Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2703673
PUBLIC WORKS DEPARTMENT 10000000 Vr ^CMf�O� v , CONCURRENCE M E M ORAN DU MjATE 15J Do l 3 DATE: February 5, 2013 I LA4-LXcv 1 s �� TO: Denis Law, Mayor ��//��� FROM: Gregg Zimmerman, Public Works AYilni�t'ator STAFF CONTACT: Abdoul Gafour, Water Utility Supervisor, x7210 Andrew Weygandt, Civil Engineer III, x7208 SUBJECT: Engineering Annual Consultant Agreement for 2013 Water Main Replacement Attached for your signature are two original Engineering Annual Consultant Agreements with Bush, Roed & Hitchings, Inc., in the amount of $80,746.88, to perform field survey work and to produce base maps for the City's 2013 Water Main Replacement Capital Improvement Program. The Water Utility needs to have professional surveying work done to identify existing utilities and other surface improvements within the rights -of -way where the City plans to design and construct the new water lines. The consultant will provide base maps that will be used by Water Utility staff to design the replacement of about 6,300 feet of old water mains in the Monterey Terrace and Renton Highlands areas. The Water Utility has budgeted sufficient funding in the 2013 Capital Improvement Program budget for Water Main Replacement, (account #425.455170) for this contract. Bush, Roed & Hitchings, Inc. was selected from the approved 2013 Utility Systems Annual Consultant Roster for surveying services to perform this work due to their familiarity with City's surveying standards. Attachments cc: Lys Hornsby, Utility Systems Director File H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3638 President Park Main Replacement\2013 Survey Contract\rev-2013 CIP_BRH Survey.doc\AWtp PUBLIC WORKS DEPARTMENT 0000 r,ctyof5- M E M O R A N D U M DATE: February 6, 2013 TO: Denis Law, Mayor FROM: Gregg Zimmerman, Public Works Administrator STAFF CONTACT: Abdoul Gafour, Water Utility Supervisor, x7210 Andrew Weygandt, Civil Engineer III, x7208 SUBJECT: Engineering Annual Consultant Agreement for 2013 Water Main Replacement Attached for your signature are two original Engineering Annual Consultant Agreements with Bush, Roed & Hitchings, Inc., in the amount of $80,746.88, to perform field survey work and to produce base maps for the City's 2013 Water Main Replacement Capital Improvement Program. The Water Utility needs to have professional surveying work done to identify existing utilities and other surface improvements within the rights -of -way where the City plans to design and construct the new water lines. The consultant will provide base maps that will be used by Water Utility staff to design the replacement of about 6,300 feet of old water mains in the Monterey Terrace and Renton Highlands areas. The Water Utility has budgeted sufficient funding in the 2013 Capital Improvement Program budget for Water Main Replacement, (account #425.455170) for this contract. Bush, Roed & Hitchings, Inc. was selected from the approved 2013 Utility Systems Annual Consultant Roster for surveying services to perform this work due to their familiarity with City's surveying standards. Attachments cc: Lys Hornsby, Utility Systems Director File H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3638 President Park Main Replacement\2013 Survey Contra ct\rev-2013 CIP_BRH Survey.doc\AWtp AJLS pl City City Clerk Number Checklist 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: to City Clerk Number: Contract Class: ❑ Receivable ❑X Payable ❑ Grant Contractor Name: Bush, Roed & Hitchings, Inc. (if applicable). ❑ Misc. (no $) Expiration Date: March 31, 2014 Short Description: Surveying services for base maps for 2013 Water Main Replacement Program Full or Additional Description: Surveying services to be used for in-house design of 6,300' of 4" and 6" steel and cast iron water main. ❑X Legal Review (attach memorandum from City Attorney) Risk Management review for insurance (attach memorandum from Risk Management) X 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) F 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 If not, provide explanation below. Fiscal Impact: ❑- Expenditure or ❑ Revenue Amount Budgeted: Amount: $ 80,746.88 (line item, see below*): $ 100,000.00 Prior Council approval via agenda bill process required if: (see policies 250-02 and 800-12) FXJ 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) ❑X Consultant Roster RFP/SOQ Ad ❑ Application ❑ Sole Source <ey words for City Clerk's electronic card file: Print Form Revised 07/23/2008 /n7R 1Human Resources & Risk Management �C�M E M O R A N D U M DATE: February 1, 2013 TO: Andretiv Weygandt, Water Utility Civil Engineer FROM: Gary B. Lamb, Risk Manager SUBJECT: Insurance Review/Bush Roed & Hitchings, Inc. Survey services related to our 2013 CIP. I have reviewed the certificate of insurance for the above -named entity. The insurance certificate provided meets the city's risk management requirements. H:\Risk\Certificates\Specic Memo\Friends of Youth — Carol Allread 2011 Memo.doc a ACORO CERTIFICATE OF LIABILITY INSURANCE ATE YYY D/18/ 201/DD/Y 116/3 3 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 endorsement(s). PRODUCER Degginger McIntosh and Associates 3977 Harbour Pointe Blvd SW Mukilteo WA 98275 CONTACT Renee Soderberg g PHONE (425)740-5200 ac No:(425)740-5201 E-MAIL ADDRESS: renee@dmainsurance.com INSURERS AFFORDING COVERAGE NAIC # INSURERA:The Travelers Indemnity Comp. INSURED Bush Roed & Hitchings , Inc. 2009 Minor Ave E Seattle WA 98102 INSURER B.Everest National Insurance Co. INSURER C : INSURERD: INSURER E INSURERF: COVERAGES CERTIFICATE NUMBER:CL12112911548 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, 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. INSR LTR TYPE OF INSURANCE ADOL SUBR POLICY NUMBER POLICY EFF MM/DDNYYY POLICY EXP MMIDD/YYYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DED ISES Eaaoccurrence) PREMISES $ 1,000,000 A CLAIMS -MADE OCCUR X X 80-8833M059 2/5/2012 2/5/2013 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 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 $ POLICY X PRO LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident 1,000,000 BODILY INJURY (Per person) $ A X ANY AUTO ALL OWNED SCHEDULED AUTOS AUTOS X X A-8833M705 2/5/2012 2/5/2013 BODILY INJURY( Per accident) $ PROPERTY DAMAGE Per accident $ X X NON -OWNED HIRED AUTOS AUTOS Comp/Collision Deductible $ 500 1 000 X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 A EXCESS LIAB CLAIMS -MADE DED I X I RETENTION$ 10,000 $ X X SM-CUP-181OT289 2/5/2012 112/5/2013 * WORKERS COMPENSATION I WC STATU- X OTH ER AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE 0 E.L. EACH ACCIDENT $ 11000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A B3121909 /20/2012 /20/2013 E.L. DISEASE - EA EMPLOYE $ 1 000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 000 000 B Professional Liability 9AE001829-121 2/5/2012 2/5/2013 Each Claim $2,000,000 Retention $25,000 Retroactive Date:2/15/72 Aggregate $2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) Re: Monterey, Camas, NE 5th Place, & Index Court are 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. City of Renton Public Works 1055 South Grady Wy, 5th Floor Renton, WA 98057 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE L David Tyner, III/BQ ACORD 25 (2010/05) INS025 rnnlnnsi n1 © 1988-2010 ACORD CORPORATION. All rights reserved. TFha Ar'r1Rn nmmn nnrl Innn nra ranietarnrl mnrire of ar'f1Rn System for Award Management Page 1 of 1 Search Results Current Search Terms: Bush* Roed* and* hitchings* o records found for current search. SAM I system for Award Management 1.0 IBM v1.610.20130129-1039 1 Note to all Users: This is a Federal Government computer system. Use of this �. system constitutes consent to monitoring at all times. https://www.sam.gov/portal/public/SAM/?portal:componentld=66fdb6O2-77f6-4baO-914... 02/01 /2013 Clay of CITY ATTORNEY M E M O R A N D U M DEC®� 2011 CITY OF RENTON DATE: December 5, 2011 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 ext, 6485 SUBJECT: Continuing approval as to legal form of 2012 Engineering Annual Consultant Agreement (E1-2012) Please be advised that I have reviewed the above -referenced 2012 Engineering Annual Consultant Agreement (E1-2012), 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 language or revisions required by future legislation or appellate court decisions. c:\city forms\201 1-04-1 1 sandard form memo with swush and signature and continuing approval.doc E1-2012 ENGINEERING ANNUAL CONSULTANT AGREEMENT THIS AGREEMENT, made and entered into on this 10th, day of January, 2013, 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: 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 Piazza/Data_Center/Forms/City/Contracts 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 Piazza/Data_Center/Forms/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 15 Piazza/Data _Center/ 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. 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/Forms/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 1S 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 15 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/Forms/City/Contracts E1-2012 B. Minimum Scope of Insurance Surveyor shall obtain insurance of the types described below: 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. 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. 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. 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/Forms/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 1S P iazza/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. SURVEYOR O1-30-2m Signature Date Jeffrey J. McManus type or print name Principal Title CITY OF RENTON Mayor ATTEST: Bonnie I. Walton, City Clerk Date Page 10 of 15 Piazza/Data_Center/Forms/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. SURVEYOR 1141 CITY OF RENTON Signd)(ure Date Mayor Jeffr J. McManus typ or print name ATTEST: Principal Title Bonnie I. Walton, City Clerk Date Page 10 of 15 Piazza/Data_Center/ Form s/City/Contracts EXHIBIT "A" E3RH Bush, Roed & Hitchings, Inc. SCOPE OF WORK Re: Proposed Land Survey Services — Topographic Surveys Projects — Monterey, Camas, NE 5th 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 (NAVD 88) will be used. A minimum of three on -site benchmarks will be set. City of Renton horizontal datum (NAD 83/91) will be used. Topography ► 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 1 (800) 935-0508, Fax: (206) 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 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 "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 Graff&OsbevWllerequest 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 Ctwest manhole and determining the depth.) *Bush, Roed & Hitchings, 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. EXHIBIT "A" Qf; —-- ,.l 1 , N m;10 a -DO m ♦ m B 1 a i ne Ave N ; t D Z f' EXHIBJT "B" EdmondsAv&NF im 74 W- m x cn) L. M R: 0M m z 13 .,,'.'Ha rri nalon 4 0 m ffi C) Ii Zy FA X5 41" cf) L-M t t7-� I.. 1 to 4v ZY qr 11�'r:� ' DaitO n AVe LDq Q u IT , rl Fe' thde r-AL- EXHIBIT "D" in ton A ve N 14 rkld ez. R co. so Al :13 I BRH EXHIBIT "B" Bush, Roed & Hitchings, Inc. TIME SCHEDULE OF COMPLETION Projects — Monterey, Camas, tiB 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 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. 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"' 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. Inteme` w%vw brhinc.eom E1-2012 EXHIBIT C COST ESTIMATE (To be filled in per tasks to be completed for Scope of Work) See Attached Page it of 15 Piazza/Data-Center/Forms/City/Contracts E1-2012 COST PLUS NET FEE DETERMINATION DIRECT SALARY COST: Personnel Project Manager (PLS) 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 12 of 15 Piazza/Data_Cente r/ Forms/City/Co Tracts E 1-2012 EXHIBIT C (cont.) SUMMARY OF FEE FOR ENGINEERING SERVICES BREAKDOWN OF OVERHEAD COST ProfitSharine............................................................................................................ % 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........................................................................... % Utilities and Maintenance........................................................................................ % Rent........................................................................................................................ % RentalEquipment..................................................................................................... % Office Miscellaneous, Postage............................................................................... `Yo ProfessionalServices................................................................................................ % TOTAL % SUMMARY OF COSTS Project No. Name of Project DirectSalary Cost...................................................................................................................... $ Overhead Cost (including navroll additives........................................................................... % $ Sub -Total $ NetFee.............................................................................................................. % $ Direct Non -Salary Costs: a. Travel and per diem ............................................... $ b. Reproduction expenses .......................................... $ c. Computer expense ................................................ $ d. Outside Surveyors .................................................. $ e. Other (specify)........................................................ $ Total $ Sub Total $ GRAND TOTAL $ Page 13 of 15 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 CLASSIFICATION DIRECT SALARY COST 100% OVERHEAD RATE 166.06% (wsdot' NET FEE 30% BILLING RATE HOURS TOTAL PROJECT MANAGER (PLS) $ 33.50 $ 5563 $ 16.69 $ 105.82 2800 2,962.94 SURVEY CAD TECHNICIAN $ 25.73 $ 42.73 $ 12.82 $ 51.28 80 00 6,502.03 RESEARCH TECHNICIAN $ 25.91 $ 43.03 S 12.91 $ 81.84 2400 1,964.26 ADMINISTRATION $ 25.91 $ 43.03 $ 12.91 S 81.64 000 - SURVEY PARTY CHIEF $ 25.73 $ 42.73 $ 12.82 $ 81.28 11200 9,102,85 SURVEY TECHNICIAN $ 17.80 $ 2956 S 8.87 $ 56.23 11200 6,297.34 UTILITY LOCATOR $ 22.58 $ 37.50 $ 11,25 $ 71.33 4000 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 CLASSIFICATION DIRECT SALARY COST 100% OVERHEAD RATE 166.06% (v;sdot NET FEE 30% BILLING RATE HOURS TOTAL PROJECT MANAGER (PLS) $ 33.50 $ 55.63 $ 16,69 5 105.82 2700 2,857,12 SURVEY CAD TECHNICIAN $ 25.73 $ 42.73 S 12,82 S 81.28 58 00 4,713.97 RESEARCH TECHNICIAN $ 25.91 $ 4303 $ 12.91 S 81.84 2000 1,636.88 ADMINISTRATION $ 25.91 $ 43.03 $ 12.91 81,84 000 SURVEY PARTY CHIEF $ 25.73 $ 42.73 $ 12.82 z 81.28 6800 5,526.73 SURVEY TECHNICIAN $ 17.80 $ 29.56 $ 8,87 S 56.23 6800 3,823,39 UTILITY LOCATOR $ 22.58 S 37,50 $ 11.25 S 71.33 160 1,14 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 1001,11; OVERHEAD RATE 166.06% wsdot NET FEE 30% BILLING RATE HOURS TOTAL PROJECT MANAGER (PLS) $ 33.50 $ 55.63 $ 16.69 $ 105.82 2200 2,328.02 SURVEY CAD TECHNICIAN $ 25.73 $ 42.73 S 12.82 $ 81.28 4200 3,413.57 RESEARCH TECHNICIAN $ 25.91 $ 43.03 $ 12.91 $ 81.84 1600 1,309.50 ADMiNIS T RATION $ 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. 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 1000,10 166.06% 30% RATE CLASSIFICATION (wsdot PROJECT MANAGER (PLS) $ 33.50 $ 55.63 $ 16.69 S 105.82 1900 2,010.56 SURVEY CAD TECHNICIAN $ 25.73 $ 42.73 $ 12.82 S 81.28 4400 3,576.12 RESEARCH TECHNICIAN $ 25.91 $ 43.03 $ 12.91 S 81.84 1600 1,309.50 ADMINISTRATION $ 25.91 S 43.03 $ 12.91 S 81.84 000 - SURVEY PARTY CHIEF $ 25.73 $ 42.73 $ 12.82 zz 81.28 5200 4,226.32 SURVEY TECHNICIAN $ 17.80 $ 29.56 $ 8.87 S 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; HIV/AIDS and Repatitis C status; use of a guide dog/service animal; marital status; parental/farnily 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 shali adhere to the following guldelines: (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 1RENTO0N r I Denis Law, Mayor Attest: Bonnie I. Walton, City Clerk RENNTTON CITY COUNCIL C T IV - uncil Pr idert Page 14 of 15 Piazza/Da ta_Center/Forms/City/Co ,itracts 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 Print A,/Representative's Title Representative'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 Pia zza/Data_Center/ Form s/City/Contracts