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