Loading...
HomeMy WebLinkAboutContract CAG-1 9-062 L' Y 0 VA 4 RFNTOC, SMALL PUBLIC WORKS CONTRACT AGREEMENT THIS AGREEMENT ("Agreement") is made as of the 1st day of March , 2019, (the "Effective Date") by and between the City of Renton, a non-charter code city under RCW 35A, and a Washington municipal corporation ("City"), through its Community Services Department and, ("Contractor"), Stumpy Tree Service who are collectively referred to as the "Parties", to provide tree maintenance services for street light clearance at various locations within the City of Renton. City and Contractor agree as set forth below. 1. Scope of Work : Contractor will provide all material and labor necessary to perform all work described in the Scope of Work which is attached and fully incorporated into this Agreement by reference as Attachment "A." 2. Changes in Scope of Work: City, without invalidating this Agreement, may order changes to the Scope of Work consisting of additions, deletions or modifications, the Agreement Sum being adjusted accordingly by Parties mutual agreement. Such changes in the work shall be authorized by written Change Order or Amendment signed by the Parties. 3. Time of Performance: Contractor shall commence performance of the Agreement no later than 30 calendar days after the Agreement's Effective Date. 4. Term of Agreement: The Term of this Agreement shall end at completion of the Scope of Work, no later than May 30, 2019.This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of City and Contractor. 5. Agreement Sum: The total amount of this Agreement is the sum of $31,240.00 which includes Washington State Sales Tax. This amount may be adjusted to a mutually agreed amount based on changes to the Scope of Work. 6. Consideration: In exchange for Contractor's performance of the items and responsibilities identified in the Scope of Work, City agrees to make payment of the amount identified as the Agreement Sum. 7. Prevailing Wage/ Method of Payment/ Retainage/ Bonding: Payment by the City for the Work will only be made after the Work has been performed and a voucher or invoice is submitted in a form acceptable to the City. A. Prevailing Wage Rates: Contractor must comply with the State of Washington prevailing wage requirements. Contractor must file an Intent to Pay Prevailing Wage at the beginning of the project and an Affidavit of Wages Paid at the end of the project with the Washington State Department of Labor and Industries. http://www.Ini.wa.Bov/TradesLicensing/PrevWage/default.asp. B. Retainage held by the City or in Escrow Account: Pursuant to RCW Chapter 60.28, a sum equal to five percent (5%) of the monies earned by the Contractor will be retained from payments made by the City to the Contractor under this Contract. This retainage shall be used as a trust fund for the protection and payment (1) to the State with respect to taxes imposed pursuant to RCW Title 82 and (2) the claims of any person arising under the Contract. Monies retained under the provisions of RCW Chapter 60.28 shall be: Contractor must pick one—if contractor does not pick one then the first option (retainage held in a fund by the City)applies. X Retained in a fund by the City. or Deposited by the City in an escrow (interest-bearing) account in a bank, mutual saving bank, or savings and loan association (interest on monies so retained shall be paid to the Contractor). Deposits are to be in the name of the City and are not to be allowed to be withdrawn without the City's written authorization. The City will issue a check representing the sum of the monies reserved, payable to the bank or trust company. Such check shall be converted into bonds and securities chosen by the Contractor as the interest accrues. At or before the time the Contract is executed, the Contractor shall designate the option desired. The Contractor in choosing option(2) agrees to assume full responsibility to pay all costs that may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond in lieu of retainage. C. For Agreements over$150,000: Pursuant to RCW 60.26 and 39.08 The City requires a 5 % Retainage be withheld and that the Contractor will provide a Performance and Payment (Contract) Bond on the City approved form upon execution of the Agreement. Payment of the initial 95% will be made in the next pay cycle of the Renton Finance Department after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5% will be retained for the purpose of completion of the project and fulfillment of claims and liens. PAGE 2 OF 10 D. For Agreements under$150,000 Pursuant to RCW 60.26 and 39.08 the City requires a 5 % Retainage be withheld and that the Contractor will provide either a Performance and Payment (Contract) Bond on the City approved form upon execution of the Agreement or waive the payment and performance bond and instead the City will retain 10%. Payment of the initial 95%will be made in the next pay cycle of the Renton Finance Department after receipt of such voucher or invoice (pay cycles are bi-weekly). The remaining 5%will be retained for the purpose of completion of the project and fulfillment of claims and liens. (Unless the Contractor waives the payment and performance bond below and opts for a 10% retainage below.) Contractor must pick one—if contractor does not pick one then the first option (5%retainage with contract bond) applies: To provide a payment and performance bond (contract bond) in the amount of 100%of the estimate including taxes with a 5% retainage. or X To waive a payment and performance bond (contract bond) and instead the city will retain the remaining 10%will be retained for the purpose of completion of the project and fulfillment of claims and liens. E. For limited Public Works Contracts under$35,000 For limited public works projects, the City may choose to waive the payment and performance bond requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW, for laborers, mechanics, subcontractors, materialpersons, suppliers, and taxes imposed under Title 82 RCW that may be due from the contractor for the limited public works project, however The City shall have the right of recovery against the contractor for any payments made on the contractor's behalf. F. City shall have the right to withhold payment to Contractor for any work not completed in a satisfactory manner until such time as Contractor modifies such work so that the same is satisfactory. G. Final Acceptance. Final Acceptance of the Project occurs when the Public Works Director has determined that the Project is one hundred percent (100%) complete and has been constructed in accordance with the Plans and Specifications. H. Payment in the Event of Termination. In the event this Contract is terminated by the either party,the Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in the Scope of Work is satisfactorily completed,as scheduled, up to the date of termination. At such time, ,rvn� PAGE 3OF1O if the unpaid balance of the amount to be paid under the Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by the City or which may be sustained by the reason of such refusal, neglect, failure or discontinuance of Contractor performing the work, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all reasonable legal expenses and costs incurred by the City to protect the rights and interests of the City under the Contract. 8. Hold Harmless: Contractor shall indemnify, defend and hold harmless City, its elected officials, officers, agents, employees and volunteers, from and against any and all claims, losses or liability, or any portion of the same, including but not limited to reasonable attorneys'fees, legal expenses and litigation costs, arising from injury or death to persons, including injuries, sickness, disease or death of Contractor's own employees, agents and volunteers, or damage to property caused by Contractor's negligent act or omission, except for those acts caused by or resulting from a negligent act or omission by City and its officers, agents, employees and volunteers. Should a court of competent jurisdiction determine that this agreement is subject to RCW 4.24.115, (Validity of agreement to indemnify against liability for negligence relative to construction, alteration, improvement, etc., of structure or improvement attached to real estate...) then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the contractor and City, its officers, officials, employees and volunteers, Contractor's liability shall be only to the extent of Contractor's negligence. It is further specifically and expressly understood that the indemnification provided in this Agreement constitute Contractor's waiver of immunity under the Industrial Insurance Act, RCW Title 51, solely for the purposes of this indemnification. The Parties have mutually negotiated and agreed to this waiver. The provisions of this section shall survive the expiration or termination of this Agreement. 9. Insurance: Contractor shall secure and maintain: A. Commercial general liability insurance in the minimum amounts of$1,000,000 for each occurrence/$2,000,000 aggregate for the Term of this Agreement. B. Professional liability insurance, in the minimum amount of $1,000,000 for each occurrence, shall also be secured for any professional services being provided to City that are excluded in the commercial general liability insurance. PAGE 4 OF 10 C. Workers' compensation coverage, as required by the Industrial Insurance laws of the State of Washington, shall also be secured. D. It is agreed that on Contractor's commercial general liability policy, the City of Renton will be named as an Additional Insured on a non-contributory primary basis. City's insurance policies shall not be a source for payment of any Contractor liability. E. Subject to City's review and acceptance, a certificate of insurance showing the proper endorsements, shall be delivered to City before executing the work of this Agreement. F. Contractor shall provide City with written notice of any policy cancellation, within two (2) business days of their receipt of such notice. G. Additional Insurance if marked as "Required" by City: 1. ❑ Required. Builders Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub-contractors in the work. Builders Risk insurance shall be on a special perils policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood, earthquake, theft, vandalism, malicious mischief, and collapse. The Builders Risk insurance shall include coverage for temporary buildings, debris removal and damage to materials in transit or stored off- site. This Builders Risk insurance covering the work will have a deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. The Builders Risk insurance shall be maintained until final acceptance of the work by the City. 2. ❑ Required. Contractors Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. Contractors Pollution Liability insurance shall be written in an amount of at least$1,000,000 per loss, with an annual aggregate of at least $1,000,000. Contractors Pollution Liability shall cover bodily injury, property damage, cleanup costs and defense including costs and expenses incurred in the investigation, defense, or settlement of claims. If the Contractors Pollution Liability insurance is written on a claims-made basis, the Contractor warrants that any retroactive date applicable to coverage under the policy precedes the effective date of this contract; and PAGE 5oF10 that continuous coverage will be maintained or an extended discovery period will be exercised for a period of three (3) years beginning from the time that work under the contract is completed. The City shall be named by endorsement as an additional insured on the Contractors Pollution Liability insurance policy. If the scope of services as defined in this contract includes the disposal of any hazardous materials from the job site, the Contractor must furnish to the City evidence of Pollution Liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting waste under this contract. Coverage certified to the Public Entity under this paragraph must be maintained in minimum amounts of$1,000,000 per loss, with an annual aggregate of at least $1,000,000. Pollution Liability coverage at least as broad as that provided under ISO Pollution Liability-Broadened Coverage for Covered Autos Endorsement CA 99 48 shall be provided and the Motor Carrier Act Endorsement (MCS 90) shall be attached. 10. Discrimination Prohibited: Except to the extent permitted by a bona fide occupational qualification, the Contractor agrees as follows: A. Contractor, and Contractor's agents, employees, representatives, and volunteers with regard to the Work performed or to be performed under this Agreement, shall not discriminate on the basis of race, color, sex, religion, nationality, creed, marital status, sexual orientation or preference, age (except minimum age and retirement provisions), honorably discharged veteran or military status, or the presence of any sensory, mental or physical handicap, unless based upon a bona fide occupational qualification in relationship to hiring and employment, in employment or application for employment, the administration of the delivery of Work or any other benefits under this Agreement, or procurement of materials or supplies. B. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, national origin, sex, age, sexual orientation, physical, sensory or mental handicaps, or marital status. Such action shall include, but not be limited to the following employment, upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation and selection for training. PAGE 6 OF 10 C. If Contractor fails to comply with any of this Agreement's non-discrimination provisions, City shall have the right, at its option,to cancel the Agreement in whole or in part. D. Contractor is responsible to be aware of and in compliance with all federal, state and local laws and regulations that may affect the satisfactory completion of the project, which includes but is not limited to fair labor laws and worker's compensation. 11. Independent Contractor: Contractor's employees, while engaged in the performance of any of Contractor's Work under this Agreement, shall be considered employees of the Contractor and not employees, agents, representatives of City and as a result, shall not be entitled to any coverage or benefits from the City of Renton. Contractor's relation to City shall be at all times as an independent contractor. Any and all Workman's Compensation Act claims on behalf of Contractor employees, and any and all claims made by a third-party as a consequence of any negligent act or omission on the part of Contractor's employees, while engaged in Work provided to be rendered under this Agreement, shall be the solely Contractor's obligation and responsibility. 12. Record Keeping and Reporting: Contractor shall maintain accounts and records, which properly reflect all direct and indirect costs expended and Work provided in the performance of this Agreement. The Contractor agrees to provide access to and copies of any records related to this Agreement as required by the City to audit expenditures and charges and/or to comply with the Washington State Public Records Act (Chapter 42.56 RCW). 13. Public Records Compliance. To the full extent the City determines necessary to comply with the Washington State Public Records Act, Contractor shall make a due diligent search of all records in its possession, including, but not limited to, e-mail, correspondence, notes, saved telephone messages, recordings, photos, or drawings and provide them to the City for production. In the event Contractor believes said records need to be protected from disclosure, it shall, at Contractor's own expense, seek judicial protection. Contractor shall indemnify, defend, and hold harmless the City for all costs, including attorneys' fees, attendant to any claim or litigation related to a Public Records Act request for which Contractor has responsive records and for which Contractor has withheld records or information contained therein, or not provided them to the City in a timely manner. Contractor shall produce for distribution any and all records responsive to the Public Records Act request in a timely manner, unless those records are protected by court order. 14. Other Provisions: or PAGE 7 of 10 A. Administration and Notices. Each individual executing this Agreement on behalf of City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Agreement on behalf of City or Contractor. Any notices required to be given by the Parties shall be delivered at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth below. Any notice so posted in the United States mail shall be deemed received three (3)calendar days after the date of mailing. This Agreement shall be administered by and any notices should be sent to the undersigned individuals or their designees. B. Amendment and Modification. This Agreement may be amended only by an instrument in writing, duly executed by both Parties. C. Assignment and Subcontract. Contractor shall not assign or subcontract any portion of this Agreement without the City of Renton's prior express written consent. D. Compliance with Laws. Contractor and all of the Contractor's employees shall perform the Work in accordance with all applicable federal, state, county and city laws, codes and ordinances. A copy of this language must be made a part of any contractor or subcontractor agreement. E. Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the terms of this contract shall prevail. F. Governing Law. This Agreement shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. G. Joint Drafting Effort. This Agreement shall be considered for all purposes as prepared by the joint efforts of the Parties and shall not be construed against one party or the other as a result of the preparation, substitution, submission or other event of negotiation, drafting or execution. H. Jurisdiction and Venue. Any lawsuit or legal action brought by any party to enforce or interpret this Agreement or any of its terms or covenants shall be brought in the King County Superior Court for the State of Washington at the Maleng Regional Justice Center in Kent, King County, Washington, or its replacement or successor. Severability. A court of competent jurisdiction's determination that any provision or part of this Agreement is illegal or unenforceable shall not cancel or invalidate the remainder of this Agreement, which shall remain in full force and effect. PAGE 8OF10 J. Sole and Entire Agreement. This Agreement contains the entire agreement of the Parties and any representations or understandings, whether oral or written, not incorporated are excluded. K. Third-Party Beneficiaries. Nothing in this Agreement is intended to, nor shall be construed to give any rights or benefits in the Agreement to anyone other than the Parties, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of the Parties and no one else. L. Waivers. All waivers shall be in writing and signed by the waiving party. Either party's failure to enforce any provision of this Agreement shall not be a waiver and shall not prevent either City or Contractor from enforcing that provision or any other provision of this Agreement in the future. Waiver of breach of any provision of this Agreement shall not be deemed to be a waiver of any prior or subsequent breach unless it is expressly waived in writing. IN WITNESS WHEREOF, the Parties have voluntarily entered into this Agreement as of Effective Date. CITY OF RENTON CONTRACTOR 4/ /� �IIV �- ` �d Admi �rator ] 1055 South Grady Way Renton, Washington 98057 .1/4,7/q R/2// ,-)/7 Date Date Approved as to Legal Form Shane Moloney Renton City Attorney 3/(e/0 ei Date ED PAGE 9 OF 9 City of Renton Community Services Department 2018 Tree Maintenance Services Project Attachment A—Scope of Work Project Manager: Terry Flatley, Urban Forestry and Natural Resources Manager Contact Information: tflatley@rentonwa.gov; 425-430-6600(Monday through Friday;8:00 A.M.—5:00 P.M.) Introduction The City of Renton requests tree maintenance services at 62 address locations around the city.The work includes the removal of 3 selected trees and pruning of 80 trees.The project goal is to clear branches away from street lights and poles to allow an illumination triangle where light reaches the ground and to properly prune the remainder of the trees of dead, diseased, broken, and crossing branches and provide clearance above streets and sidewalks. Pease see the attached spreadsheet for each address and tree. All trees for removal are marked by the City using a white paint spot at the base of trees. Additional requirements of the work are included below. It is your responsibility to read these requirements thoroughly and to become familiar with each site location and the work assigned. Please use the spreadsheet to submit your lump sum costs by filling out your name,address and phone number and total costs on the form provided on the last page of the spreadsheet. Bids are due by 5:00 P.M.,Monday,January 14,2019. Time of Performance This project shall begin within 30 business days of the full execution of the contract and shall be completed not later than April 30,2019. Minimum Requirements of Contractor • Renton Business License, registered contractor with the State of Washington, current State Unified Business Identifier Number • Proof of Insurance- Minimum amounts to be approved in advance by City Risk Management. Includes General Liability,Automobile Liability,Workers Compensation and Employers' Liability. • Include with the first invoice the company's intent to pay prevailing wage rates and submit the affidavit to pay prevailing wage rates at the completion of the contract. Labor rates shall be Prevailing Wage Rates for the industry. • All personnel shall wear the most up-to-date personal protective equipment including but not limited to safety vests and hard hats while on the job site. • Use of traffic control equipment which meets the Manual of Traffic Control Devices requirements for each job location. City of Renton Community Services Department 2019 Tree Maintenance Services Project Attachment A—Scope of Work Page 17 • Possess the equipment and experience in lowering tree parts using ropes and other devices to prevent damage to turf, plants, irrigation, sidewalks, curbs, streets, signs, benches, fences and all other structures. • Locations left incomplete at the end of the work day shall be barricaded to access from the public. Preferred Qualifications of Contractor and Tree Workers • International Society of Arboriculture(ISA) Certified Arborist—provide names and certification numbers. • Familiarity with and adherence to: o American National Standard for Arboricultural Operations—Safety Requirements,ANSI Z133.1-2006 or newer. o American National Standard for Tree Care Operations—Tree, Shrub, and Other Woody Plant Management—Standard Practices(Pruning),ANSI A300 (Part I) -2008 or newer. • Tree Care Industry Association Membership. Project Area Specifications—Prior to Beginning Work • Traffic Control Plan Approval—please see https://rentonwa.gov/cms/one.aspx?pageld=9340500 • On-site meeting with the Project Manager or representative to review operations, public safety plan and traffic control plan. Tree Removal Specifications • Contractor shall be responsible for contacting locating services in advance of stump grinding work by calling 811. • Removal includes the complete removal of all tree-related debris generated by the activity including litter, sawdust,chips, soil debris,twigs, leaves, needles, buds, branches,trunks, stumps,and surface roots, unless indicated otherwise. • Where debris is indicated to remain on site,stump heights and branches shall be no higher than 12 inches above grade.All tree stems and trunks shall lie flat on the ground. • Stumps and surface roots shall be ground to a minimum depth of 9 inches below sidewalk grade or existing grade (if no sidewalk present)whichever is higher. • Stump and roots should not be visible in turf and along curbs and sidewalks,following grinding. Hand grubbing is required to remove roots too close to hard surfaces using grinding equipment. • Remove all stump and/or root grinding debris, unless indicated otherwise. The hole left from stump grinding can be temporarily covered with stump debris that is made level with surrounding grades until such debris can be removed and replacement soil added. • Stump debris shall be completely removed from the resulting holes, replaced with high quality topsoil (less than 3%organic matter),graded to match existing grades, lightly compacted, and the area seeded. Soil should be lightly raked to mix with seed and high quality compost product broadcast lightly over the seed to cover. City of Renton Community Services Department 2019 Tree Maintenance Services Project AttachmentA—Scope of Work Page 18 • Only official company personnel may enter the work site. Contractor is solely responsible for preventing others entering the work site especially those seeking to take wood debris such as firewood. • All contractor activities, staff, and equipment shall work from the street right-of-way or City- owned property and not enter upon private property unless approved in advance by the Project Manager. • Use of cranes or other heavy equipment shall be approved by the Project Manager in advance of submitting bids. • The use of materials(e.g. mats)that eliminate or minimize site damage is required. • Use of ropes to lower tree sections are required in order to prevent unnecessary damage to turf, plants, adjacent trees, all street, park or facility infrastructure and private property. Time and materials to repair damage from operations where tree parts were not safely lowered using ropes or other devices shall not be reimbursable. • All depressions created as the result of operations shall be made level with existing grades using high quality topsoil and seeded or sodded and top-dressed with a high quality compost product. • Repairs shall be to pre-existing conditions or better. The Project Manager will determine the extent of repairs from damage as a result of tree maintenance activities. • Damage that occurs as a direct result of contractor actions or inaction is the sole responsibility of the contractor. Tree Pruning Specifications • Only an ISA Certified Arborist shall prune trees. Non-certified workers are prohibited from pruning trees. • Minimum height following pruning shall provide for the following: o Street — not less than 17 feet over the roadway o Sidewalk, Pathways, and Structures— 8 feet or higher above o Clearance pruning around signs should provide unobstructed view to sign for the next 5 years. • Street light clearance. See attached diagram. Following pruning, street lights shall shine to the ground unobstructed from tree branches by at least 30 feet from poles at their bases and at least 10 feet from fixtures. Branches shall be pruned so that they do not make contact with light poles or light fixtures. Do not stub cut branches. • Pruning cuts shall be made outside the branch bark ridge and branch collar. Cuts should be at an approximate angle of 45 degrees from the branch bark ridge. • No stub-cutting or heading of branches is permitted. Prune branches to branch nodes only. • Remove entire branches whenever possible or if lion-tailing will be the end result. • Do not prune more than 25%of the total live crown unless authorized by the City. • Pruning dead branches means to remove 100%of dead twigs and branches. • The use of spurs to access trees and gas-powered pole saws(stick saws)to make pruning cuts City of Renton Community Services Department 2018 Tree Maintenance Services Project Attachment A—Scope of Work Page 110 are prohibited. • Use of ropes to lower tree sections should be considered in order to prevent unnecessary damage to turf, plants, adjacent trees, netting, all street, park or facility infrastructure and private property. Time and materials to repair damage from operations where tree parts were not safely lowered using ropes or other devices shall not be compensated. • Repairs shall be to pre-existing conditions or better. The Project Manager will determine the extent of repairs from damage as a result of tree pruning activities. • All depressions created as the result of operations shall be made level with existing grades using high quality topsoil and seeded or sodded. • Full site and off-site clean-up similar to conditions prior to beginning work is required. • Damage that occurs as a direct result of contractor actions or inaction is the sole responsibility of the contractor. • ryLLi ! • � r�� �}- �i " 4 e b eq . Cott y }lY Ya. ;' Fiaure 1.Illumination Trianale Example—Distance on around eauals 30 feet from pole City of Renton Community Services Department 2018 Tree Maintenance Services Project Attachment A—Scope of Work Page 110 Special Conditions • Protect the public at all times using a combination of warning signs, barricades and company staff to prevent access to work zones. • Clean, hardwood wood chips generated from operations can be dumped at a City designated facility provided the Project Manager approves in advance; incidental leaves are acceptable. Conifer chips are not allowed to be dumped at such facilities. • All wood debris shall be recycled to the fullest extent possible. • Use of mats or plywood is mandatory when soil conditions are wet. • The attached short form contract agreement is an example of the contract used to execute the work. Invoices • Invoices should be submitted to: Terry Flatley, Urban Forestry and Natural Resources Manager Community Services Department,6th Floor 1055 South Grady Way Renton,WA 98057 Email:tflatlev@rentonwa.gov Telephone: 425-430-6600 • Invoices should contain the following information to prevent a delay in processing: o Contractor name, address and telephone number o Contract Number—assigned upon execution of agreement o Unique Invoice Number o Date work performed o Each address and location where work was performed o Amount due,Washington sales tax and total amount due City of Renton Community Services Department 2018 Tree Maintenance Services Project Attachment A—Scope of Work Page 110 U1 AU.) N I-) O 1.0 00 �l 01 Ill A W NJ i-) N -0 N N 11'I 01 (xi F+ �I cn N — Co 01 0 W NJ CD A O N N W O O �` V lO I--' m W 73 Z N rn Z Z C 7 V m r^ 7 7 7 7 N 0 C C ,.-r .,-r (D C CD 01 ii" N D D D > < W CD CD < < < 07 VIfD fD r co 07 DrD U7 N (A N N < i.-0 < < • 9- U D_ D_ CO D d 3 0. fD h a In I 3 r in a) O rD 7 0) D v ro x- Z m r r r r r r r r r r r- r- r r r O O 0 0 0 0 O O O O O O O O 0 7 7 7 7 3 7 3 3 7 3 7 7 7 3 7 -I D. 0- D_ 0- D. D_ D_ Q. D_ D_ D_ D_ D_ D_ D_ O O 0 0 0 0 O O O O O O O O O rD 7 7 3 7 7 3 7 7 3 7 3 7 7 7 3 fD "D -O 13 -D 13 13 13 D -O -D -D -D -D 13 a VI0! a.) Fir 6. a 0! 0) 0) 0) 0) 0) 0) v v 0) 'a 3 7 7 7 7 3 7 7 7 3 3 7 3 3 7 n NJ fD fD fD fD fD fD M. M. r+ fD fD rD CD rD rD fD fD (D rD 2 N N N CCDD CCD CCD rD rD rD rD fD rD rD rD rD l0 rD rD rD rD rD rD rD rD rD rD rD rD rD rD CD N rD O )-. 0 I-. 00 A W VI N O I-. 00 l0 N W '* 2 S O 1"' -0 3- D_ v) -0 D" D_ In -0 3' D_ v, -0 3" D_ Ln -0 Cr D_ 0 -3 -0 -0 -0 '0 "0 '3 n -0 -0 A MI —i rD -s -s CD -I -I rD -3 -I rD -t -1 rD I-,") y C 0 N C 0) 07 (D C 0) 0) (D C 0) o fD C 0) Cu f-D C C C C C C C C y C C rD 3 3 7 0- rD 7 7 D_ fD 7 3 D. rD 7 7 D_ 3 7 7 D_ rD 3 7 3 3 7 7 7 7 , 3 7 (D * \ fD S * \ rD S * \ fD C * rD s * \ rD rD rD rD rD rD rD rD 0) rD rD al 0 3 0 0 D_ rn—D N 0 D_ N N 0 D_ N 0 D_ rnD— N 0 D_ rnD— ,.-r CD - r(D fDra :° 3 D 0) a n3 0) D v " m m rrDD co m h , -I N 0) 7 . 0) 7 . O) 7 -1 0) 7 0) 7 rY rt ,rt rrt rM M. 0l M. fD M. 0'U O ?r r1 O , g O , r1 O ?r r1 O , n 00 00 00. 00 00 00 00 7 00 N 3 -p N -, rD fD -.I. CD (D - N -, fD ,.fit r 7' 7' 7" 7' S D_ S 3 a0 f1 7 rD 0 7 rD O 7 rD O 7 rD 0 7 rD On '� M. `� '* 'Y '� N '� rD 7- at 7' 3 < D r<D S <m. 3 N rD r1 r1 ra r1 r1 r1 ,.* r1 rD 0) 0) O - 0) O -I 0) O 0) O -I 0) O -4 0) 00) 00) 00) ra N co (D N '3'F 7 < 7 < 7 < 7 < 7 < -3 -1 -i -' - -1 3 0 CD 0 0 0 CD 00 (D a0 rD 00 (D CU 0) 0) 0) 0) 0) 0) '-r' 0) C' 7 7 7 7 7 f1 3 7 3 7 3 7 d0 7 (D 00 00 00 00 00 CD CD CD P) r1 r7 r7 7' fl CD rD rD m co co ,rt rD O 0 0 0 0 0 0 7 7 7 7 7 7 3 Z 2 2 2 2 Z 2 m 0) 0) 0) 0) m 0) A -, -, Cr) , , -, -1 V) -I O C S. —' 7' C - 3 V. ao 00 as 00 V. as rD O 0 0 0 co 0 m `-1. 7 7 7 7 `� 7 3 W D D D D 00 D In - r<D fD r<D CDD fl- CD D Z Z Z Z Z m IT m IT rn A A W W W W W W W U.) W U.) NJ NJ NJ NJ NJ NJ NJ NJ NJ NJ I--, I-, I-+ I-, I--, 0 (0 CO V Ol Vs A W NJ 1-, 0 l0 CO V Ol VI A W N 1-, 0 l0 00 V Cr) W U.) VI VI N V-) NJ 1--, W W 00 1--‘ F-+ I--, I--, (D (D Ul V Cl A A W W CI LID 0 al N O VI l0 40. I--, 0 O O O N N O O O O 1-, O NJ O W O 00 O O O O I-+ 0 N (n O Cl 0 I--, In 0 NJ Cr) I- A 0 r O A 0 0 Z Z Z Z E D > m r r 3 r c<n V) O O Q - o 0 m rn m m O a=) a0) < 3 5 O_ 5 < C v * N 3 c c N N N W -) n n ai Q Q D Q ✓ N fD d In fD CD V. .N+ O- ''+ to O 0 (D < G N G a�i S a�i — a) CDD v ,, ,.fir (<D v0i VI Q V) Vl cm V) "( fD ris D a f<D M cn D < < < v) 713 v m Z Z CD. 0 m m C. Z ('D fD v) * In 0 q n z m c c c 0 3 Z Z ZZZZ 73 73 V) (/) a a Q. 0 On c V) Vl Vl 0 V) o O O O N V) -1 a s (CD (CD (D tD (CI 7 7 7 = O 0 O a) fD N fD v fD ni v v O O fD 3 3 94 ,O+ (D (D fD O O O 'n 13 -< 3 r r .< ". -< .< ••< ..< .O-r c cC �, °�', A- A- A- 3 3 3 0 a) c c c 3 Oc0 3 3 3 3 °c° c n NJ F. (TT 3 3 a o �« m O 3 3 3 3 tu a 73 I 3 3 M 3 3 3 fD a m m m m m m '" c fD fD CD cis V fD I N I� I--) )-‘ I- I--s N I-+ N N I-- I--‘ N 1--) F-) I--' F--, N M-‘ I--' 0 M f 7 N O I, I•-, Cr! A Ol (0 O Ul W (.0 O Ul 1.-) V I--. W A A 03 N l0 U Ol 01 CO M. NJ '+ -P.-0 -0 -0 -0 N 00 70 N 00 -0 73 0 -0 -0 -0 -0 -0 -0 -0 -0 'v+ -0 -0 -0 -0 -0 -0 -0 1^ 00 xin .73 = = = = = n n 3 n. Q 3 = = z = = = = z m = = m = = m m = = = n Q 3 fD co CD fD fD •• •�• O O CD CD CD CD CD fD fD CD CD CD CD .+ CD CD CD fD fD fD fD -. O y O .. .. .. .. .. .. .. .. .. .. < 3 3 cn to in to v) )n 0N0 fD a fD r+ ,.-. ,.-r M. rN+ ,N+ r.+ ,f-I. ,N+ ,e-. r+ = fl- h r+ 'N'* ,N-r ...i. D I CD n fD fD tD CD fD fD OJ v 7) FD' fD fD (D O N N fiD m OOi N N fD fD tD CD O) g r fD fD CD fD CD Q 0. - CD fD CD fD fD fD (D fD fD fD CD Q- CD fD fD fD f) O Q • -I 00 00 00 00 00 p O0 00 a0 00 00 00 Ua 00 DO o0 a0 UO , " Oq' 00 QO 00 d0 a0 00! 3 S S S S S 73 01 cro C "a c -t . . ,S. . •._ .. ,St -p ,S+ -S+ 7 O ei• ,Sr ,S+ ,S+ .Si .5. 73 c 3 n n n n n o 3 o 3 n n n n n n n n n n n 2 S n n n n n n o ID fD fD CD CD fD - '>3 — -d fD Fir Fir (D fD fD N fD (D fD fD fD fD (D fD fD fD [D _ 3 3 O) a) a) O) a) Ol a) O) 0) Dl v Iv v N a) v in v 0) 0) 0)) C v — .O '•. D) D) 0) v er O - ." v o) v v d v D) CU a) a) v v v a) v aJ v Q° O 3 3 7 7 0. N 00 fD 7 O O 3 7 7 c 3 O 3 O 3 3 O O 7 O CM CD n n C10 n n n 3 01 3 n n n n n n fl n n n n n n n n n n -% 3 CD CD CD fD al - 0 Eno fD fD CD fD fD fD fD fD fD fD CD CD fD co O O N to O v < in < in < NrD O O O ma) fD m U o fl A �, o 0- 0-O O -' 3 D D ? 00 3 m CD O o 3 a) a .+ Z Z VIO VI m m CO -< .+ Q 0 - O_ 7. O_ rD m g o) v ,< 3 Q 6_ O n A- 01 01 01 01 01 In U1 Cn U1 U1 VI Ul to to Ul A A A A A A A A VI A W N I•-, 0 lD 00 V CT) U1 A W NJ I-, 0 lD 00 V 01 Ul A W NJ NJ I-, I-+ 1-, I--, I--, I-, I-, A W W 0, NJ I-, A A A A A Ol 01 NJ A 0 0 NJ A 0 0 00 I--, 00 U1 A W W O 0 0 Ul I--, O I--, l0 Ul O O A O O A 0 Mi I-•, CD N 0 0 N I-4 O NJ 0 00 W 01 I--1 up NJ Ut W I--+ 7 M VC G ) VC <) vC) to N o C 1-' n to to D D Z Z Z Z < d a. < < m N 3 co m CT O' m m rn m 5. rD A A A A A �' r+ o0i U CD V V 01 Ul n " W W W 1-4 1--s 0a1 CI) S Cl D_ s s S (I) rD N v t cot-t toel. .-I.V) S co (n CD r•r = _fD CD -0 rN� r�r m Nr V) .P c^VI -0 D N V) N r1l N D m a. o a. v In C In 00 CD r+ 0 U' CO r I- I- G I- I- 0j O o o O O Z Z Z 3 0 0 CO W N 3 3 -1 �. )_^• 0 0 0 0- Q. C1 x 0 .- rD 73 CIO a0 W 73 c Cl 0. -1 n < o o O rD rD 70 70 rD O rD CD rD 00 O O rD 0 v v v Cl o rD rD rD rD 3 Cl Cl CD C Cl 0. D, = = rD s< s< -o -a -a 3 3 n n Cz Q -, �, 3 -" °-*' 3 3 n -a 13 -0 3 v _ = 3 -0 -00 0 O- rrDD -o cu 0) 0 •O -0 Iv = = n N < N 73 "0 "O ... ffs• .-1. rD rD CD 0) N t3 •a_ (D rD .ID rD D•I• rr t. rD 0 00 CD CD C rD rrDD rD Cl -1 rD rD CCD CCD in lD 0_ rD CD CD -1 CD CD N rD in I-, I--, I--, I--, I--, I-, I-+ NJ I-, N I-, I-, I-+ NJ NJ I--, I-, I--, I-, F+ 0 K lD W W N I-, 00 V N U'1 LC) CO VI lD 0 O N V �_ 0 00 l0 W a) W co ,� _ = _ _ _ _ _ _ _ _ - - _ _ = _ _ _ = 2 S O W .-p -1., c c c c c c c c c c CD rD c Fr-) m c CD rD c tu c c c c c 3 c , c c c c c co = 3 3 = _ _ _ _ _ _ _ , rD = ' rD = , rD = Q = _ _ _ 3 n = _ _ _ _ .-+ rD CD rD rD rD rD rD rD CD rD 0, .-r co 0) .+ rD 0, .•+ rD CD CD CD CD rD O CD .-r rD rD CD rD CD p) 0 V) V) V) V) V) V) V) V) V) V) n a. n a n 0 .. -, 0 1 .. .. .. .. .. 33 .•. .•+ .••r '+ . . . . . . N ,.+ v, v, v, v, V, N V, - VI I. v, n fD rD CD CD rD CD CD CD CD CD rD \ \ n rD CD CD CD CD -' CCD MI rD CD rD CD CD r CD rD rD CD rD rD rD O rD rD N ,-1- CD .-I. rD S ,rD.F rD rD rD to N rD ' rD CD CD CD CD -1 vj 0) N C, -, CD - -p '+ •-► .-+ CD r+ C r+ rr r+ r+ .•. f~D r* 00 00 00 00 00 0q 00 C CIO 00 Cl rD Cl fD CZ rD Ol] CFO CIO 00 CIO = 00 • 00 C0 CIO CIO 00 O) 3 S S S S S S S S S S S \ o- \ S \ ,. M M- 0- M Q 'S* C� S S S S S 00 CI n n n n n n n n n 0j- v, 01 (n 0) v, n n n n n (D n n n n n n rD rD rD co rD rD rD rD co rD = Q = a = fl. rD CD CD CD CD Cu rD rD rD rD CD CD 3 0) Cu Cu Cu Cu 0) 0) D, C, 0) n CD n CD n rD v 0) N N a) Cl v v 0) CJ C, C) M n n n n n n n n n n n 3 3 = _ CD = _ _ _ = 3 7r 7r 7r n n n n CD n n n n n n to rD rD CD rD rD CD rD CD rD O fD CD m Lel CD = CO M VI f N Z = 0 v. Q v, m in O Q Q C 00 O rD CD CD V) 3 0 0 �+ 0 rr 3 N 0 0 0 0 = N. v) v1 in- N. Z < 0 < rD rD . rD V) V) 7- V) 2 V1 0 N O 0 N 0 ...1 C C S S Ul S O 0 1, 0 V-) 7t V) A A A W I--' W V) V) .1 IA CO so m eD co v co cc co g to tit CO 0 0 Q- D' °- 3 z 0 VI rro 01 o N V a y, N y Q- •* N 0 0 0 oo > 3 3 —I 3 v .. in N z o 0 -*I * * atv) in ��^ c ^x C P v S m C r=M `U et II7 rt lil K N 0W m h 7 Cn in G i....,, Q. r D cofD > a Z fD rt -3 C S cn vl ro O. m c C N 7- rD rt CA m -,C � B' vi y C V S .G o 0 `J1 .. es)et C o o Q R.J ti O m O G) G) to "1 cu. 3 g �p N 07 in O -5 fD a a - �i .3.. if, p ow ,, -0 C Q n NJ Q at v -. in _ Dt r. 7 3 - �' � . N rD ea 'n @ fD ,_' N V co 00 (-pi W �'+' 3 C �t Q' - _ - _ = Q0 < A < -, 7 ,d.F CO - --I. D < _ n fl ro -, m C °-. rD -0 et. .... v v 11 70 „� . C ro fD C N C C if aD 00 CD O = N Q Q 30 Q Q fD N 7 N 7 0) 0 n r, 3 •• o rn ro m U' IL v, ago rn co 3 CI N 0 v fD G' ID �^ .(n O v � v , LA "'!y Q. !D N G1 N +� 2 < 2 p cD ! 'mac. Z a fa �. n 7. rD a, m m n� h TS ni 1 S r* a c 3 .. Dinl, 7 Di CD a EL) Q- m• 7 O. ( O_ = .Q 3 7 0. 3 3 CD -. CD CDD °� o OD 0 y N a CO ]ri 0. a !' 3 3 3 0 O 3 3 3 o to 00 ,. In CV CD m to to 0 to N h.\ co a .... c ' al 3 � C) vl a m C,