bodily injury". "property damage', organlzatlun; 'personal Injury" or "advertising injury' CUDF 22 40 1102 Includes capydghted metnrlAl of Inqurnnu" S"rvlcrn Uffim Inc., with Iis permledon. Nge 1 of 2 Copyright In.+rirtlacn lerulees 01tlee. Inc.. 2001 (b) Property in ltle Caro, custody or control of such person or organization over which such parson or organization is, for any purpose exercising physical control; or (c) "Your work" performed for such person or organization, (4) "Dodily Injury". "property clam age", "personal Injury" or "acIvorlising injury" ariSinp out of any architect's, enginoe(s ur surveyor's rendering of, or foilure to render, any "professional service" when such person or organization is on -architect engineer or surveyor; or (a) "Dodily injury" or "property damago" that occurs after "your work" for such person or organization has been completed. "Your work" will be doomed completer) at tho earliest of the following Limes: (a) When all of the work on thq project to be done at the Location of Covored Operations shown in the Owners, Lessees Or Contractors - Scheduled Persons Or Organizations Schedule has been completed, nr (b) When that part of the work out of Which tho "bodily injury" or "properly damage" arises hos been put to its intended use by any parson or organization, other than another contractor or subcontractor working on the same project. "Your work" that may need service, maintenance, correction, repiir or replacemont, bul. which is otherwise deemed completed abovn, will also be deemed completed. All other terms of your policy romain the same. CVer Z2 40 11 02 Include) enpyrioltod motor el n( lmuronce Setvicne Orrice, Inc,., with ita pnrrnrssron. Pape 2, of 2 Cmryrlpht, lnmurnnon Snnk*e Orrton, Inc,, 2on1 Richard Moreno - Contract with Bush, Roed, Hitchings Page 1 From: Abdoul Gafour To: Moreno, Richard Date: 11 /09/2004 4:30:43 PM Subject: Contract with Bush, Roed, Hitchings Rick: Attached is the revised draft issue paper, I saved it in your project folder W-3198. The contract is not ready for Gregg's signature until you complete the following: - obtain risk management's approval of the contract insurance documents. -attach a clean copy of the scope of work - the faxed letter from the consultant should not be attached as I have mentioned to you before. Please ask them to e-mail you the letter, and cut and paste the scope of work on a separate page under Exhibit A. - where is the copy of the "billing rates"? -attach a contract checklist for City Clerk Please see me if you have any questions. Thank you. Abdoul 11/9/04- 4:30 p.m. CITY OF RENTON .�u Kathy Keolker.Wheeler, Mayor October 21, 2004 Jeffery J. McManus Bush, Roed, Hitchings, Inc. 2009 Minor Avenue East Seattle, WA 98102-3513 Planning/Building/PublicWorks Department Gregg Zimmerman P.E., Administrator SUBJECT: TALBOT HH.L WATER MAIN REPLACEMENT PHASE H: CONTRACT DOCUMENT Dear Jeff: Thank you for your survey proposal. I have reviewed the proposal and it is acceptable as submitted. To formalize the contract, I have enclosed the following documents: • City's Standard Survey Contract document: Two copies enclosed, please sign and return both copies to me for execution by the Department Administrator. Do not date the front page. • Affidavit of Compliance for City of Renton Summary of Fair Practices Policy: One copy enclosed, please complete this form and return it to me. • Example of an Insurance Certificate: One example included, please submit one insurance certificate for this contract. The certificate must have the highlighted modifications in order to be approved. I look forward to working with you and your staff. If you have any questions, please call me at 425-430-7208. Sincerely, C�-GL`�GP Rick Moreno, Project Manager Water Utility Enclosures cc: Abdoul Gafour H:\File Sys\WTR -Drinking Water Utilit3\WTR-27 -Water Project Files\WTR-27-XXXX TALBOT HILL PHASE 2\SURVEY\BRH Contract.doc\RM\tb 1055 South Grady Way - Renton, Washington 98055 R E N T O N This paper contains 50 % recycled material. 30 % post consumer AHEAD OF THE CURVE t _ i.� 1 s1 Y Kathy Keolker-Wheeler, Mayor October 21, 2004 CITY OF RENTON Planning/Building/PublicWorks Department Gregg Zimmerman P.E., Administrator CONC DATE l, Jeffery J. McManus Bush, Roed, Hitchings, Inc. 2009 Minor Avenue East Seattle, WA 98102-3513 SUBJECT: TALBOT HILL WATER MAIN REPLACEMENT PHASE H: CONTRACT DOCUMENT Dear Jeff: Thank you for your survey proposal. I have reviewed the proposal and it is acceptable as submitted. To formalize the contract, I have enclosed the following documents: ENCE NITIAL/DATE t to i%ij. c Lilo I • City's Standard Survey Contract document: Two copies enclosed, please sign and return both copies to me for execution by the Department Administrator. Do not date the front page. • Affidavit of Compliance for City of Renton Summary of Fair Practices Policy: One copy enclosed, please complete this form and return it to me. 0 Example of an Insurance Certificate: One example included, please submit one insurance certificate for this contract. The certificate must have the highlighted modifications in order to be approved. I look forward to working with you and your staff. If you have any questions, please call me at 425-430-7208. Sincerely, Rick Moreno, Project Manager Water Utility Enclosures cc: Abdoul Gafour H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-XXXX TALBOT HILL PHASI? 2\Sl IRVMBRH Contract.doc\RM\tb 1055 South Grady Way - Renton, Washington 98055 R E N T O N ® This paper contains 50 % recycled material, 30 % post consumer AHEAD OF THE CURVE OC7-12-04 03:47PM FROM -BUSH ROED L H17CHINGS INC, 206-323-7135 7-681 P 03/11 F-911 CITY Of RENTON Mr. Rick Moreno October 12, 2004 Page 2 of 2 BUSH, ROED & HITCHNIGS, INC. ► City of Renton horizontal and vertical datum will be used. A minimum of sev= on -site benchuwks will be set. City of Renton survey standards will be adhered to as found in Exhibit "B". a Spot elevations will be shown to approximately 0.01 feet. One foot coazour intervals elevations will be shown. ► City of Renton drawing and layering standards will be followed. ► All trees greater than 6-inches in diameter will be located and shown. Our fee to provide this service.is $29,950 (see attached rates schedule Exhibit "C"). Expense items, such as printing charges, delivery fees, communication charges, etc., will be billed on a cast plus 15% basis in addition to the fees noted above. The foal topographic drawing will be drafted in AutoEAD, 2002 (Land Desktop - Version 3). We will complete and deliver the final drawing within 25 worlang days of authorization to proceed. The activities of Bush Roed & Hitchings, Inc. are insured for both commercial general liability and professional liability. Commercial general liability limit is $1,000,000 per occurrence and $2,000,000 in the aggregate. Professional liability limit of coverage is $2,000,000. Certificates of Insurance will be furnished apon request. We appreciate the opportunity to submit this proposal and are looking forward to working with you on tins project. If this proposal meets with your approval, please provide a sigaature in the space below and return to our office, retaining a copy for your files. Sinmely, BUS OED & HITCHLNTGS, INC ffrey J, McManus, P.L.S. urvey Division Manager J3M/jat Enclosure LLIML21WHIM: City of Renton Printed Name:1%unu[i 6*ft(,r/' Signature: �D 0-11— Title: l kwV Lk u ri t_,111 G11UfV,1. (A J�Ptrttit�'`� Date: �o/1'2-V /0,T �cl�l.%YCiorl or- A CA" BAN Pf,1 L4'7 �v>r;� ►,�� SE+�v aEs ac4 µFur U'n 3vt,"4P Wo6/ u� �� OCT-12-04 03:47PV FROM -BUSH ROED & HITCHINGS INC, 206-323-7135 T-681 P 02/11 F-911 0(7 BUSK ROED & HITCHINGS, INC. BRH Civil .Engineers and Land Surveyors VIA FACSD49-E Mail Confirmation October 12, 2004 Mr. Rick Moreno City of Renton Water Utility Engineering 1055 South Grady Way Renton WA 98055 Re: Land Survey Services — Topographic Mapping Sc4r Vicinity of South. 15th Street and Moms Avenue South Talbot Hill Water Main Replacement Project - Phase 11 Renton, King County, Washington Dear Mr. Moreno: We propose to provide land suvey services at the above referenced site. The limits of the survey will be as shown on the attached sketch (Exhibit "A'). The specific details are as follows: Tic Qg aA iq Survey • Right-of-way boundarywill be calculated with bearings and distances shown on the drawing. ► Ali surface improvements, pavements, sidewalks, power poles, signs and buildings will be located and shown. ► All below grade utilities, including pipe types and sizes, rim and invert elevations, will be shown if record of their existence is found or if visible at the surface. Underground service lines will be marked in the field by our utility locating personnel if tracer wires or other metallic features exist below ground, ► Record public utility locations will be shown to the extent that such records exist. Private utility records will also be researched to the extent that they are available. ► Spot elevations will be shown at 50 foot intervals in the streets to the centerline. Full street widths of improvements will be shown to a limit of 10 feet beyond right-of-way lines into private. properly. 2009 Minor Avenue East, Seattle, Washington 98102-3513 - Phone 206/323-4144; Fax 2061323-7135 1-900-935-0508 Internet: brhinc.com RECEIVED OCT 14 2004 CITY OF RENTON BUSH, ROED & HITCHINGS, INC. BRH Civil Engineers and Land Surveyors VIA FACSIMILE Mail Confirmation October 12, 2004 Mr. Rick Moreno City of Renton Water Utility Engineering 1055 South Grady Way Renton WA 98055 Re: Land Survey Services — Topographic Mapping Vicinity of South 15th Street and Morris Avenue South Talbot Hill Water Main Replacement Project - Phase II Renton, King County, Washington Dear Mr. Moreno: We propose to provide land survey services at the above referenced site. The limits of the survey will be as shown on the attached sketch (Exhibit "A"). The specific details are as follows: Topographic Survey ► Right-of-way boundary will be calculated with bearings and distances shown on the drawing. ► All surface improvements, pavements, sidewalks, power poles, signs and buildings will be located and shown. ► All below grade utilities, including pipe types and sizes, rim and invert elevations, will be shown if record of their existence is found or if visible at the surface. ► Underground service lines will be marked in the field by our utility locating personnel if tracer wires or other metallic features exist below ground. ► Record public utility locations will be shown to the extent that such records exist. Private utility records will also be researched to the extent that they are available. ► Spot elevations will be shown at 50 foot intervals in the streets to the centerline. Full street widths of improvements will be shown to a limit of 10 feet beyond right-of-way lines into private property. 2009 Minor Avenue East, Seattle, Washington 98102-3513 - Phone 206/323-4144; Fax 206/323-7135 1-800-935-0508 Internet: brhinc.com CITY OF RENTON Mr. Rick Moreno October 12, 2004 Page 2 of 2 BUSH, ROED & HITCHINGS, INC. No. City of Renton horizontal and vertical datum will be used. A minimum of seven on -site benchmarks will be set. City of Renton survey standards will be adhered to as found in Exhibit "B". No. Spot elevations will be shown to approximately 0.01 feet. One foot contour intervals elevations will be shown. P. City of Renton drafting and layering standards will be followed. No. All trees greater than 6-inches in diameter will be located and shown. Our fee to provide this service is $29,950 (see attached rates schedule Exhibit "C"). Expense items, such as printing charges, delivery fees, communication charges, etc., will be billed on a cost plus 15% basis in addition to the fees noted above. The final topographic drawing will be drafted in AutoCAD, 2002 (Land Desktop - Version 3). We will complete and deliver the final drawing within 25 working days of authorization to proceed. The activities of Bush, Roed & Hitchings, Inc. are insured for both commercial general liability and professional liability. Commercial general liability limit is $1,000,000 per occurrence and $2,000,000 in the aggregate. Professional liability limit of coverage is $2,000,000. Certificates of Insurance will be furnished upon request. We appreciate the opportunity to submit this proposal and are looking forward to working with you on this project. If this proposal meets with your approval, please provide a signature in the space below and return to our office, retaining a copy for your files. Sincerely, BUSH, 40ED & HITCHfNGS, INC. J. McManus, P.L.S. Division Manager JJM/jat Enclosure ACCEPTED BY: City of Renton Printed Name: Signature: Title: Date: STo -r-1E C"i 1T `{ S� A •Jflla (l TJ f�N'iY�J►l�` �� OC7-12-04 03:47PM FROM -BUSH ROED & H17CHINGS INC, 206-323-7135 T-681 P 02/11 F-911 C. o P e oil BUSH, ROOD & HITCHINGS, INC. BRH Civil Engineers and Land Surveyors VIA FACSDvULE Mail Confirmation October 12, 2004 Mr. Rick Moreno City of Renton Water Utility EnQineeting 1055 South Grady Way Renton WA 98055 Re: Land Survey Services — Topographic'Mapping V'iciniry of South 15th Street and Morris Avenue South Talbot Hill Water Main Replacement Project - Phase lI Renton, King County, Washington Dear Mr. Moreno: We propose to provide land survey services at the above referenced site. The thrifts of the survey will be as shown on the attached sketch (Exhibit "A"). The specific details are as follows: I 9guiphiG Survev Right-of-way boundary will be calculated with bearings and distances shown on the drawing. ► Ali surface improvements, pavements, sidewalks, power poles, sign and buildings will be located and shown. ► All below glade utilities, including pipe types and sizes, rim acid invert elevations, will be shown if record of their existence is found or if visible at the surface. Underground service lines will be marked in the field by our utility locating personnel if tracer wires or other m:.talli,: features exist below ground. ► Record public utility locations will be shown to the extent that such records exist. Private utility records will also be researched to the extent that they are available. ► Spot elevations will be shown at $0 foot intervals in the streets to the centerline. Full street widths of improvements will be shown to a limit of 10 feet beyond right-of-way lines into private. property. 2009 Minor Avenue East, Seattle, Washington 98102-3513 - Phone 20b/323-4144; Fax 206/323-7135 1-800-935-0508 Interact: brhinc_cam OCT-12-04 03:47PM FROM -BUSH ROED & HITCHINGS INC, 2D6-323-7135 T-681 P 03/11 F-911 CITY OF RENTON Mr. Rick Moreno October 12, 200.4 Page 2 of 2 BUSH, ROED & HITCHINGS, INC. ► City of Renton horizontal and vertical datum will be used. A minimum of seven on -site benchmarks will be set. City of Renton survey standards will be adhered to as found in Exhibit "B". ► Spot elevations will be shown to approximately 0.01 feet. One foot contour intervals elevations wi11 be shown. ► City of Renton drafting and layering standards will be fol?owed. P. All trees greater than 6-inches in diameter will be located and shown. Our fee to provide this service. is $29,950 (see attached rates schedule Exhi it "C"). Expense items, such as printing charges, delivery fees, communication charges, etc., will be billed on a cost plus 150,46 bases in addition to the fees noted above. The final topographic drawing will be drafted in AutoCAD, 2002 (band Desktop - Version 3). We will complete and deliver the final drawing within 25 worldng days of authorization to proceed. The activities of Bush, Roed & Hitchings, Inc. are insured for both commercial general liability and professional liability. Commercial general liability limit is $1,000,000 per occurrence and $2,000,000 . in the aggregate. Professional liability limit of coverage is $2;000,000. Certificates of Insurance will be fiunished upon request. We appreciate the opportunity to submit this proposal and are looking forward to working with you on this project. If this proposal meets with your approval, please provide a signature in the space below and return to our office, retaining a copy for your files. Sincerely, BUS OED & TiITCHL'�IGS, INC ffrey J. McManus, P.L.S. urvey Division Manager JJM/jat Enclosure City of Renton Printed Name: Au6uL/-- Signature: Title: � u11 u rf ► Gl� ,+ �, S�t(}Cntnvlr__� Date: �0/28/01- ' -�`a- *kz cx eratt'ttu C A r.iT�f i�V'L6 i )tvSUtiKuCf �UCUh� (��✓ P ho �/►_i t�A �� (LL 1t 1 is �� o�$Y CITY CLERK DIVISION MEMORANDUM DATE: December 6, 2004 i �OU4 TO: Rick Moreno, Utilities/PBPW C/Ty OF RENT OtV UTIUTy SYSTEMS FROM: �ebbie Evans, 425-430-6513 SUBJECT: Bush, Roed & Hitchings, Inc. - CAG-04-144 Professional Survey Services - Talbot Hill Water Main Replacement Phase 2 The attached original document has been fully executed and is being returned to you. Please transmit the original to the consultant and retain a copy for your file. The City Clerk has retained an original of the document. Thank you. Attachment t **y CITY CLERK DIVISION MEMORANDUM DATE: December 6, 2004 �J TO: Rick Moreno, Utilities/PBPW urn �sys EMS FROM: Pbebbie Evans, 425-430-6513 SUBJECT: Bush, Roed & Hitchings, Inc. - CAG-04-144 Professional Survey Services - Talbot Hill Water Main Replacement Phase 2 The attached original document has been fully executed and is being returned to you. Please transmit the original to the consultant and retain a copy for your file. The City Clerk has retained an original of the document. Thank you. Attachment CAG-04-144 SURVEYING SERVICES AGREEMENT THIS AGREEMENT, made and entered into on this ip fA , day of A/�U. , 2004, by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and the consulting firm Bush, Roed & Hitchinj!s, Inc. whose address is, _2009 Minor Avenue East, Seattle, WA_98102-3513 at which work will be available for inspection, hereinafter called the "SURVEYOR." PROJECT NAME: Surveying Services WHEREAS, the City has not sufficient qualified engineering employees to provide surveying services within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional surveying firm to do the necessary field surveying work for Public Works projects and the maintenance of the City's horizontal and vertical control, and WHEREAS, the Surveyor has represented and by entering into this Agreement now represents, that it is in full compliance with the statutes of the State of Washington for registration of professional land surveyor, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel are on staff or readily available to staff this Agreement. WHEREAS, the Surveyor has indicated that it desires to do the work set forth in the Agreement upon the terns and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: OBJECTIVES AND SCOPE OF WORK The objective of this Agreement is to provide land surveying services for the various departments which require such services during the planning, design and/or construction of City of Renton projects and for the development and maintenance of the City's maps. The scope of work shall include all services necessary to accomplish the work and shall detail the documents to be provided as agreed to under Scopes of Work authorized during the duration of this Agreement. The Surveyor shall furnish, and hereby warrants that it has, the necessary equipment, materials, and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work, which is attached hereto and incorporated into this Agreement as though fully set forth herein. The work shall be verified for accuracy and completeness by the Consultant. The Surveyor will be held responsible for the accuracy and completeness of the work, even though the work has been accepted The Surveyor shall perform all work described in this Agreement and accompanying scopes of work to conform with the policies and standards set forth in Section I1. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-3198-talbot hill phase 2\survey\bush.roed. surveyagreement.doe\ t FRM: 97 Surveyor. dot/bh II DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: 1. Draft GeoSpatial Positioning Accuracy Standards for the National Spatial Data Infrastructure by the Federal Geographic Data Subcommittee, December 1996. 2. All pertinent Washington State legislation, e.g. Chapter 58 of the Revised Code of Washington (RCW). 3. All pertinent sections of the Washington State Administrative Code (WAC), e.g. Chapters 332 WAC. 4. City of Renton Survey Specifications as set forth in Section 1-11 of the City of Renton Supplemental Specifications for the 1997 Standard Specifications for Road, Bridge, and Municipal Construction, adopted May 19, 1997. III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Surveyor copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Surveyor. The Surveyor will coordinate with other available sources to obtain data or records available to those agencies. The Surveyor shall be responsible for this and any other data collection. The Surveyor shall be responsible for the verification of existing records to insure they represent the accurate and current field conditions. Should field studies be needed, the Surveyor will perform such work. The City will not be obligated to perform any such field studies. IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT Documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Surveyor to the City upon completion of the various phases of the work. All such material, including working documents, notes, maps, drawings, photographs, photographic negatives, etc. used in the Scope of Work, shall become and remain the property of the City and may be used by it without restriction; except that, any use of such documents by the City not directly related to the Scope of Work pursuant to which the documents were prepared by the Surveyor shall be without any liability whatsoever to the Surveyor. Where possible and feasible all written documents and products shall be printed on recycled paper. Final documents, and interim drafts as feasible, will be printed on both sides of the recycled paper. V TIME OF BEGINNING AND COMPLETION h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh This basic agreement shall be in effect for twelve (12) months from the date of formal acceptance by the City. This agreement may be extended for a maximum of three (3) years, upon agreement by both parties and written authorization by the City. The Surveyor shall not begin work under the terms of this Agreement until authorized in writing by the City by an executed Scope of Work. The time for completion of work performed under this Agreement shall be specified in the Authorized Scope of Work and as authorized in writing. If this contract would expire prior to the completion date of any Scope of Work, then this contract shall be automatically extended to the termination date of the Scope of Work. Established completion time shall not be extended because of any delays attributable to the Surveyor, but may be extended by the City in the event of a delay attributable to the City or because of a delay caused by an act of God or governmental actions or other conditions beyond the control of the Surveyor. A supplemental agreement issued by the City is required to extend the established time. Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion of the work may be considered a cause for re negotiation or termination of this Agreement by the other party. VI PAYMENT The Surveyor shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. All billings for compensation for work performed under this Agreement will list actual time (days and/or hours) and dates during which the work was performed and the compensation shall be figured using the rates in Exhibit A. Time & Materials Billine Payment for work accomplished shall be on the basis of the Surveyor's hourly billing rate per crew or man hours as appropriate plus material expenses. It is assumed that the billing rate for personnel provided covers the overhead and profit margins for the firm. No payment will be made for overhead or profit beyond the rates established in Exhibit A. 1. The billing rates should cover the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The billing rates are set forth in the attached Exhibit "A" and by this reference made a part of this Agreement. The billing rates may be updated annually by written approval of the Planning/Building/Public Works Administrator. 2. The material costs are those costs directly incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction, telephone, supplies, and fees of outside consultants. The material costs will be established for each Scope of Work which when executed will become a part of this Agreement. Billings for any material costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants and services shall be no greater than 1.10 times the invoiced amount. 3. The maximum amount payable for completion of all work under this Agreement on a time and materials basis is determined by the total of Authorized Scope of Work as shown in Exhibit "A." 4. Progress payments may be claimed monthly for time and materials actually incurred to date as supported by detailed statements. Final payment of any balance due the Surveyor of the gross amount earned per Scope of Work will be made promptly upon its verification by the City after completion and acceptance by the City of the work for each Scope of Work under this Agreement. Acceptance, by the Surveyor of final payment on the Scope of Work shall constitute full and final satisfaction of all amounts due or claimed to be due, for the specific Scope of Work. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM : 97Surveyor.dotfbh Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section VIII "EXTRA WORK"). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced time for consultant employees and material expenses, the City may conduct employee interviews. Time for the interviews can be billed at normal billing rates. Acceptance of such final payment by the Surveyor shall constitute a release of all claims of any nature, related to the specific Scope of Work, which the Surveyor may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Surveyor prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Surveyor or to any remedies the City may pursue with respect to such claims. The Surveyor and its subconsultants shall keep available for inspection, by the City, for a period of three years after final payment, the cost records and accounts pertaining to this Agreement and all items related to, or bearing upon, these records. If any litigation, claim or audit is started before the expiration of the three-year retention period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. The three-year retention period starts when the Surveyor receives final payment. VII CHANGES IN WORK The Surveyor shall make all such revisions and changes in the completed work for each Scope of Work as are necessary to correct mistakes and blunders appearing therein, when required to do so by the City, without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised, the Surveyor shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VIII. VIII EXTRA WORK The City may desire to have the Surveyor perform work or render services in connection with a Scope of Work Assignment in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement to the Scope of Work which will set forth the nature and scope thereof. Work under a supplemental Scope of Work shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under a Scope of Work shall be resolved before the work is undertaken. IX EMPLOYMENT The Surveyor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Surveyor, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Surveyor, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh Any and all employees of the Surveyor, while engaged in the performance of any work or services required by the Surveyor under this Agreement, shall be considered employees of the Surveyor only and not of the City and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Surveyor's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the Surveyor. The Surveyor shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees, without written consent of the public employer of such person. If during the time period of this agreement, the Surveyor finds it necessary to increase its professional, technical, or clerical staff as a result of this work, the Surveyor will actively solicit minorities through their advertisement and interview process. X NONDISCRIMINATION The Surveyor agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or terminations; rates of pay or other forms of compensation; selection for training; rendition of services. The Surveyor understands and agrees that if it violates this Non - Discrimination provision, this Agreement may be terminated by the City and further that the Surveyor shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Surveyor, subject to the City's obligation to pay Surveyor in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Surveyor, or any of its supervisory personnel assigned to the project, the surviving members of the Surveyor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to re -negotiations of this Agreement between surviving members of the Surveyor and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the Surveyor, with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. C. In the event this Agreement is terminated by the City other than for fault on the part of the Surveyor, a final payment shall be made to the Surveyor for actual time and material expenses for the work complete at the time of termination of the Agreement. In addition, the Surveyor shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Surveyor of the Notice to Terminate, except for work which may be required to complete checking of finalized work and record surveys as required by Washington State law. If the accumulated payment made to the Surveyor prior to Notice of Termination exceeds the total amount that would be due as set forth herein above, then no final payment shall be due and the Surveyor shall immediately reimburse the City for any excess paid. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh D. In the event the services of the Surveyor are terminated by the City for fault on the part of the Surveyor, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Surveyor in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports and documents prepared by the Surveyor prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Surveyor. F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Surveyor for any breach of this Agreement by the Surveyor, or for failure of the Surveyor to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Surveyor. Xn DISPUTES Any dispute concerning questions of facts in connection with work not disposed of by agreement between the Surveyor and the City shall be referred for determination to the Director of Planning/Building/Public Works or his/her successors and delegees, whose decision in the matter shall be final and conclusive on the parties to this Agreement. In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County. XHI LEGAL RELATIONS The Surveyor shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws of Washington. The Surveyor agrees to indemnify, defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims, demands or suits at law or equity arising in whole or part from the Surveyor's negligent acts, errors, or omissions under this Agreement provided that nothing herein shall require the Surveyor to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the Surveyor's agents or employees and (b) the City, its agents, officers and employees, this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Surveyor's negligence or the negligence of the Surveyor's agents or employees except as limited below. hAfile sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh The Surveyor shall secure general liability, property damage, auto liability, and professional liability coverage in the amount of $1.0 million, with a General Aggregate in the amount of $2 million, unless waived or reduced by the City. The Consultant shall submit a completed City of Renton Insurance Information Form, and the Standard Acord. The City of Renton shall be named as an "additional insured" on all contracts/projects. Surveyor shall furnish copies of the declarations pages of relevant insurance policies to the City prior to execution of any Scope of Work. The Certification and Declaration page(s) shall be in a form as approved by the City. If the City's Risk Manager has the Declaration page(s) on file from a previous contract and no changes in insurance coverage has occurred, only the Certification Form will be required. All coverages provided by the Surveyor shall be in a form, and underwritten by a company acceptable to the City. The City will normally require carriers to have minimum A.M. Best rating of A XII. The Surveyor shall keep all required coverages in full force and effect during the life of any Scope of Work, and a minimum of thirty days' notice shall be given to the City prior to the cancellation of any policy. The Surveyors's relation to the City shall be at all times as an independent contractor. XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Surveyor shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh XV ENDORSEMENT OF PLANS The Surveyor shall place their certification on all plans, specifications, estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XVI COMPLETE AGREEMENT This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. Later Scope of Work s will be in writing and executed and will become part of this agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. XVIII EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Surveyor does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Surveyor, and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CONSULTANT Signature Date type or print name Title CITY OF RENTON KATHVKEOLKER—WHEELER Date MAYOR ATTEST: BONNIE I. WALTON, CITY CLERK h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM : 97 Surveyor. dot/bh CAG-04-144 Exhibit "A" Scope of Work We propose to provide land survey services at the above referenced site. The limits of the survey will be as shown on the attached sketch. The specific details are as follows: Topographic survey • Right-of-way boundary will be calculated with bearings and distances shown on the drawing. • All surface improvements, pavements, sidewalks, power poles, signs and buildings will be located as shown. • All below grade utilities, including pipe types and sizes, rim and invert elevations, will be shown if record of their existence if found or if visible at the surface. • Underground service lines will be marked in the field by our utility locating personnel if tracer wires or other metallic features exist below ground. • Record public utility locations will be shown to the extent that such records exist. Private utility records will also be researched to the extent that they are available. • Spot elevations will be shown at 50-foot intervals in the streets to the centerline. Full street widths of improvements will be shown to a limit 10 feet beyond right-of-way lines into private property. • City of Renton horizontal and vertical datum will be used. A minimum of seven on -site benchmarks will be set. City of Renton survey standards will be adhered to as found in Exhibit `B". • Spot elevations will be shown to approximately 0.01 feet. One -foot contour intervals elevations will be shown. • City of Renton drafting and layering standards will be followed. • All trees greater than 6-inches in diameter will be located as shown. Payment Payment for this work shall not exceed Twenty-nine thousand, nine hundred fifty dollars ($29,950.00) without a written amendment to this contract agreed to and signed by both parties. Standard Schedule of Charges and General Conditions (See attached schedule A continuation) H:\Fle Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\SURVEY\SCOPE OF WORK.doc CST-11-04 03:49PM FROM -BUSH ROED & HITCHINGS INC, 206-322-713E T-681 P 11/11 F-911 CAG-04-144 1?"T'K TT " A, BUSH, ROED & HITCY INGS, INC. Standard Scheaule or Charges and Generai Conditions -Effective to Decrmber 31, 2004 Fee Schelule Clerical $401r. 1 person field crew 75/Hr. Drafter 724-1r. 2 person field crew 137/Hr. Research Technician 76/Hr. 3 person field crew 185air. Field Representative 75/fir. 2 person h=ardous materials crew l 85/1ir. Utiliry Locator 68Jfir. Ovrrtime 1-35 x rates Surveying Coordinator Survey CAD Tezhrician $2/Nr DrRrCT NON -SALARIED COSTS La&eetzng CAD Technician 78/1-Ir GPS Receivfs 15010ay/Receiver Engineering CAD D igner 82/ilr. CYRA Scaruler 2004r. Sr. Engineering CAD Dcngncr 971fir. vehicle pGr'bCrn charge 20/1)ay Surveyor (PLS) 971W, Mileage .401Mile Project Manager(PE, PLS) 102/1-1r. Job related expense Cost plus 15% Sr. Project Manager (PE, PLS) 120Pffr. Non -account related prints $20 miuimusu Principal 140/Hr. Non -account related data file txswufcr $$0 minim= Payment Terrrls Invoices will be submitted once per month and are payable upon receipt. Accounts remaining unpaid after 60 days will be subject to a 1.5% service charge per month. Collection fees including liens and anamey's fees, as may be required, will be added to the account. RiEntry and Boyn�Lirle Location Client will furnish right -of -entry for BRH to make surveys. Client shall furnish a description or the property where boundary lines are to be established. BRH assumes no liabihry for the establishment of actual lines of ownership other than as described and certified as suet: by a title insurance company. BRH will not be responsible for. indicating easements, covenants, and restrictions of record on surveys unless furnished with a current title insurance report. At the request of the Client BRH will obtain a report from a title insurance company at Client's expense. Utility Locations When retained to locate utilities, BRH will depend upon utility agency records where verification.by field locarion is not possible. BRH assumes no liability for the accuracy of records or locations provided by others. Cretteral and Automobile Liability Insurance BRH, Inc. maintains General Liability Insurance for bodily injury and property damage with a limit of $1,000,000 per occurrence and $2,000,000 aggregate. Automobile Liability and Property Damage 1rlsuratrce is maintained with combined single limits of $1,000,000. Professional I_iability 13RH maintains professional liability insurance for losses arising directly from 4s negligent acts, errors or omissions with limits of $2,000,000 per occurrence and in the aggregate. Service Agreement It is BRH policy to negotiate and execute a Service Agreement setting forth actual scope of work, fees, payment terms, and general conditions prior to commencing services. Datc Rcviscd: tune 28, 2004 1AnuscVeuestl)e.c 04 O[T-\Z-04 03:47PW FROM -BUSH ROED & H|TTH|NSS INC, R. Ef (IIBI i "B" PAGE 1 OF 1 CAG-04-144 City of Renton Surveying Standards City of Renton Standard Plans cif Supplemental Specifications Section 1-11 Adopted December 16, 1996 Effective January, 21, 1997 TS SMVF_R0SYS2%MAi'=m%wwvTVca.aoc 1-11-1 2 May 2000 EXHIBIT "B" PAGE 3 OF 6 I..0 .u_I IL'- I -IUUI 1J CAG-04-144 physically reference a corner's location on the ground. MonLmcnt Any physical object or structure of record which marks or accurately references: A comer or other survey point established by or under the supervision of an individual per section 1-11.1(1) and any comer or monument established by the Geocral Land Office and its successor the Bureau of Land N nagnrncnt including section subdivisio:t comers down to and including ciao-sixtccnth corners; and Any permanently monumcnied boundary, right of way alignmtart, or horizontal and vertical control points established by any governmental agency or private surveyor including sweet intersections but excluding dependent interior lot corners. 1-11.1(6) Cor;trol or $ase Line Survey (R C) Control or Base Uric Surveys shall be established for all eoostrucrion projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtearances, signal or light poles, or any non -single family building_ Control or Base Line Suuvcys shall consist of such number of pernsncnt monuments as are required such that every strucr= may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A miairnum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Cantrol or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirernenrs of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale - North orientarion should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale ncmains legible. If rtcording of the survey with the King County Recorder is required, it *III be prepared on 18 inch by 24 inch azylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their mvicw and acceptance pet the specific rcquirerncnt5 of lh- project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing Shall be prepsrcd on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submin:d to the City of Renton. The survey drawings shall meet or exceed the requirYments of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point nmeber designation (corresponding with that in the field notes), a brief description of the point, and nar'hing- casting, and elevation (if applicable) values, all in ASCII format, on IBM PC cemparible media. 1-11.1(7) Precision Levels (RQ Venical Surveys for the establishment of bench marks shall satisfy all applicable rcquirrmcnts of section 1-05 and I-11.1. Vertical surveys for the establishment of brnch marks shall rncet or cxcred the standards, specifications and procedures of thud order elevation accuracy established by the Federal Geodetic Control Ccrumittee. Bcuch marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both rccoverablihy and posmye identification on recovery. 1-11-1(8) Radial and Station — Offset Topomphy (RC) Topographic surveys shall satisfy all applicable rcquutmcnts of section 1-11.1 hen in. All points occupied or back sighted in developing radial toporaphy or establishing baselines for station — offset topography snail meat the requirements of section 1-11.1 herein. The drawing and electronic listing requir ments set forth in section 1-11_1 herein shall be observed for all topographic surveys. 1-11-1(9) Radial Topography (RC) Elevations for the points occupied or back sigbted in a radial topograpbie survey shall be determined tither by 1) spirit leveling wide misclosure: not to exceed 0.1 feet or Federal TsS:MVI'SR//SYSZWSAPS183mkontmr�scn.doc 1-J1-5 2 May 2000 41-1C-U4 UJ:Wm tW .— : 211 LUUJ 1U' U I EXHIBIT "B" PAGE 5 OF 6 Marked or tagged with the surveyor's identification number. Monument Case and COY[r (PC) Materials shall meet the requirements of section 9-22 and Ciry of Renton Standard Plans page 11031. MII1,MiNUD 11% L 1 I 1 t-U I U-1 I I I,,.0 I I UI W 7s SERA//SYS2%jk 1 m%=nwo1Kcre-doe 1-114 I—uo I r u.'!/ i t I I I �LJ -VJU =L-4 -' . CAG-04-144 2 May 2000 CAG-04-144 RESOLUTION NO. 3229 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3 2 2 9 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job -related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7thday of October, 1996. CITY OF RENTON: �a yo r Attest: City Cler} RENTON CITY COUNCIL: Council President h:\file sys\wtr - dritling water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: Murveyor.dot/bh CAG-04-144 'tY AFFIDAVIT OF COMPLIANCE Bush, Roed & Hitchings, Inc. ( Name of contractor/subcontractor/consultant/supplier) hereby confirms and declares that I. It is Bush. Roed & Hitchings. Inc. policy to offer equal ( Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. H. Bush, Roed & Hitchings, Inc. complies with all applicable federal, ( Name of contractor/subcontractor/consultant/supplier) state and local laws governing non-discrimination in employment. 11. When applicable, Bush, Roed & Hitchings, Inc. will seek out and ( Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. f�q,r is 6" t'a '-f -'QF,- Print Agent/Representative's Name and Title A,0� J, A�:� Agent/Representative's Signature Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. h:\file sys\wtr - drinidng water utility\w1r-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t 10 FRM: Murveyor.dot/bh