HomeMy WebLinkAboutWTR2703638_400Qq, of
PUBLIC WORKS DEPARTMENT p
M E M O R A N D U M
DATE: July 12, 2012
TO: Gregg Zimmerman, Public Works Administrator
From: Lys L. Hornsby, Utility Systems Director
Staff Contact: Abdoul Gafour, Water Utility Supervisor, x7210
Andrew Weygandt, Water Utility Engineer, x7208
SUBJECT: Surveying Contract Agreement with Bush Roed & Hitchings,
Inc. for Base Maps for the President Park Water Main
Replacement Project (WTR-27-3638)
For your approval and signature, attached are two signed originals of the Surveying
Contract Agreement with Bush Roed & Hitchings, Inc., in the amount of $31,648.57, to
perform field survey work and to produce base maps for the City's design of the
President Park Water Main Replacement project.
The Water Utility needs to have professional surveying work to produce base maps
which will be used by in-house staff to design for the replacement of about 4,100 feet of
old 4-inch and 6-inch steel water main. The project has been scheduled to complete
installation ahead of the Transportation Maintenance Annual Street Overlay Program
overlay of NE 10th PI, NE 11th St, and NE 11th PI in the President Park neighborhood.
The Water Utility has budgeted sufficient funding in our 2012 Capital Improvement
Project budget in the Steel/AC Water Main Replacement account (#425.455170) for this
contract. Bush Roed & Hitchings, Inc. was selected from the approved 2012 Utility
Systems Annual Consultant Roster for surveying services. Risk Management has
approved the insurance documents.
Water Utility staff will prepare the project plans and specifications, and plans to
advertise the President Park Water Main Replacement project for construction in the
fall of 2012.
Please return the signed originals and we will send them to the City Clerk for execution.
Attachments
H:\File Sys\WTR - Drinking Water Uti1ity\WTR-27 - Water Project Files\WTR-27-3638 President Park Main
Replacement\Survey Contract\3638_memo-to-gregg.doc\AWtp
Denis Law City Of ' `�� o
Mayor _
Ak
w 6s
N'
Public Works Department - Gregg Zimmerman, P. E., Administrator
July 19, 2012
Mr. Jeff McManus, P.L.S.
Bush, Roed & Hitchings, Inc.
2009 Minor Avenue East
Seattle, WA 98102
RE: NOTICE TO PROCEED — 2012 PRESIDENT PARK WATER MAIN REPLACEMENT
PROJECT, CAG-12-102, WTR-27-3638
Dear Mr. McManus:
This letter is your official "Notice to Proceed" on the survey contract for the 2012
President Park Water Main Replacement Project. I have attached a signed survey
contract, dated July 17, 2012.
You are hereby notified to commence work in accordance with the contract. Please
reference City of Renton contract number CAG-12-102 on invoices.
If you have any questions, please call me at 425-430-7208.
Sincerely,
Andrew Weygandt, PE
Water Utility Project Manager
Attachment
cc: Abdoul Gafour, Water Utility Engineering Supervisor
H:\file Sys\WTR - Drinking Water Utility\WTR-27 - Water Project files\WTR-27-3638 President Park Main Replacement\Survey
Contract\3638_Notice to Proceed.doc/AWah
Renton City Hall • 1055 South Grady Way • Renton, Washington 98057 • rentonwa.gov
ACORO® C E RT I F I CAT E O F LIABILITY INSURANCEF11/29/2012
��
DATE (MM/DD/YYYY)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsements .
PRODUCER
Degginger McIntosh and Associates
3977 Harbour Pointe Blvd SW
Mukilteo WA 98275
CONTACT Renee Soderberg
g
PHONEA IN (425) 740-5200 FAX No): (425)'140-5201
E-MAIL ,renee@dmainsurance.com
INSURERS AFFORDING COVERAGE
NAIC #
INSURERA:The Travelers Indemnity Comp.
INSURED
Bush Roed & Hi tchings , Inc.
2009 Minor Ave E
Seattle WA 98102
INSURERB:Everest National Insurance Co.
INSURER C :
INSURERD:
INSURER E :
INSURER F :
COVERAGES CERTIFICATE Nt1MRFR-CL12112911548 RFVIRION NIIMRFR-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWi i HS T ANDiNG ANY REGUiREMENT, 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
ILTR
TYPE OF INSURANCE
INSR
SUER
WVD
POLICY NUMBER
POI ICY EFF
POLDICEXP
YDfYYYYI
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
$ 1,000,000
X COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTED
PREMISES Ea occurrence
$ 1,000,000
A
CLAIMS -MADE a OCCUR
X
X
680-8833MO59
12/5/2012
12/5/2013
MED EXP (Any one person)
$ 10,000
PERSONAL & ADV INJURY
$ 1,000,000
X Separation of Insureds
X
Incl. Contractual Liab.
GENERAL AGGREGATE
$ 2,000,000
GE N'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
POLICY X PRO LOC
$
AUTOMOBILE
LIABILITY
(CEO, a.,d.D(SINGLE LIMIT
1,000,000
X
BODILY INJURY (Per person)
$
A
ANY AUTO
BODILY INJURY (Per accident)
$
ALL OWNED SCHEDULED
X
X
-8833M705
12/5/2012
12/5/2013
AUTOS AUTOS
X
PROPERTY DAMAGE
Per accident
$
X NON -OWNED
HIRED AUTOS AUTOS
Comp/Collision Deductible
$ 500 1 000
X
UMBRELLA LIAR
OCCUR
EACH OCCURRENCE
$ 5,000,000
M
AGGREGATE
$ 5,000,000
A
EXCESS LIAB
CLAIMS -MADE
DED X RETENTION$ 10,000
$
X
X
SM-CUP-181OT269
12/5/2012
12/5/2013
A
WORKERS COMPENSATION
WC STATU- X OTH-
I ER
AND EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT
$ 1,000,000
OFFICERIMEMBER EXCLUDED? ❑
(Mandatory in NH)
N 1 A
B3121909
4/20/2012
4/20/2013
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT
$ 1,000,000
B
Professional Liability
79AE001829-121
12/5/2012
12/5/2013
Each Claim $2 , 000 , 000
Retention $25,000
Retroactive Date:2/15/72
Aggregate $2,000,000
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required)
Re: Project No. WTR-27-3638
Name of Project: 2012 President Park Main Replacement Project
City of Renton Public works is included as Additional Insured per attached form CGD379(0907) with respect
to any and all operations of the Named Insured. Coverage includes a Waiver of Subrogation and Per
Project Aggregate per same form, and is Primary and Non -Contributory per attached form CGD037(0405). All
endorsements apply per required Written Contract.
CERTIFICATE HOLDER CANCELLATION
R E! \ /� SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
�/ THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
City of Renton Public Works ACCORDANCE WITH THE POLICY PROVISIONS.
1055 S . Grady Way DEC 10 2012 AUTHORIZED REPRESENTATIVE
5th Floor
Renton, WA 98057 CITY OF RENTC:lI
UTILITY � David Tyner, III/BQ
AGURD 25 (2010105) U 1938-2010 AGURD GORPORATION. All rights reserved.
INS025(201005).01 The ACORD name and loco are registered marks of ACORD
D Q City of
EXECUTIVE DEPARTMENT
M E M O R A N D U M
DATE: July 18, 2012
TO: Andrew Weygandt, PW-Utility Systems
FROM: Cindy Moya, Records Management Specialist
SUBJECCAG-12-102— Bush, Roed & Hitchings, inc.
The attached document has been fully executed and is being returned to you. Please
transmit the original to the contractor and retain a copy for your file. The City Clerk has
retained an original for the file.
Thank you!
RECEIVED
J U L 19 2012
CITY OF RENTON
UTILITY SYSTEMS
hArecords specialist\correspondence & memos - cindy\contract - fully executed.doc
S1-2009
SURVEYING
SERVICES AGREEMENT
CAG-12-102
THIS AGREEMENT, made and entered into on this /7'0' , day of 01; by and between the CITY OF
RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CHE "CITY," and the consulting firm
Bush, Roed and Hitchings, Inc. whose address is, 2009 Minor Ave E, Seattle, WA 98102 at which work will be
available for inspection, hereinafter called the "SURVEYOR."
PROJECT NAME: Surveying Services for Base Maps for the 2012 President Park Water Main Replacement Project
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 terms 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 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
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.
L:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contra ct.doc\tjp
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 Billing
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.
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.
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.
L:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
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.
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.
L:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
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, sexual orientation, 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.
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 city may elect to terminate this contract, but if not so
terminated, 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.
L:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
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.
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.
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.
XII
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 Administrator of the Public Works Department 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.
XIII
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.
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.
L:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
The City of Renton shall be named as an "additional insured" on the contractor's policy with that coverage being
primary and non-contributory to any other policy(ies) available to the City. 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.
It is further specifically and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall
survive the expiration or termination of this agreement.
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.
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
l:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
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
July 9, 2012
Signature Date
Darrell C. Nance
type or print name
Principal
Title
CITY OF RENTON
4
Gregg Al I 9>Kerman, P.E., Administrator Date
City of Renton Public Works Department
L:\Job-nos\2012080\Surveying\Contracts-COAW\07-06-12 3638_Survey for Signature Replacement.doc\tjp S I -2
EXHIBIT A
SCOPE OF WORK
City of Renton
Project No. WTR-27-3638
Name of Project: 2012 President Park Main Replacement Project
Scope of Work
I. DESCRIPTION OF PROPOSED WORK — See attached proposal letter dated June 19, 2012 (Exhibit
Al)
II. ESTIMATE OF HOURS AND COST— See attached, next page.
III. SCHEDULE FOR COMPLETION OF AUTHORIZED WORK
IV. ADDITIONAL ITEMS TO BE FURNISHED BY THE CONSULTANT
SUMMARY OF FEE FOR ENGINEERING SERVICES
DirectSalary Cost.......................................................................................................................... $10,192.24
Overhead Cost (including
payroll additives.................................................................................166.06 % $16,637.95
Sub -Total $26,830.19
NetFee............................................................................................................. 30 % $4,991.38
Direct Non -Salary Costs:
a. Travel and per diem ............................................... $
b. Reproduction expenses ......................................... $
c. Computer expense ................................................. $
d. Outside consultants ............................................... $
e. Other (specify)....................................................... $
Total
$ 0.00
Sub Total $0
GRAND TOTAL $ 31,648.57
If you concur in this Scope of Work Authorization and agree to the items as stated above, please sign in the
appropriate spaces below and return to this office for final action.
L:\Job-nos\2012080\Surveying\Contracts-CCAW\3638_Survey Contract.doc\tjp
BUSH, ROED & HITCHINGS, INC.
2009 MINOR AVE E
SEATTLE, WA 98102
EXHIBIT A
Estimate of Hours and Cost
City of Renton Project #WTR-27-3638
2012 President Park Main Replacement Project
DIRECT
OVERHEAD
SALARY COST
RATE
NET
FEE
BILLING
HOURS
TOTAL
100%
166.06%
30%
RATE
CLASSIFICATION
wsdot
PROJECT MANAGER (PLS)
$
33.50
$
55.63
$
16.69
$
105.82
26.00
2,751.30
SURVEY CAD TECHNICIAN
$
33.99
$
56.44
$
16.93
$
107.37
80.00
8,589.35
RESEARCH TECHNICIAN
$
25.91
$
43.03
$
12.91
$
81.84
12.00
982.13
ADMINISTRATION
$
25.91
$
43.03
$
12.91
$
81.84
12.00
982.13
SURVEY PARTY CHIEF
$
30.32
$
50.35
$
15.10
$
95.77
96.00
9,194.32
SURVEY TECHNICIAN
$
17.00
$
28.23
$
8.47
$
53.70
96.00
5,155.13
UTILITY LOCATOR
$
22.58
$
37.50
$
11.25
$
71.33
56.00
3,994.21
31,648.57
EXHIBIT A (cont.)
SCOPE OF WORK
City of Renton
Project No. WTR-27-3638
Name of Project: 2012 President Park Main Replacement Project
The maximum amount payable under this work authorization inclusive of all fees and other costs is $ 31,648.57
Direct Salary Cost
Overhead
(including Payroll
additives)
Direct Non -Salary Costs
Net Fee
Total
Surveyor's Signature
SUMMARY OF PAYMENTS UNDER WORK AUTHORIZATIONS
Prior Scope of Work
Scope of Work Authorization
Authorizations No. Total
Approving Authority
Date of Authorization:
L:\Job-nos\2012080\Surveying\Contracts-COAW\07-12-12 3638_Survey Contra ct.doc\tj p
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 4085
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 their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental 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) 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 by City policy.
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, this7th day of
March , 2011 .
CITY&RENTON n
L,06�11
_/�
Denis Law, Mayor
Attest:
Bonnie I. Walton, City Clerk
D sty of
RENTON CITY COUNCIL
uncil Pr sident
SEAL)*
2 7C ,>a
L\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
Bush, Roed & Hitchings, Inc. hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
I. It is the policy of the above -named contractor/subcontractor/consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status; or
veteran's status.
II. The above -named contractor/subcontractor/consultant complies with all applicable federal, state
and local laws governing non-discrimination in employment.
III. When applicable, the above -named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Darrell C. Nance
Print Agent/Representative's Name
Princioal
Print Agent/Representative's Title
Agent/Repres tative's Signature
July 9, 2012
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
supplier. Include or attach this documents) with the contract.
L:\Job-nos\2012080\Surveying\Contracts-COAW\07-06-12 3638_Survey for Signature Replacement.doc\tjp S i -2
EXHIBIT "Al"
VIA EMAIL
June 19, 2012
Mr. Andrew Weygandt
City of Renton Public Works
1055 South Grady Way, Fifth Floor
Renton, WA 98057
Re: Proposed Land Survey Services — Topographic Survey
Vicinity of Monroe Avenue NE & NE 11 `h Street
President Park Water Main Replacement (See Exhibit "A")
Renton, King County, Washington
Dear Mr. Weygandt,
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:
Control & Datum
► Project boundary will be calculated with bearings and distances shown on the drawing.
► Street centerlines and rights -of -way will be calculated with bearings and distances shown
on the drawing.
► Bearings of cross -streets will be calculated and shown.
► City of Renton vertical datum (NAVD 88) will be used. A minimum of eight on -site
benchmarks will be set.
► City of Renton horizontal datum (NAD 83/91) will be used.
EXHIBIT "Al"
Topography
► All surface improvements, pavements, sidewalks, stairs, walls, fencing, signs and parking
stalls will be located and shown.
► Exterior building foot prints will be shown along with overhangs, canopies, stairwells and
recessed building entries. Building addresses will be shown.
► Existing street channelization will be shown with lane stripes and traffic arrows.
► Full Spot elevations will be shown at 50 foot intervals in the streets to the centerline. Spot
elevations will be taken at roadway crowns, lane stripes, edge of parking lanes, flow lines
and top of curbs. Spot elevations will indicate existing curb heights.
► Spot elevations will be shown to approximately 0.01 feet. One foot contour intervals will
be shown.
► Topography will differentiate between various surface pavements and will show where
pavement changes occur (concrete to asphalt, asphalt to brick, etc.).
► All trees greater than 8-inches in diameter will be located and shown. Areas of shrubbery
will be outlined and shown.
Utilities
► Existing utility poles, wires, bus wires, guy wires and overhead wire crossings will be
shown.
► All surface utility features such as rims, grates and vaults will be shown. Water valve rim
elevations and nut elevations will be shown.
► All below grade utilities, including pipe types and sizes, rim and invert elevations, will be
shown if record of their existence is found.
► 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.
► We will detect and show existing traffic signal loops, where possible.
► All City of Renton project specifications and requirements will be satisfied as shown on
Exhibit `B."
EXHIBIT "Al"
Deliverables
The final survey drawing will be drafted in AutoCAD Map 2009. City of Renton drafting
standards will be used (See Exhibit "B").
The electronic files will be made available on our FTP site for downloading.
Hard copy plots will be delivered upon final approval.
Fees
Our fees to provide this service will be $31,648.57.
Value
BRH understands that a successful project starts with a strong survey drawing as a foundation.
The product that we create is not just a drawing but a functional electronic file. From our long
experience in the Puget Sound region, we understand the requirements of various local
jurisdictions. We also embrace the needs of the design team to receive complete mapping of
detectable underground utilities and proper coverage of surface features extending beyond the
project limits.
Please consider the value you get with a BRHsurvey — our experience produces more than a
map.
Schedule
We will complete and deliver the final drawing within six weeks of authorization to proceed.
Professional Responsibility
The survey we are proposing to provide will be based on actual, on -the -ground, field
measurements and observations. Pursuant to National ALTA/ACSM standards and Washington
state law, BRH certifies that all mapping information presented in the survey will be solely the
work of BRH personnel, based on information acquired on -site by BRH personnel and record
information researched by BRH personnel. The survey will not be produced by 1) relying on
mapping obtained by a 3Td party, 2) copying or tracing existing mapping by others, or 3) utilizing
internet-based mapping.
EXHIBIT "Al"
Insurance
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. Unless accepted, the terms of this proposal will expire
within 60 days of the above date.
We appreciate the opportunity to submit this proposal and are looking forward to working with
you on this project. We will be contacting you soon to answer any questions.
Sincerely,
BUSH, ROED & HITCHINGS, INC.
/evy
cManus, P.L. S.
sion Manager / Principal
JJM/cd
Enclosure
EXHIBIT "Al"
EXHIBIT "Al"
SCOPE:
Perform a site survey to identify and map the surface features and existing utilities in the project area. The survey will
be used to design and construct the proposed 8-inch and 10-inch water main improvements. The surveying work shall
include the following information with the final project deliverables:
a. Contours, spot elevations, and surface features in the potential project area.
b. Locating pavement, curb and gutter, sidewalks, structures, bridge, and other private utilities driveways, landscaping,
vaults, building footprints, street lights, power poles, large trees (over 8") and other surface features within the
project area.
c. Existing City utilities such as water, sewer and storm systems including: water valve rim and nut elevations, water
meter locations, hydrants, water vault locations, sewer and storm manhole and catch basin rim elevations, pipe
sizes and invert elevations of all pipes in manholes and catch basins.
d. Private Utility locations including, but not limited to, natural gas, electrical power, telecommunications (telephone,
fiber optic, cable system, etc.), and others within the project area. Information shall be obtained from visible
surface locations, existing site plans, utility location markings through Gray & Osborne's request to the one -call
utility locate, and information gathered by the surveyor from the private utilities companies. Any existing fiber optic
locations shall show its vertical elevation and any bends determined both horizontally and vertically. (Note: The
vertical depth of fiber optic line(s) may be determined by lifting the Qwest manhole and determining the depth.)
e. Identify right-of-way lines, and right-of-way centerline for project design and construction. The location of the ROW
centerline may need to be established by the surveyor from City benchmarks and plat maps. Identify property lines,
easement lines, and property line and easement information within or adjacent to the project.
f. Surveying for site investigations such as soil borings, test pits, and utility potholing (if necessary).
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:
Draft GeoSpatial Positioning Accuracy Standards for the National Spatial Data Infrastructure by the Federal
Geographic Data Subcommittee, December 1996.
All pertinent Washington State legislation, e.g. Chapter 58 of the Revised Code of Washington (RCW).
All pertinent sections of the Washington State Administrative Code (WAC), e.g. Chapters 332 WAC,
Deliverables:
1. Surveyed base map meeting the requirements of the 2004 City of Renton Drafting Standards. The City layering
system will be used. The Surveyor shall provide a draft paper copy (24"x 36") and electronic file (AutoDesk Map 2009,
Civil 3D 2010, or other approved version) of the base map survey for review and comment by the City. After approval, a
final paper copy at 1"=20' scale and an electronic copy will be provided. The paper copy will be stamped and signed by a
Surveyor (PLS) registered in the_State of Washington.
EXHIBIT ' A2"
BUSH, ROED & HITCHINGS, INC.
Standard Schedule of Charges and General Conditions - Effective to December 31, 2012
Fee Schedule
Archivist
$50/Hr.
1 person field crew
8041r.
Clerical
50/Hr.
2 person field crew
156/Hr.
Drafter
80/11r.
3 person field crew
20341r.
Research Technician
87/Hr.
2 person hazardous materials crew
203/11r.
Field Representative
80/Hr.
Overtime
1.35 x rates
Utility Locator
77/11r.
Surveying Coordinator
98/Hr.
Survey CAD Technician
90/Hr.
DIRECT NON -SALARIED COSTS
Engineering CAD Technician
84/Hr.
3-1) Laser Scanner
40/11r.
Sr. Engineering CAD Designer
109/Hr.
Vehicle per diem charge
20/Day
Surveyor (PLS)
108/Hr.
Mileage
.555/Mile
Engineer (PE)
114/Hr.
Job related expense
Cost plus 10%
Project Manager (PE, PLS)
115/Hr.
Non -account related prints
$50 minimum
Sr. Project Manager (PE, PLS)
135Br.
Non -account related data file transfer
$50 minimum
Principal
165/11r.
Per Diem — Personnel
$125/Day
Expert Witness (PLS, PE)
19041r.
Payment Terms
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
attorney's fees, as may be required, will be added to the account.
Right -of -Entry and Boundary Line 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 such 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
location is not possible. BRH assumes no liability for the accuracy of records or locations provided by
others.
General 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
Insurance is maintained with combined single limits of $1,000,000.
Professional Liability
BRH 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.
Date Revised: June 27, 2012
1:\tnisc\rates\Dec 2012
B Bush, Roed & Hitchings, Inc.
VIA EMAIL,
June 19, 2012
Mr. Andrew Weygandt
City of Renton Public Works
1055 South Grady Way, Fifth Floor
Renton, WA 98057
Re: Proposed Land Survey Services — Topographic Survey
Vicinity of Monroe Avenue NE & NE 11`h Street
President Park Water Main Replacement (See Exhibit "A")
Renton, King County, Washington
Dear Mr. Weygandt,
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:
Control & Datum
► Project boundary will be calculated with bearings and distances shown on the drawing.
► Street centerlines and rights -of -way will be calculated with bearings and distances shown
on the drawing.
► Bearings of cross -streets will be calculated and shown.
► City of Renton vertical datum (NAVD 88) will be used. A minimum of eight on -site
benchmarks will be set.
► City of Renton horizontal datum (NAD 83/91) will be used.
BRH - Land Surveyors & Civil Engineers
2009 Minor Avenue East, Seattle, WA 98102-3513
Phone: (206) 323-4144 / (800) 935-0508. Fax: (206) 323-7135, Internet: www.brhinc.com
CITY OF RENTON PUBLIC WORKS Bush, Roed & Hitchings, Inc.
Mr. Andrew Weygandt
June 19, 2012
Page 2
► All surface improvements, pavements, sidewalks, stairs, walls, fencing, signs and parking
stalls will be located and shown.
► Exterior building foot prints will be shown along with overhangs, canopies, stairwells and
recessed building entries. Building addresses will be shown.
No. Existing street channelization will be shown with lane stripes and traffic arrows.
P. Full Spot elevations will be shown at 50 foot intervals in the streets to the centerline. Spot
elevations will be taken at roadway crowns, lane stripes, edge of parking lanes, flow lines
and top of curbs. Spot elevations will indicate existing curb heights.
IN. Spot elevations will be shown to approximately 0.01 feet. One foot contour intervals will
be shown.
► Topography will differentiate between various surface pavements and will show where
pavement changes occur (concrete to asphalt, asphalt to brick, etc.).
► All trees greater than 8-inches in diameter will be located and shown. Areas of shrubbery
will be outlined -and shown.
Utilities
► Existing utility poles, wires, bus wires, guy wires and overhead wire crossings will be
shown.
► All surface utility features such as rims, grates and vaults will be shown. Water valve rim
elevations and nut elevations will be shown.
► All below grade utilities, including pipe types and sizes, rim and invert elevations, will be
shown if record of their existence is found.
► 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.
► We will detect and show existing traffic signal loops, where possible.
► All City of Renton project specifications and requirements will be satisfied as shown on
Exhibit "B."
CITY OF RENTON PUBLIC WORKS Bush. Roed & Hitchings, Inc.
Mr. Andrew Weygandt
June 19, 2012
Page 3
Deliverables
► The final survey drawing will be drafted in AutoCAD Map 2009. City of Renton drafting
standards will be used (See Exhibit `B").
The electronic files will be made available on our FTP site for downloading.
► Hard copy plots will be delivered upon final approval.
Fees
Our fees to provide this service will be $31,610.
Value
BRH understands that a successful project starts with a strong survey drawing as a foundation.
The product that we create is not just a drawing but a functional electronic file. From our long
experience in the Puget Sound region, we understand the requirements of various local
jurisdictions. We also embrace the needs of the design team to receive complete mapping of
detectable underground utilities and proper coverage of surface features extending beyond the
project limits.
Please consider the value you get with a BRH survey — our experience produces more than a
map.
Schedule
We will complete and deliver the final drawing within six weeks of authorization to proceed.
Professional Responsibility
The survey we are proposing to provide will be based on actual, on -the -ground, field
measurements and observations. Pursuant to National ALTA/ACSM standards and Washington
state law, BRH certifies that all mapping information presented in the survey will be solely the
work of BRH personnel, based on information acquired on -site by BRH personnel and record
information researched by BRH personnel. The survey will not be produced by 1) relying on
mapping obtained by a 3'a party, 2) copying or tracing existing mapping by others, or 3) utilizing
internet-based mapping.
CITY OF RENTON PUBLIC WORKS
Mr. Andrew Weygandt
June 19, 2012
Page 4
Insurance
Bush, Roed & Hitchings, Inc
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. Unless accepted, the terms of this proposal will expire
within 60 days of the above date.
We appreciate the opportunity to submit this proposal and are looking forward to working with
you on this project. We will be contacting you soon to answer any questions.
Sincerely,
BUSH, ROED & HITCHINGS, INC.
/eyy
cManus, P.L.S.
ision Manager / Principal
JJM/cd
Enclosure
EXHIBIT "A"
IWAVr111IN:111111
SCOPE:
Perform a site survey to identify and map the surface features and existing utilities in the project area. The survey will
be used to design and construct the proposed 8-inch and 10-inch water main improvements. The surveying work shall
include the following information with the final project deliverables:
a. Contours, spot elevations, and surface features in the potential project area.
b. Locating pavement, curb and gutter, sidewalks, structures, bridge, and other private utilities driveways, landscaping,
vaults, building footprints, street lights, power poles, large trees (over 8") and other surface features within the
project area.
c. Existing City utilities such as water, sewer and storm systems including: water valve rim and nut elevations, water
meter locations, hydrants, water vault locations, sewer and storm manhole and catch basin rim elevations, pipe
sizes and invert elevations of all pipes in manholes and catch basins.
d. Private Utility locations including, but not limited to, natural gas, electrical power, telecommunications (telephone,
fiber optic, cable system, etc.), and others within the project area. Information shall be obtained from visible
surface locations, existing site plans, utility location markings through Gray & Osborne's request to the one -call
utility locate, and information gathered by the surveyor from the private utilities companies. Any existing fiber optic
locations shall show its vertical elevation and any bends determined both horizontally and vertically. (Note: The
vertical depth of fiber optic line(s) may be determined by lifting the Qwest manhole and determining the depth.)
Identify right-of-way lines, and right-of-way centerline for project design and construction. The location of the ROW
centerline may need to be established by the surveyor from City benchmarks and plat maps. Identify property lines,
easement lines, and property line and easement information within or adjacent to the project.
f. Surveying for site investigations such as soil borings, test pits, and utility potholing (if necessary).
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.
Deliverables:
1. Surveyed base map meeting the requirements of the 2004 City of Renton Drafting Standards. The City layering
system will be used. The Surveyor shall provide a draft paper copy (24"x 36") and electronic file (AutoDesk Map 2009,
Civil 3D 2010, or other approved version) of the base map survey for review and comment by the City. After approval, a
final paper copy at 1"=20' scale and an electronic copy will be provided. The paper copy will be stamped and signed by a
Surveyor (PLS) registered in the.State of Washington.
51-2009
SURVEYING
SERVICES AGREEMENT
THIS AGREEMENT, made and entered into on this 20th, day of June,2012, by and between the CITY OF RENTON,
WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and the consulting firm Bush, Roed
& Hitchings, Inc., whose address is, 2009 Minor Avenue East, Seattle, WA 98102 at which work will be available for
inspection, hereinafter called the "SURVEYOR."
PROJECT NAME: 2012 President Park Main Replacement Project
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 terms 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 ll.
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
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.
L:\1ob-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tip
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 Billing
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.
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.
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.
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."
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.
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.
L:\job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
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 clairns 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, clairns 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.
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.
L:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\yp
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, sexual orientation, 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 city may elect to terminate this contract, but if not so
terminated, 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.
L:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
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.
XI►
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 Administrator of the Public Works Department 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.
XIII
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, dernands 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.
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.
L:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
The City of Renton shall be named as an "additional insured" on the contractor's policy with that coverage being
primary and non-contributory to any other policy(ies) available to the City. 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.
It is further specifically and expressly understood that the indemnification provided herein constitute the
contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this
indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall
survive the expiration or termination of this agreement.
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.
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
L:\Job-nos\2012080\Surveying\Contracts COAW\3638__Survey Contract.doc\ttp
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.
CONSUL
June 20, 2012
CITY OF RENTON
nature Date Mayor
Jeffrey J. McManus
type or print name
Principal
Title
ATTEST:
Bonnie I. Walton, City Clerk
Date
L:\Job-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract. doc\typ
EXHIBIT A
SCOPE OF WORK
City of Renton
Project No. WTR-27-3638
Name of Project: 2012 President Park Main Replacement Project
Scope of Work
I. DESCRIPTION OF PROPOSED WORK — See attached proposal letter dated June 19, 2012 (Exhibit
Al)
II. ESTIMATE OF HOURS AND COST — See attached, next page.
III. SCHEDULE FOR COMPLETION OF AUTHORIZED WORK
IV. ADDITIONAL ITEMS TO BE FURNISHED BY THE CONSULTANT
SUMMARY OF FEE FOR ENGINEERING SERVICES
DirectSalary Cost..........................................................................................................................$10,192.24
Overhead Cost (including
payroll additives................................................................................. 166.06 % $16,637.95
Sub -Total $26,830.19
NetFee.............................................................................................................30% $4,991.38
Direct Non -Salary Costs
a. Travel and per diem ............................................... $
b. Reproduction expenses ......................................... $
C. Computer expense ................................................. $
d. Outside consultants ............................................... $
e. Other (specify)....................................................... $
Total
$ 0.00
Sub Total $0
GRAND TOTAL $ 31,648.57
If you concur in this Scope of Work Authorization and agree to the items as stated above, please sign in the
appropriate spaces below and return to this office for final action.
L:\1ob-nos\2012080\Surveying\Contracts-COAW\3638_Survey Contractdoc\tjp
BUSH. ROED & HITCHINGS, INC
2009 MINOR AVE E
SEATTLE, WA 98102
EXHIBIT A
Estimate of Hours and Cost
City of Renton Project #WTR-27-3638
2012 President Park Main Replacement Project
DIRECT
OVERHEAD
SALARY COST
RATE
NET
FEE
BILLING
HOURS
TOTAL
100011,
166.06%
30` .
RATE
CLASSIFICATION
wsdot
PROJECT MANAGER (PLS)
S
33.50
$
55.63
$
16.69
$
10582
26.00
2,751.30
SURVEY CAD TECHNICIAN
S
33.99
$
56.44
$
16.93
$
107.37
80.00
8,589.35
RESEARCH TECHNICIAN
$
25.91
$
43.03
$
12.91
S
81.84
1200.
982.13
ADMINISTRATION
S
25.91
S
43.03
$
12.91
$
81.84
12.00
982.13
SURVEY PARTY CHIEF
S
30.32
$
50.35
$
15.10
S
95.77
9600
9,194.32
SURVEY TECHNICIAN
S
17.00
$
28.23
$
8.47
S
53.70
96.00
5,155,13
UTILITY LOCATOR
$
22.58
$
37.50
$
11.25
$
71.33
56.00
3,994.21
31,648.57
EXHIBIT A (cont.)
SCOPE OF WORK
City of Renton
Project No. WTR-27-3638
Name of Project: 2012 President Park Main Replacement Project
The maximum amount payable under this work authorization inclusive of all fees and other costs is $ 31,610.
Direct Salary Cost
Overhead
(including Payroll
additives)
Direct Non -Salary Costs
Net Fee
Total
Surveyor's Signature
SUMMARY OF PAYMENTS UNDER WORK AUTHORIZATIONS
Prior Scope of Work
Scope of Work Authorization
Authorizations No. Total
Approving Authority
Date of Authorization:
i :\)ob-nos\2012080\Surveying\Contracts-COAW\3638 Survey Contract.doc\tjp
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION N0. 408
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 their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; HIV/AIDS and Hepatitis C status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental 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 or 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 organisations and commissions
organized to promote fair practices and equal opportunity in employment.
(3) 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 by City policy.
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 7 th day of
March 12011.
CITY O RENTON
Denis Law, Mayor
Attest:
Bonnie I. Walton, City Clerk
RENTON CITY COUNCIL
until Pr sident
S1 A,L
s C .fl
L•\lob nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
Jeffrey J. McManus, Principal hereby confirms and declares that:
(Name of contractor/subcontractor/consultant)
It is the policy of the above -named contractor/subcontractor/consultant, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status; or
veteran's status.
II. The above -named contractor/subcontractor/consultant complies with all applicable federal, state
and local laws governing non-discrimination in employment.
III. When applicable, the above -named contractor/subcontractor/consultant will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Jeffrey J. McManus
Print Agent/Rep respjtative's Name
Principal
Print Agen
esentative's Title
Agent/f(/presentative's Signature
June 20, 2012
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or
supplier. Include or attach this document(s) with the contract.
L:\Job nos\2012080\Surveying\Contracts-COAW\3638_Survey Contract.doc\tjp
EXHIBIT "Al"
VIA EMAIL
June 19, 2012
Mr. Andrew Weygandt
City of Renton Public Works
1055 South Grady Way, Fifth Floor
Renton. WA 98057
Re: Proposed Land Survey Services — Topographic Survey
Vicinity of Monroe Avenue NE & NE I 1 ``' Street
President Park Water Main Replacement (See Exhibit "A")
Renton, King County, Washington
Dear Mr. Weygandt.
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:
Control & Datum
Project boundary will be calculated with bearings and distances shown on the drawing.
Street centerlines and rights -of -way will be calculated with bearings and distances shown
on the drawing.
► Bearings of cross -streets will be calculated and shown.
City of Renton vertical datum (NAVD 88) will be used. A minimum of eight on -site
benchmarks will be set.
► City of Renton horizontal datum (NAD 83/91) will be used.
EXHIBIT "Al"
TopoerBphy
All surface improvements, pavements, sidewalks, stairs, walls, fencing, signs and parking
stalls will be located and shown.
► Exterior building foot prints will be shown along with overhangs, canopies, stairwells and
recessed building entries. Building addresses will be shown.
► Existing street channelization will be shown with lane stripes and traffic arrows.
► Full Spot elevations will be shown at 50 foot intervals in the streets to the centerline. Spot
elevations will be taken at roadway crowns, lane stripes, edge of parking lanes, flow lines
and top of curbs. Spot elevations will indicate existing curb heights.
Spot elevations will be shown to approximately 0.01 feet. One foot contour intervals will
be shown.
► Topography will differentiate between various surface pavements and will show where
pavement changes occur (concrete to asphalt, asphalt to brick, etc.).
► All trees greater than 8-inches in diameter will be located and shown. Areas of shrubbery
will be outlined and shown.
Utilities
► Existing utility poles, wires, bus wires, guy wires and overhead wire crossings will be
shown.
► All surface utility features such as rims, grates and vaults will be shown. Water valve rim
elevations and nut elevations will be shown.
► All below grade utilities, including pipe types and sizes, rim and invert elevations, will be
shown if record of their existence is found.
► 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.
► We will detect and show existing traffic signal loops, where possible.
► All City of Renton project specifications and requirements will be satisfied as shown on
Exhibit "B."
EXHIBIT "Al"
Deliverables
The final survey drawing will be drafted in AutoCAD Map 2009. City of Renton drafting
standards will be used (See Exhibit "B").
The electronic files will be made available on our FTP site for downloading.
Hard copy plots will be delivered upon final approval.
Fees
Our fees to provide this service will be $31,610.
Value
BRH understands that a successful project starts with a strong survey drawing as a foundation.
The product that we create is not just a drawing but a functional electronic file. From our long
experience in the Puget Sound region, we understand the requirements of various local
jurisdictions. We also embrace the needs of the design team to receive complete mapping of
detectable underground utilities and proper coverage of surface features extending beyond the
project limits.
Please consider the value you get with a BRH survey - our experience produces more than a
map.
Schedule
We will complete and deliver the final drawing within six weeks of authorization to proceed.
Professional Responsibility
The survey we are proposing to provide will be based on actual, on -the -ground, field
measurements and observations. Pursuant to National ALTA/ACSM standards and Washington
state law, BRH certifies that all mapping information presented in the survey will be solely the
work of BRH personnel, based on information acquired on -site by BRH personnel and record
information researched by BRH personnel. The survey will not be produced by 1) relying on
mapping obtained by a Yd party, 2) copying or tracing existing mapping by others, or 3) utilizing
intemet-based mapping.
EXHIBIT "Al"
Insurance
The activities of Bush, Roed & Hitchings, Inc. are insured for both commercial general liability
and professional liability. Conunercial 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. Unless accepted, the terms of this proposal will expire
within 60 days of the above date.
We appreciate the opportunity to submit this proposal and are looking forward to working with
you on this project. We will be contacting you soon to answer any questions.
Sincerely,
BUSH, ROED & HITCHINGS, INC.
011
/eyy
cManus, P.L.S.
sion Manager / Principal
JJM/cd
Enclosure
EXHIBIT "Al"
EXHIBIT "All"
SCOPE:
Perform a site survey to identify and map the surface features and existing utilities in the project area. The survey will
be used to design and construct the proposed 8-inch and 10 inch water main improvements. The surveying work shall
include the following information with the final project deliverables:
a. Contours, spot elevations, and surface features in the potential project area.
b Locating pavement, curb and gutter, sidewalks, structures, bridge, and other private utilities driveways, landscaping,
vaults, building footprints, street lights, power poles, large trees (over 8") and other surface features within the
project area.
c. Existing City utilities such as water, sewer and storm systems including: water valve rim and nut elevations, water
meter locations, hydrants, water vault locations, sewer and storm manhole and catch basin rim elevations, pipe
sizes and invert elevations of all pipes in manholes and catch basins.
d. Private Utility locations including, but not limited to, natural gas, electrical power, telecommunications (telephone,
fiber optic, cable system, etc.), and others within the project area. Information shall be obtained from visible
surface locations, existing site plans, utility location markings through Gray & Osborne's request to the one-ca!I
utility locate, and information gathered by the surveyor from the private utilities companies. Any existing fiber optic
locations shall show its vertical elevation and any bends determined cloth horizontally and vertically (Note: The
vertical depth of fiber optic !ine(s) may be determined by lifting the Qwest manhole and determining the depth.)
e. Identify right-of-way lines, and right-of-way centerline fo, project design and construction. The location of the ROW
centerline may need to be established by the surveyor from City benchmarks and plat maps. identify property lines,
easement lines, and property line and easement information within or adjacent to the project.
f Surveying for site investigations such as soil borings, test pits, and utility potholing (if necessary).
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:
Draft GeoSpatial Positioning Accuracy Standards for the National Spatial Data Infrastructure by the Federal
Geographic Data Subcommittee, Decernber 1996.
All pertinent Washington State legislation, e.g. Chapter 58 of the Revised Code of Wash ngton (RCW)
All pertinent sections of the Washington State Administrative Code (WAC), e.g. Chapters 332 WAC.
Deliverables:
1. Surveyed base map meeting the requirements of the 2004 C;ty of Renton Drafting Standards. The City layering
system will be used- The Surveyor shall provide a draft paper copy (24"x 36") and electronic file (AutoDesk Map 2009,
Civil 3D 2010, or other approved version) of the base map survey for review and comment by the City. After approval, a
final paper copy at 1"=20' scale and an electronic copy will be prov'ded. The paper copy will be stamped and signed by a
Surveyor (PLS) registered in the_State of Washington.
EXHIBIT "A2"
BUSH, ROED & HITCHINGS, INC.
Standard Schedule of Charges and General Conditions - Effective to December 31, 2012
Fee Schedule
Archivist
s50/Hr.
I person field crew
80/11r.
Clerical
50/Hr.
2 person field crew
156111r.
Drafter
80/Hr.
3 person field crew
203/Hr.
Research Technician
87/Hr.
2 person hazardous materials crew
203Mr.
Field Representative
80/Hr.
Overtime
1.35 x rates
Utility Locator
77fHr.
Surveying Coordinator
98/Hr.
Survey CAD Technician
90/Hr.
DIRECT NON -SALARIED COSTS
Engineering CAD Technician
84/Hr.
3-D Laser Scanner
40/Hr.
Sr. Engineering CAD Designer
109/Hr.
Vehicle per diem charge
20/Day
Surveyor (PLS)
108/Hr.
Mileage
.555/Mile
Engineer (PE)
114/Hr.
Job related expense
Cost plus 10%
Project Manager (PE. PLS)
I I5/Hr.
Non -account related prints
S50 minimum
Sr. Project Manager (PE. PLS)
135/Hr,
Non -account related data file transfer
S50 minimum
Principal
165/Hr.
Per Diem - Personnel
$125/Day
Expert Witness (PLS, PE)
190/Hr.
Pavment Terms
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
attorney's fees, as may be required, will be added to the account.
Right -of -Entry and Boundary Line 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 such 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
location is not possible. BRH assumes no liability for the accuracy of records or locations provided by
others.
General 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
Insurance is maintained with combined single limits of $1,000,000.
Professional Liability
BRH maintains professional liability insurance for losses arising directly from its negligent acts, errors or
omissions with limits of S2,000,000 per occurrence and in the aggregate.
Service Aareerricrit
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.
Date Revised: June 27. 2012
1An2isctrates\Dec 2012
PUBLIC WORKS DEPARTMENT o City of r
M E M O R A N D U M
DATE: 2 l
E �
DATE: February 28, 2013
TO: Gregg Zimmerman, PW Administrator
FROM: Lys Hornsby, Utility Systems Director S I
STAFF CONTACT: Abdoul Gafour, Water Utility Engineering Supe l'sor, x7210
Andrew Weygandt, Water Utility Engineer, x7208
SUBJECT: Addendum No. 1 to CAG-13-024, 2013 Water Main
Replacement Project with Bush, Roed, and Hitchings, Inc.
Attached for your signature are two originals of Addendum No. 1 to CAG-13-024 for the
2013 Water Main Replacement Project, with Bush, Roed, and Hitchings, Inc., in the amount
of $28,655.88.
The original contract provides for surveying of the project area that will be used by City
Water Utility staff to produce design plans for an upcoming water main replacement project
in NE 5th Place. The Surface Water Utility also plans to use this survey work for upcoming
drainage projects.
Addendum No. 1 will provide for additional surveying adjacent to the original project area to
allow the Surface Water Utility to create project plans for their NE 5th Street/Edmonds
Avenue NE Storm System Improvements project.
The original contract amount is $80,746.88 and Addendum No. 1 is $28,655.88 for a total
contract amount of $109,402.76. The original contract amount is being paid by the Water
Utility and Addendum No. 1 will be paid by the Surface Water Utility.
Bush, Roed, and Hitchings, Inc. was selected from our approved 2013 Utility Systems Annual
Consultant Roster. The Surface Water Utility has sufficient funds for this addendum in its
2013 Surface Water Utility Capital Improvements Program budget for the NE 5th
Place/Edmonds Avenue NE Storm System Improvement project (427/475485).
Also attached is the contract checklist and requisite forms needed by the City Clerk for the
execution of this addendum.
Attachments
cc: Ronald Straka, Surface Water Utility Engineering Supervisor
Daniel Carey, Surface Water Utility Engineer
h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-3638 president park main replace ment\2013
survey contract\survey addendum memo to gregg.doc\AWtp
PUBLIC WORKS DEPARTMENT p o Cftyof
M E M O R A N D U M
DATE:
February 28, 2013
TO:
Gregg Zimmerman, PW Administrator
FROM:
Lys Hornsby, Utility Systems Director
STAFF CONTACT:
Abdoul Gafour, Water Utility Engineering Supervisor, x7210
Andrew Weygandt, Water Utility Engineer, x7208
SUBJECT:
Addendum No. 1 to CAG-13-024, 2013 Water Main
Replacement Project with Bush, Roed, and Hitchings, Inc.
Attached for your signature are two originals of Addendum No. 1 to CAG-13-024 for the
2013 Water Main Replacement Project, with Bush, Roed, and Hitchings, Inc., in the amount
of $28,655.88.
The original contract provides for surveying of the project area that will be used by City
Water Utility staff to produce design plans for an upcoming water main replacement project
in NE 51h Place. The Surface Water Utility also plans to use this survey work for upcoming
drainage projects.
Addendum No. 1 will provide for additional surveying adjacent to the original project area to
allow the Surface Water Utility to create project plans for their NE 5th Street/Edmonds
Avenue NE Storm System Improvements project.
The original contract amount is $80,746.88 and Addendum No. 1 is $28,655.88 for a total
contract amount of $109,402.76. The original contract amount is being paid by the Water
Utility and Addendum No. 1 will be paid by the Surface Water Utility.
Bush, Roed, and Hitchings, Inc. was selected from our approved 2013 Utility Systems Annual
Consultant Roster. The Surface Water Utility has sufficient funds for this addendum in its
2013 Surface Water Utility Capital Improvements Program budget for the NE 5th
Place/Edmonds Avenue NE Storm System Improvement project (427/475485).
Also attached is the contract checklist and requisite forms needed by the City Clerk for the
execution of this addendum.
Attachments
cc: Ronald Straka, Surface Water Utility Engineering Supervisor
Daniel Carey, Surface Water Utility Engineer
h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-3638 president park main replacement\2013
survey contract\survey addendum memo to gregg.doc\AWtp
Cti�Y or AJLS - City Clerk
City Clerk Number
Checklist CAG-13-024
Select One: ❑X Contract ❑ Permit ❑ Lease ❑ Agreement Contract Type
(assigned by City Clerk)
Staff Name: Andrew Weygandt Extension: 7208
Department/Division: EDEN
Utility Systems -Water Approval Queue: 05/007p
Addendum Number:
1 to City Clerk Number:
CAG-13-024
(if applicable).
Contract Class: ❑ Receivable [g Payable ❑ Grant ❑ Misc. (no $) Expiration Date: March 31, 2014
Contractor Name: Bush, Roed & Hitchings, Inc.
Short Description: Addendum for additional surveying services for 2013 Water Main and Storm Water Replacement
Full or Additional Addendum to original water utility surveying contract to include surveying services for surface water utility
Description: NE 5th Place/Edmonds Avenue NE Storm System Improvement Project.
0 Legal Review (attach memorandum from City Attorney)
❑ Risk Management review for insurance (attach memorandum from Risk Management)
❑ Insurance certificate and/or policy (attach original)
❑ Response to legal or Risk Management concerns (explain, in writing, how concerns have been met)
❑ Performance bond and verification memo from staff (for Public Works contracts only)
❑ Federal excluded parties list verification (Website: www.epls.gov, attach printout of search results)
0 City business license number: 008726 Check EDEN or ask Finance Department.
❑ Accounts payable W-9 vendor form (obtain if not already on file with Finance Dept.)
Submitted contracts are signed by contractor: ❑X Yes ❑ No
Fiscal Impact: ❑X Expenditure or ❑ Revenue
Amount: $ 28,655.88
If not, provide explanation below.
Amount Budgeted:
(line item, see below'): $ 40.000.00
Prior Council approval via agenda bill process required if: (see policies 250-02 and 800-12)
❑ Contract or addendum is $20,000 or over (non -Public Works) or $30,000 or over (Public Works).
❑ . Contract expenditure amount exceeds budgeted amount; fund transfer needed.
❑ Addendum is for the second and additional time extensions.
❑ Interlocal Agreement (most Interlocal Agreements require Resolutions)
Date of Council Approval: Resolution Number: Contractor determined via: ❑ Phone Bid/Written Quote ❑ CFB Ad
(if applicable) (if applicable)
0 Consultant Roster RFP/SOQ Ad ❑ Application ❑ Sole Source
Key words for City Clerk's electronic card file:
Surveying for Surface Water and Water Main 2013 Replacement
Print Form Revised 07/23/2008
CITY ATTORNEY
M E M O R A N D UM
DATE: May 19, 2010
TO: Teresa Phelan, Administrative Secretary
Public Works Department, Utilities Systems Division
FROM: Lawrence J. Warren, City Attorney
Staff Contact: Mark Barber, Senior Assistant City Attorney
Telephone: (425) 430-6485
SUBJECT: Approval as to legal form of Template Addendum ADD-2010
Please be advised that I have reviewed the above -referenced Template Addendum ADD-
2010, and the same is approved as to legal form, and may be used in the future so long
as there are no material changes or modifications to the standard form..
hA02 mark\public works --contracts and agreements\2010-05-19 memo approving addendum template add-2010 with
continuing approval.doc
FORM: ADD-2010
ADDENDUM NO. 1
ENGINEERING CONSULTANT AGREEMENT
FOR PROFESSIONAL SERVICES
for
2013 Water Main Replacement Project, CAG-13-024
This Addendum is made and entered into this day of by and
between the City of Renton, hereinafter called the "City", and Bush, Roed, and Hitchings, Inc., whose
address is, 2009 Minor Avenue East, Seattle, WA 98102, hereinafter called the "Consultant".
WITNESSETH THAT:
WHEREAS, the City engaged the services of the consultant under Engineering Consultant Agreement
CAG-13-024, dated February, 11, 2013, to provide engineering services necessary for the 2013 Water
Main Replacement Project; and
WHEREAS, the City desires to complete the work associated with the 2013 Water Main Replacement
Project, and the City does not have sufficient qualified engineering employees to perform the work
within a reasonable time; and
WHEREAS, the City and consultant have determined that additional services are required to complete
the work items listed in Exhibit A Scope of Services under the original contract CAG-13-024, dated
February 11, 2013;
NOW, THEREFORE, in accordance with Section VIII Extra Work of the Master Agreement CAG-13-024,
dated February 11, 2013, it is mutually agreed upon that Engineering Consultant Agreement CAG-13-
024, is amended to include the work and associated budget as follows:
1. The Scope of Work (Section I of the Master Agreement CAG-13-024) is modified to include the
additional services on the attached Exhibits A & B.
The Payment (Section VI of the Master Agreement CAG-13-024) is modified to include payment
for the additional work items defined in Exhibit A. The revised contract total payable for work on
this contract addendum is increased from $80,746.88, to $109,402.76, making a difference of
$28,655.88. The maximum amount payable for the additional work items defined in Exhibit A of
this contract addendum is $28,655.88, without prior authorization from the City.
3. The Time of Completion (Section V of the Master Agreement CAG-13-024) for the above
referenced contract is extended until April 5, 2013.
All other provisions of Consultant Agreement CAG-13-024 dated February 11, 2013, shall apply to this
addendum.
02-26-13 Renton Contract 2013 Survey Addendum 1
EXECUTION
IN WITNESS WHEREOF, the parties have executed this Addendum No. 1 to ENGINEERING
CONSULTANT AGREEMENT CAG-13-024 as of the day and year first above written.
(Use this signature block if Addendum requires Mayor's signature. If using this signature block, please delete the other
one.)
(Use this signature block if Addendum requires Administrator's signature. If using this signature block, please delete the
other one.)
CONSMANT CITY OF RENTON
02/26/2013 /V tgAtwoi3
Sig ure Date Gregg Z' er an bat
Public Works Administrator
Jeffrey J. McManus
Type or Print Name
Principal
Title
02-26-13 Renton Contract 2013 Survey Addendum 1
EXHIBIT "A"
Cityof Renton SCOPE ATTACHMENT
PROFESSIONAL SERVICES AND ADDITIONAL SERVICES
Date: 02-26-2013
Project Name:
Project Number:
Prime Consultant: or
Subconsultant
Scope:
NE 5`"/Edmonds Avenue NE Storm
Renton Proiect No. CAG-13-024
Bush, Roed & Hitchings, Inc.
Topographic Mapping per Exhibit B
DIRECT
OVERHEAD
SALARY
COST
RATE
NET FEE
BILLING
HOURS
TOTAL
100%
166.06%
30%
RATE
CLASSIFICATION
(wsdot)
PROJECT MANAGER (PLS)
$
33.50
$
55.63
$
16.69
$
105.82
22
2328.04
SURVEY CAD TECHNICIAN
$
25.73
$
42.73
$
12.82
$
81.28
107
8696.96
RESEARCH TECHNICIAN
$
25.91
$
43.03
$
12.91
$
81.84
13
1063.92
ADMINISTRATION
$
25.91
$
43.03
$
12.91
$
81.84
SURVEY PARTY CHIEF
$
25.73
$
42.73
$
12.82
$
81.28
95
7721.60
SURVEY TECHNICIAN
$
17.80
$
29.56
$
8.87
$
56.23
85
4779.55
UTILITY LOCATOR
$
22.58
$
37.50
$
11.25
$
71.33
57
4065.81
28655.88
Total for Consultant
Total for SubConsultant
Consultant Mark-up
Reimbursables
Total Compensation
$ 28,655.88
$0
$0
$0
$ 28,655.88
EXHIBIT "B"
0' 500'
i
N Scalel V = 500'
PROJECT VICINITY
NE 5TH ST / EDMONDS AVE NE
STORM SYSTEM
City of Renton Surface Water Utility
D. Carey 1/29/13
FORM: ADD-2010
CAG-13-024, Adden #1-13
ADDENDUM NO. 1
ENGINEERING CONSULTANT AGREEMENT
FOR PROFESSIONAL SERVICES
for
2013 Water Main Replacement Project, CAG-13-024
This Addendum is made and entered into this �� day of�. U/ 3 by and
between the City of Renton, hereinafter called the "City", and Bush, RoeA, and Hitchings, Inc., whose
address is, 2009 Minor Avenue East, Seattle, WA 98102, hereinafter called the "Consultant".
WITNESSETH THAT:
WHEREAS, the City engaged the services of the consultant under Engineering Consultant Agreement
CAG-13-024, dated February, 11, 2013, to provide engineering services necessary for the 2013 Water
Main Replacement Project; and
WHEREAS, the City desires to complete the work associated with the 2013 Water Main Replacement
Project, and the City does not have sufficient qualified engineering employees to perform the work
within a reasonable time; and
WHEREAS, the City and consultant have determined that additional services are required to complete
the work items listed in Exhibit A Scope of Services under the original contract CAG-13-024, dated
February 11, 2013;
NOW, THEREFORE, in accordance with Section VIII Extra Work of the Master Agreement CAG-13-024,
dated February 11, 2013, it is mutually agreed upon that Engineering Consultant Agreement CAG-13-
024, is amended to include the work and associated budget as follows:
The Scope of Work (Section I of the Master Agreement CAG-13-024) is modified to include the
additional services on the attached Exhibits A & B.
The Payment (Section VI of the Master Agreement CAG-13-024) is modified to include payment
for the additional work items defined in Exhibit A. The revised contract total payable for work on
this contract addendum is increased from $80,746.88, to $109,402.76, making a difference of
$28,655.88. The maximum amount payable for the additional work items defined in Exhibit A of
this contract addendum is $28,655.88, without prior authorization from the City.
3. The Time of Completion (Section V of the Master Agreement CAG-13-024) for the above
referenced contract is extended until April 5, 2013.
All other provisions of Consultant Agreement CAG-13-024 dated February 11, 2013, shall apply to this
addendum.
02-26-13 Renton Contract 2013 Survey Addendum 1
EXECUTION
IN WITNESS WHEREOF, the parties have executed this Addendum No. 1 to ENGINEERING
CONSULTANT AGREEMENT CAG-13-024 as of the day and year first above written.
(Use this signature block if Addendum requires Mayor's signature. If using this signature block, please delete the other
one.)
(Use this signature block if Addendum requires Administrator's signature. If using this signature block, please delete the
other one.)
CONSL!'LfANT CITY OF RENTON
02/26/2013
Sig ure Date Gregg Z' er an Dat
Public Works Administrator
Jeffrey J. McManus
Type or Print Name
Principal
Title
02-26-13 Renton Contract 2013 Survey Addendum 1
EXHIBIT "A"
SCOPE ATTACHMENT
City of Renton PROFESSIONAL SERVICES AND ADDITIONAL SERVICES
Date: 02-26-2013
Project Name:
Project Number:
Prime Consultant: or
Subconsultant
Scope:
NE 6`h/Edmonds Avenue NE Storm
Renton Proiect No. CAG-13-024
Bush, Roed & Hitchings, Inc.
Topographic Mapping per Exhibit B
DIRECT
OVERHEAD
SALARY
COST
RATE
NET FEE
BILLING
HOURS
TOTAL
100%
166.06%
30%
RATE
CLASSIFICATION
(wsdot)
PROJECT MANAGER (PLS)
$
33.50
$
55.63
$
16.69
$
105.82
22
2328.04
SURVEY CAD TECHNICIAN
$
25.73
$
42.73
$
12.82
$
81.28
107
8696.96
RESEARCH TECHNICIAN
$
25.91
$
43.03
$
12.91
$
81.84
13
1063.92
ADMINISTRATION
$
25.91
$
43.03
$
12.91
$
81.84
SURVEY PARTY CHIEF
$
25.73
$
42.73
$
12.82
$
81.28
95
7721.60
SURVEY TECHNICIAN
$
17.80
$
29.56
$
8.87
$
56.23
85
4779.55
UTILITY LOCATOR
$
22.58
$
37.50
$
11.25
$
71.33
57
4065.81
28655.88
Total for Consultant
Total for SubConsultant
Consultant Mark-up
Reimbursables
Total Compensation
$ 28,655.88
$0
$0
$0
$ 28,655.88
EXHIBIT "B"
PROJECT VICINITY
0' 500' NE 5TH ST / EDMONDS AVE NE
STORM SYSTEM
N Scale, 1' = 500'
City of Renton Surface Water Utility
D. Carey 1/29/13
J
E1-2012
CAG-13-024
ENGINEERING
ANNUAL CONSULTANT AGREEMENT
//-m Fe p-U,2 ��rr
THIS AGREEMENT, made and entered into on this444-h, day of 44ua4* 013, by and between the CITY OF RENTON,
WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and Bush, Roed & Hitchings, Inc.
whose address is 2009 Minor Avenue East, Seattle, WA 98102, at which work will be available for inspection,
hereinafter called the "SURVEYOR."
PROJECT NAME: Surveying Services for 2013 Water Main Replacement Project
WHEREAS, the City has not sufficient qualified engineering employees to provide the engineering within a
reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance
of a qualified professional consulting firm to do the necessary engineering work for the project, 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 engineers, 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 Surveyor to staff this Agreement.
WHEREAS, the Surveyor has indicated that it desires to do the work set forth in the Agreement upon the terms 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:
SCOPE OF WORK
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 Surveyor shall perform all work described in this Agreement in accordance with the latest edition and
amendments to local and state regulations, guidelines and policies.
The Surveyor shall prepare such information and studies as it may deem pertinent and necessary, in order to pass
judgment in a sound engineering manner on the features of the work. The Surveyor shall make such minor
changes, amendments or revisions in the detail of the work as may be required by the City. This item does not
constitute an "Extra Work" item as related in Section VIII of the Agreement.
The work shall be verified for accuracy by a complete check by the Surveyor. The Surveyor will be held responsible
for the accuracy of the work, even though the work has been accepted by the City.
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:
Page 1 of 15
Pia zza/Data_Center/Forms/City/Contracts
t'
E1-2012
1. Washington State Department of Transportation/American Public Works Association (WSDOT/APWA),
"Standard Specifications for Road, Bridge, and Municipal Construction," as amended by Renton Standard
Specification.
2. WSDOT/APWA, "Standard Plans for Road, Bridge and Municipal Construction."
3. Washington State Department of Transportation, "Highway Design Manual."
4. American Association of State Highway and Transportation Officials, "Standard Specifications for
Highway Bridges."
5. Washington State Department of Transportation, "Bridge Design Manual, Volumes 1 and 2."
6. Washington State Department of Transportation, "Manual of Highways Hydraulics," except hydrologic
analysis as described in item 14.
7. Washington State Department of Transportation, "Materials Laboratory Outline."
8. Transportation Research Board, "Highway Capacity Manual."
9. U.S. Department of Transportation, Federal Highway Administration, "Manual on Uniform Traffic
Control Devices for Streets and Highways."
10. Washington State Department of Transportation, "Construction Manual."
11. Washington State Department of Transportation, "Local Agency Guidelines."
12. Standard drawings prepared by the City and furnished to the Surveyor shall be used as a guide in all
cases where they fit design conditions. Renton Design Standards, and Renton Specifications shall be
used as they pertain.
13. Metro Transit, design criteria.
14. King County Surface Water Design Manual, Sections 1.2 and 1.3 of Chapter 1, and Chapters 3, 4,
and 5.
15. American Association of State Highway and Transportation Officials, "A Policy on Geometric Design of
Highways and Streets."
III
ITEMS TO BE FURNISHED TO THE SURVEYOR
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 to the extent provided for in the Scope of Work. City will provide to Surveyor all data
in City's possession relating to Surveyors services on the project. Surveyor will reasonably rely upon the accuracy,
timeliness, and completeness of the information provided by the City. Should field studies be needed, the Surveyor
will perform such work to the extent provided for in the Scope of Work. The City will not be obligated to perform
any such field studies.
Page 2 of 15
P is zza/ Data_Center/Form s/City/Contracts
E1-2012
IV
OWNERSHIP OF PRODUCTS AND
DOCUMENTS TO BE FURNISHED BY THE SURVEYOR
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, photo, photographic negatives, etc. used in the project, shall become and
remain the property of the City and may be used by it without restriction. Any use of such documents by the City
not directly related to the project pursuant to which the documents were prepared by the Surveyor shall be
without any liability whatsoever to the Surveyor.
All written documents and products shall be printed on recycled paper when practicable. Use of the chasing -arrow
symbol identifying the recycled content of the paper shall be used whenever practicable. All documents will be
printed on both sides of the recycled paper, as feasible.
V
TIME OF BEGINNING AND COMPLETION
The work detailed in the Scope of Work will be performed according to Exhibit B, Time Schedule of Completion,
attached hereto and incorporated herein as though fully set forth. It is agreed that all the Surveyor's services are to
be completed and all products shall be delivered by the Surveyor unless there are delays due to factors that are
beyond the control of the Surveyor. The Surveyor shall not begin work under the terms of this Agreement until
authorized in writing by the City. If, after receiving Notice to Proceed, the Surveyor is delayed in the performance
of its services by factors that are beyond its control, the Surveyor shall notify the City of the delay and shall prepare
a revised estimate of the time and cost needed to complete the Project and submit the revision to the City for its
approval. Time schedules are subject to mutual agreement for any revision unless specifically described as
otherwise herein.
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 renegotiation 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 as specified in Exhibit C, Cost Estimate. 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 C.
Payment for this work shall not exceed $ 80,746.88 without a written amendment to this contract, agreed to and
signed by both parties.
Cost Plus Net Fee
Payment for work accomplished shall be on the basis of the Surveyor's actual cost plus a net fee. The actual cost
includes direct salary cost, overhead, and direct non -salary cost.
The direct salary cost is 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
direct salary costs are set forth in the attached Exhibit C and by this reference made a part of this
Agreement.
Page 3 of 1S
Piazza/ Mace nter/Form s/City/Contracts
E1-2012
The overhead costs as identified on Exhibit C are determined as 166.06% percent of the direct salary
cost and by this reference made a part of this Agreement. The overhead cost rate is an estimate based
on currently available accounting information and shall be used for all progress payments over the
period of the contract.
The direct non -salary 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 Surveyors.
The direct non -salary costs are specified in Exhibit C, Cost Estimate. Billings for any direct non -salary
costs shall be supported by copies of original bills or invoices. Reimbursement for outside Surveyors and
services shall be on the basis of times the invoiced amount.
4. The net fee, which represents the Surveyors profit shall be 30% percent of direct salary plus overhead
costs. This fee is based on the Scope of Work and the estimated labor hours therein. In the event a
supplemental agreement is entered into for additional work by the Surveyor, the supplemental
agreement will include provision for the added costs and an appropriate additional fee. The net fee will
be prorated and paid monthly in proportion to the percentage of the project completed as estimated in
the Surveyor's monthly progress reports and approved by the City. Any portion of the net fee not
previously paid in the monthly payments shall be included in the final payment, subject to the provisions
of Section XI entitled TERMINATION OF AGREEMENT.
Progress payments may be claimed monthly for direct costs actually incurred to date as supported by
detailed statements, for overhead costs and for a proportionate amount of the net fee payable to the
Surveyor based on the estimated percentage of the completion of the services to date. Final payment of
any balance due the Surveyor of the gross amount earned will be made promptly upon its verification by
the City after completion and acceptance by the City of the work under this Agreement. Acceptance, by
the Surveyor of final payment shall constitute full and final satisfaction of all amounts due or claimed to
be due.
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 salary costs for Surveyor employees, the City may conduct employee
interviews.
Acceptance of such final payment by the Surveyor shall constitute a release of all claims of any nature, related to
this Agreement, 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 subSurveyors 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.
Page 4 of 15
Piazza/Data_Center/Form s/City/Contracts
E1-2012
VII
CHANGES IN WORK
The Surveyor shall make all such revisions and changes in the completed work of this Agreement as are necessary
to correct errors 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 the Project 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 which will set forth the nature and scope thereof. Work
under a supplement shall not proceed until authorized in writing by the City. Any dispute as to whether work is
Extra Work or work already covered under this Agreement shall be resolved before the work is undertaken.
Performance of the work by the Surveyor prior to resolution of any such dispute shall waive any claim by the
Surveyor for compensation as Extra Work.
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.
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 City.
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, sexual orientation, sex, age or handicap except for a
Page 5 of 15
Piazza/Data_Center/Forms/City/Contracts
E1-2012
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 termination's; 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.
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 renegotiations 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 cost for the work complete at the time of
termination of the Agreement, plus the following described portion of the net fee. The portion of the
net fee for which the Surveyor shall be paid shall be the same ratio to the total net fee as the work
complete is to the total work required by 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. 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.
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.
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.
Page 6 of 1S
Piazza/Data_Center/Forms/City/Contracts
E1-2012
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.
XII
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 Public Works Administrator 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 at the Maleng Regional Justice Center in Kent, Washington.
XIII
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 errors, omissions, or negligent acts 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.
Insurance
The Surveyor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to
persons or damage to property which may arise from or in connection with the performance of the work hereunder
by the Surveyor, its agents, representatives, or employees.
No Limitation
A. Surveyor's maintenance of insurance as required by the agreement shall not be construed to limit the
liability of the Surveyor to the coverage provided by such insurance, or otherwise limit the City's recourse
to any remedy available at law or in equity.
Page 7 of 15
Piazza/Data_Center/Form s/City/Contracts
E1-2012
B. Minimum Scope of Insurance
Surveyor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non -owned, hired and leased vehicles. Coverage shall be
written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability
coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage.
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover
liability arising from premises, operations, independent contractors and personal injury and advertising
injury. The City shall be named as an insured under the Surveyor's Commercial General Liability insurance
policy with respect to the work performed for the City.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington.
4. Professional Liability insurance appropriate to the Surveyor's profession.
C. Minimum Amounts of Insurance
Surveyor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage
of $1,000,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate.
3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and
$1,000,000 policy aggregate limit.
D. Other Insurance Provision
The Surveyor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be
endorsed to contain that they shall be primary insurance as respect to the City. Any Insurance, self-insurance, or
insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not
contribute with it.
E. Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII.
F. Verification of Coverage
Surveyor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but
not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the
Surveyor before commencement of the work.
G. Notice of Cancellation
The Surveyor shall provide the City with written notice of any policy cancellation, within two business days of their
receipt of such notice.
Page 8 of 15
Piazza/ Data_Center/Form s/City/Contracts
E1-2012
H. Failure to Maintain Insurance
Failure on the part of the Surveyor to maintain the insurance as required shall constitute a material breach of
contract, upon which the City may, after giving five business days notice to the Surveyor to correct the breach,
immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all
premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole
discretion of the City, offset against funds due the Surveyor from the City.
The limits of said insurance shall not, however, limit the liability of Surveyor hereunder.
The Surveyor shall also submit copies of the declarations pages of relevant insurance policies to the City within 30
days of contract acceptance if requested. 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.
The Surveyor shall verify, when submitting first payment invoice and annually thereafter, possession of a current
City of Renton business license while conducting work for the City. The Surveyor shall require, and provide
verification upon request, that all subSurveyors participating in a City project possess a current City of Renton
business license. The Surveyor shall provide, and obtain City approval of, a traffic control plan prior to conducting
work in City right-of-way. The Surveyor's relation to the City shall be at all times as an independent contractor.
It is further specifically and expressly understood that the indemnification provided herein constitute the Surveyor's
waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification.
This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration
or termination of this agreement.
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.
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. Any supplements to this Agreement 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.
Page 9 of 15
Piazza/Data_Center/Form s/City/Contracts
E1-2012
XVII
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.
type or print name
CIT F RENTON
alLo
Mayor Denis Law Date
ATTEST:
Principal 61bO t 1 v Wj)aZ&Vt'.,
Title Bonnie I. Walton, City Clerk
•
•
Page 10 of 15
Piazza/ Data_Center/Forms/City/Contracts
EXHIBIT "A"
BR14 Bush, Roed & Hitchings, Inc.
SCOPE OF WORK
Re. Proposed Land Survey Services — Topographic Surveys
Projects — Monterey, Camas, NE 50' Place & Index Court
Water Main Replacement (See Exhibits A, B, C & D)
Renton, King County, Washington
We propose to provide land survey services at the above referenced site- The limits of each
survey will be as shown on the attached Exhibits. The specific details are as follows:
Control & Datum
► Project boundary will be calculated with bearings and distances shown on the drawing.
► Street centerlines and rights -of --way will be calculated with bearings and distances shown
on the drawing.
► Bearings of cross -streets will be calculated and shown.
► City of Renton vertical datum (N. AVD 88) ,%ill be used. A minimum of three on -site
benchmarks will be set.
City of Renton horizontal datum (NAD 83/91) will be used.
Tommatthy
► All surface improvements, pavements, sidewalks, stairs, walls, fencing, signs and parking
stalls will be located and shown to a limit of 10 feet beyond right-of-way lines.
► Exterior resident building foot prints will be shown. Building addresses will be shown.
Existing street channelization will be shown with lane stripes and traffic arrows.
► Full Spot elevations will be shown at 40 foot intervals in the streets to the centerline. Spot
elevations will be taken at roadway crowns, lane stripes, edge of parking lanes, flow lines
and top of curbs. Spot elevations will indicate existing curb heights.
► Spot elevations will be shown to approximately 0.01 feet. One foot contour intervals will
be shown.
► Topography will differentiate between various surface pavements and will show where
pavement changes occur (concrete to asphalt, asphalt to brick, etc.).
BRH - Land Surveyors & Civil Engineers
2009 Minor Avenue East, Seattle, WA 98102-3513
Phone: (206) 323-4144 / (800) 935-0508, Fax: (208) 323-7135. Internet: www.brhinc.com
EXHIBIT "A"
► All trees greater than 6-inches in diameter will be located and shown. Areas of shrubbery
will be outlined and shown.
Utilities
Existing utility poles, wires, bus wires, guy wires and overhead wire crossings will be
shown.
► All surface utility features such as rims, grates and vaults will be shown. Water valve lim
elevations and nut elevations will be shown.
All below grade utilities, including pipe types and sizes, rim and invert elevations, will be
shown if record of their existence is found.
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.
► We will detect and show existing traffic signal loops, where possible.
► All City of Renton project specifications and requirements will be satisfied as shown on
Exhibit "E."
Deliverables
► The final survey drawing will be drafted in AutoCAD Map 2009 (Civil 3D). City of
Renton drafting standards will be used.
► The electronic files will be made available on our FTP site for downloading.
► Hard copy plots will be delivered upon final approval.
Perform a site survey to Identify and map the surface features and existing utilities in the project area. The survey will
be used to design and construct the proposed 8-inch and 10-inch water main improvements. The surveying work shall
include the following information with the final project deliverables:
a. Contours, spot elevations, and surface features in the potential project area.
b. Locating pavement, curb and gutter, sidewalks, structures, bridge, and other private utilities driveways, landscaping,
vaults, building footprints, street lights, power poles, large trees (over 8") and other surface features within the
project area.
c. Existing City utilities such as water, sewer and storm systems including; water valve rim and nut elevations, water
meter locations, hydrants, water vault locations, sewer and storm manhole and catch basin rim elevations, pipe
sizes and invert elevations of all pipes in manholes and catch basins.
d. Private Utility locations including, but not limited to, natural gas, electrical power, telecommunications (telephone,
fiber optic, cable system, etc.), and others within the project area. Information shall be obtained from visible
surface locations, existing site plans, utility location markings through Gray-&Gsborne!4request to the one -call
utility locate, and information gathered by the surveyor from the private utilities companies. Any existing fiber optic
locations shall show its vertical elevation and any bends determined both horizontally and vertically. (Note: The
vertical depth of fiber optic line(s) may be determined by lifting the Qwest manhole and determining the depth.)
*Bush, Roed & Hitcbings, Inc.
e. Identify right-of-way lines, and right-of-way centerline for project design and construction. The location of the ROW
centerline may need to be established by the surveyor from City benchmarks and plat maps. Identify property lines,
easement lines, and property line and easement information within or adjacent to the project.
f. Surveying for site investigations such as soil borings, test pits, and utility potholing (if necessary).
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.
Deliverables:
1. Surveyed base map meeting the requirements of the 2004 City of Renton Drafting Standards. The City layering
system will be used. The Surveyor shall provide a draft paper copy (24"x 36") and electronic file (AutoDesk Map 2009,
Civil 3D 2010, or other approved version) of the base map survey for review and comment by the City. After approval, a
final paper copy at 1"=20' scale and an electronic copy will be provided. The paper copy will be stamped and signed by a
Surveyor (PLS) registered in the.State of Washington.
w tti�,n
PROPOSED MAIN r
REPLACEMENT (TYPJ
2
W
wp-
1
i
- NS.S. -
i
I
PROJECT LOCATION li
i
! ky
I
t
N
• �---'`-- ° ', �� Dr NE VICINITY MAP (N.T.S.)
I•'r -- 17 +^ r„„y S Ys 1 j —
1,
PROJECT LOCATION�I
N: d; - I
VICINITY MAP (N.T.S.)co
--
Lu
.w
! PROPOSED MAIN
I -- REPLACEMENT (TYP.)To
i I .
--
won- --
``�' 1 �_� _.-.il_—..—_ -_ i _ ._ -`___ �... _ _` yam.,_.__. s' - ✓� `` .o.
may_�l - -
. N.T.S. r
r_
k.. - NE
..w
N-,E
r
4 — PROPOSED MAIN
REPLACEMENT (TYP•) •` t -
U
IT
LU
17
PROJECT LOCATIO�ooj
N
ir
4
__� VICINfTY MAP (N.T.S.j�
-_- PROPOSED MAIN
,... #� REPLACEMENT (TYP.)EE
�
aY
LU
r
_NE
PROJECT LOCATION '
_ VICINITY MAP (N.T_S.) :._
EXHIBIT "B"
BRH Bush, Roed & Hitchings, Inc.
TIME SCHEDULE OF COMPLETION
Projects -- Monterey, Camas, NE 5`h Place & Index Court
Water Main Replacement
Renton, King County, Washington
Deliverables
The final survey drawing will be drafted in AutoCAD Map 2009 (Civil 313). City of
Renton drafting standards will be used.
The electronic files will be made available on our FTP site for downloading.
Hard copy plots will be delivered upon final approval.
Schedule
The order of completion is as follows:
Monterrey Terrace will be completed by March 4, 2013
Camas will be completed by March 13, 2013
Index will be completed by March 20, 2013
NE 5°i Place will be completed by March 27, 2013
BRH - Land Surveyors 8 Civil Engineers
2009 Minor Avenue East, Seattle, WA 98102-3513
Phone: (206) 323-4144 / (800) 935-0508, Fax: (206) 323-7135. Internet: wnvw brhinc.com
E 1-2012
EXHIBIT C
COST ESTIMATE
(To be filled in per tasks to be completed for Scope of work)
See Attached
Page 11 of 15
Piazza/Data_Center/Forms/City/Contracts
E1-2012
COST PLUS NET FEE DETERMINATION
DIRECT SALARY COST:
Personnel
Project Manager (PIS)
Surveyor— Party Chief
Surveyor - Chainman
Utility Locator
Research Technician
Administration/Clerical
CADD Operator/Drafter
Net Fee 30 % of direct salary cost plus overhead
DIRECT NON -SALARY COST:
Travel and Per Diem
Cars at $.565/mile
Hourly Rates of Pay
$33.50
$25.73
$17.80
$22.58
$25.91
$25.91
$25.73
Per Diem: $2.50 per hour Truck Use Charge, Maximum $20 per day.
Office and Equipment
Computer $ /hour
Reproduction Expenses @ $ /copy............................................................$
Communications......................................................................................................$
Page 12of15
Piazza/ Da ta_Ce nter/Forms/City/Contracts
E 1-2012
EXHIBIT C (cont.)
SUMMARY OF FEE FOR ENGINEERING SERVICES
BREAKDOWN OF OVERHEAD COST
ProfitSharing............................................................................................................
FICA..........................................................................................................................
Unemployment Compensation...............................................................................
Medical Aid and Industrial Insurance.......................................................................
Company Insurance and Medical............................................................................
Vacation, Holiday and Sick Leave.............................................................................
State B & 0 Tax & Other Business Tax.....................................................................
Insurance..................................................................................................................
Administration and Time Unassignable...................................................................
Printing, Stationery and Supplies.............................................................................
TravelNot Assignable...............................................................................................
Telephone and Telegraph Not Assignable...............................................................
Fees, Dues, Professional Meetings...........................................................................
Utilitiesand Maintenance ............. ............ .......... ...... ................................... I...........
Rent..........................................................................................................................
RentalEquipment.....................................................................................................
Office Miscellaneous, Postage.................................................................................
ProfessionalServices................................................................................................
TOTAL
SUMMARY OF COSTS
Project No.
Name of Project
%
DirectSalary Cost................................................................................................. .....................
Overhead Cost (including
payrolladditives........................................................................... % $
Sub -Total $
Net Fee .........................
Direct Non -Salary Costs
a. Travel and per diem ............................................... $
b. Reproduction expenses .......................................... $
c. Computer expense ................................................. $
d. Outside Surveyors .................................................. $
e. Other (specify) ........................................................ $
Total $
GRAND TOTAL $
Sub Total $
Page 13of15
Piazza/Data _ Center/Forms/City/Contracts
ATTACHMENT "C"
BUSH, ROED & HITCHINGS, INC.
2009 MINOR AVE E
SEATTLE, WA 98102
EXHIBIT A
Estimate of Hours and Cost
Monterey Terrace
Topographic Survey
DIRECT
OVERHEAD
SALARY COST
RATE
NET FEE
BILLING
HOURS
TOTAL
100%
166.06%
30%
RATE
CLASSIFICATION
(wsdot
PROJECT MANAGER (PLS)
$
33.50
$
5563
$
16.69
$
105.82
2800
2,962,94
SURVEY CAD TECHNICIAN
$
25.73
$
42.73
$
12.82
$
81.28
8000
6,502.03
RESEARCH TECHNICIAN
$
25.91
$
43.03
$
12.91
$
81.84
2400
1,964.26
ADMINISTRATION
$
25.91
$
43.03
$
12.91
S
81.84
000
-
SURVEY PARTY CHIEF
$
25.73
$
42.73
$
12.82
$
81.28
11200
9,102.85
SURVEY TECHNICIAN
$
17.80
$
29.56
$
8.87
$
5613
11200
6,297.34
UTILITY LOCATOR
$
22.58
$
37.50
$
1125
$
71.33
40 00
2 853.01
29,682.42
ATTACHMENT "C"
BUSH, ROED & HITCHINGS, INC.
2009 MINOR AVE E
SEATTLE, WA 98102
EXHIBIT A
Estimate of Hours and Cost
NE 5th Place
Topographic Survey
DIRECT
OVERHEAD
SALARY COST
RATE
NET FEE
BILLING
HOURS
TOTAL
100%
166.06%
30%
RATE
CLASSIFICATION
(v:sdot)
PROJECT MANAGER (PLS)
$
33.50
$
55.63
$
16.69
S 105.82
2700
2,85712
SURVEY CAD TECHNICIAN
$
25.73
$
42.73
$
12.82
5 81,28
5800
4,713,97
RESEARCH TECHNICIAN
$
25.91
$
43.03
$
12.91
5 81.84
2000
1,636.88
ADMINISTRATION
$
25.91
$
43.03
$
12.91
5 81.84
000
SURVEY PARTY CHIEF
$
25.73
$
42.73
$
12.82
81.28
6800
5,526.73
SURVEY TECHNICIAN
$
17.80
$
29.56
$
8.87
S 56.23
5800
3,823.39
UTILITY LOCATOR
$
22.58
$
37.50
$
11.25
5 71.33
16 00
1,141.20
19,699.29
ATTACHMENT "C"
BUSH, ROED & HITCHINGS, INC.
2009 MINOR AVE E
SEATTLE, WA 98102
EXHIBIT A
Estimate of Hours and Cost
Camas
Topographic Survey
CLASSIFICATION
DIRECT
SALARY COST
100%
OVERHEAD
RATE
166.06%
wsdot
NET FEE
30%
BILLING
RATE
HOURS
TOTAL
PROJECT MANAGER (PLS)
$
33.50
$ 55.63
$
1669
$
105.82
2200
2,328.02
SURVEY CAD TECHNICIAN
$
25.73
$ 4273
$
12.82
$
81.28
4200
3,413.57
RESEARCH TECHNICIAN
$
25.91
$ 43.03
$
12.91
$
81.84
1600
1,309.50
ADMINISTRATION
$
25.91
$ 43.03
$
12.91
$
81.84
000
-
SURVEY PARTY CHIEF
$
25.73
$ 42.73
$
12.82
$
81.28
5600
4,551.42
SURVEY TECHNICIAN
$
17.80
$ 29.56
$
8.87
$
56.23
5600
3,148.67
UTILITY LOCATOR
$
22.56
$ 37.50
$
11.25
$
71.33
2000
1.426.51
16,177.69
ATTACHMENT "C"
BUSH, ROED & HITCHINGS, INC.
2009 MINOR AVE E
SEATTLE, WA 98102
EXHIBIT A
Estimate of Hours and Cost
Index
Topographic Survey
DIRECT
OVERHEAD
SALARY
COST
RATE
NET FEE
BILLING
HOURS
TOTAL
100%
166.06`/b
30%
RATE
CLASSIFICATION
(wsdot
PROJECT MANAGER (PLS)
$
33.50
$ 55.63
$
16.69
v 105.82
1900
2,010,56
SURVEY CAD TECHNICIAN
$
25.73
S 42.73
$
12.82
S 81.28
4400
3,576.12
RESEARCH TECHNICIAN
$
25.91
$ 43.03
$
12.91
3 81.84
1600
1,309.50
ADMINISTRATION
$
25.91
S 43.03
$
12.9 i
S 81.84
000
SURVEY PARTY CHIEF
S
25.73
S 42.73
S
12.82
-Q 81.28
5200
4,226.32
SURVEY TECHNICIAN
$
17.80
$ 29.56
$
8.87
: 56.23
5200
2,923.77
UTILITY LOCATOR
$
22.58
$ 37.50
$
11.25
S 71.33
1600
1,141.20
15,187.48
CITY OF RENTON
SUMMARY OF FAIR PRACTICES POLICY
ADOPTED BY RESOLUTION NO. 4085
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 their race; religion/creed; national origin; ancestry; sex; age over 40; sexual orientation
or gender identity; pregnancy; H)V/AIDS and Hepatitis C status; use of a guide dog/service
animal; marital status; parental/family status; military status; or veteran's status, or the
presence of a physical, sensory, or mental 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 shali 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) 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 by City policy.
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, this7th day of
March 02011 .
CITY RENTON
Denis Law, Mayor
Attest:
Bonnie I. Walton, City Clerk
RENTON CITY COUNCIL
uncil Pr idert
Page 14 of 1S
Piazza/Data_Center/Forms/City/Contracts
E1-2012
CITY OF RENTON
FAIR PRACTICES POLICY
AFFIDAVIT OF COMPLIANCE
Bush, Roed & Hitchings, Inc. hereby confirms and declares that:
(Name of contractor/subcontractor/Surveyor)
It is the policy of the above -named contractor/subcontractor/Surveyor, to offer equal
opportunity to all qualified employees and applicants for employment without regard to their
race; religion/creed; national origin; ancestry; sex; the presence of a physical, sensory, or mental
disability; age over 40; sexual orientation or gender identity; pregnancy; HIV/AIDS and Hepatitis C
status; use of a guide dog/service animal; marital status; parental/family status; military status; or
veteran's status.
The above -named contractor/subcontractor/Surveyor complies with all applicable federal, state
and local laws governing non-discrimination in employment.
III. When applicable, the above -named contractor/subcontractor/Surveyor will seek out and
negotiate with minority and women contractors for the award of subcontracts.
Jeffrey J. McManus
Print Agent/Representative's Name
Principal
Print Ag(
epresentative's Title
epresentative's Signature
01-30-2013
Date Signed
Instructions: This document MUST be completed by each contractor, subcontractor, Surveyor and/or
supplier. Include or attach this document(s) with the contract.
Page 15 of 15
Piazza/Data_Center/Forms/City/Contracts