Loading...
HomeMy WebLinkAboutWTR2703142ACORDM CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 112/12/2003 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION TYRISCO, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 6912 220th St. S.W., Suite 200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Mountlake Terrace WA 98043 Phone: 425 712-5007 Fax: 425 712-5006 INSURERS AFFORDING COVERAGE NAIC # INSURED Bush, Roed & Hitchings, Inc. INSURER A: Fidelity and Guaranty Ins Undrwtr, Inc 25879 2009 Minor Ave E INSURER B: Underwriters at Lloyds 15792 Seattle WA 98102 INSURER c: Fidelity and Guaranty Insurance Company 35386 E: LK�17a:Ia[rl4`: 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. NSR ADD'L' TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONRn DATE (mminONY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE [XI OCCUR 8KO1683533 12/05/03 12/05/04 DAMAGE TO RENREMI'ES ccTED $ 1,000,000 MEn $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO- LOC C AUTOMOBILE X LIABILITY ANY AUTO BA01669913 12J05/03 12/05/04 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG A EXCESS/UMBRELLA LIABILITY X OCCUR CLAIMS MADE BKO1683533 12/05/03 12/05/04 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ $ DEDUCTIBLE RETENTION $ N/A WORKERS COMPENSATION AND WC STATU- OTH- A EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE BKO1683533 12/05/03 12/05/04 E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,0(10 OFFICER/MEMBER EXCLUDED? If yes, describe under SPECIAL PROVISIONS below E.L. DISEASE -POLICY LIMIT $ 1,000,000 OTHER Retention $25,000 B Professional Liability F03/4468/000 12/05/03 12/05/04 Each Claim $2,000,000 Aggregate $2,OOLQkO DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS The City of Renton, and its officers, officials, agents, employees and volunteers are named as additional insured with respects to operations of the named insured. DEC 16 2003 r,NTON u»rt�v s S76m CERTIFICATE HOLDER CANCELLATION City of Renton Attn: Rick Moreno F#: 425-430-7241 1055 S Grady Way Renton, WA 98055 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED R PRESENTATIVE ACORD 25 (2001/08) t7 ACnRn r0PPnPATIl1N IORR IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) Policy Number: BKO1683533 Owners, Lessees Or Contractors (Form 0) ADDITIONAL INSURED THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: LIABILITY COVERAGE PART. Schedule Name of Person or Organization (Additional Insured): AS PER CERTIFICATES ON FILE WITH COMPANY Location of Covered Operations: 1. SECTION II - WHO IS AN INSURED is amended to include as an insured the person or organization (hereinafter called additional insured) shown in the Schedule but only with respect to liability arising out of: a. "Your work' for the additional insured(s) at the location shown in the Schedule; or b. Acts or omissions of the additional insured(s) in connection with their general supervision of "your work" at the location shown in the Schedule. 2. With respect to the insurance afforded these additional insureds, the following additional provisions apply: except exclusions a., d., e., f., g., h., j. (2), k., I., p., and t., apply to this insurance. b. Additional Exclusions. This insurance does not apply to: (1) 'Bodily injury" or "property damage" for which the additional insured(s) are obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the additional insured(s) would have in the absence of the contract or agreement. a. None of the exclusions under SECTION I. A. 2. (2) "Bodily injury" or "property damage" occurring after: CL/8F 22 50 03 95 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 2 Copyright, Insurance Services Office, Inc., 1984, 1985 (a) All work on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the site of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. (3) "Bodily injury" or "property damage" arising out of any act or omission of the additional insured(s) or any of their employees, other than the general supervision of work performed for the additional insured(s) by you. (4) "Property damage" to: (a) Property owned, used or occupied by or rented to the additional insured(s); (b) Property in the care, custody, or control of the additional insured(s) or over which the additional insured(s) are for any purpose exercising physical control; or CL/BF 22 50 03 95 (c) "Your work" for the additional insured(s). c. With respect to 1. above the following additional provision applies: SECTION IV. 5. Other Insurance is replaced by the following: 5. Other Insurance. The insurance afforded by this Coverage Part is primary insurance and we will not seek contribution from any other insurance available to the insured unless the other insurance is provided by a contractor. Then we will share with that other insurance by the method described below. If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 1984, 1985 Page 2 of 2 SURVEYING CAG-03-162 SERVICES AGREEMENT THIS AGREEMENT, made and entered into on this �, day of October, 2003, by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and the consulting firm Bush, Roed & Hitchings, Inc._ whose address is, 2009 Minor Avenue East, Seattle, WA 98102-3513 at which work will be available for inspection, hereinafter called the "SURVEYOR." PROJECT NAME: Surveying Services WHEREAS, the City has not sufficient qualified engineering employees to provide surveying services within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional surveying firm to do the necessary field surveying work for Public Works projects and the maintenance of the City's horizontal and vertical control, and WHEREAS, the Surveyor has represented and by entering into this Agreement now represents, that it is in full compliance with the statutes of the State of Washington for registration of professional land surveyor, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel are on staff or readily available to staff this Agreement. WHEREAS, the Surveyor has indicated that it desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: OBJECTIVES AND SCOPE OF WORK The objective of this Agreement is to provide land surveying services for the various departments which require such services during the planning, design and/or construction of City of Renton projects and for the development and maintenance of the City's maps.. The scope of work shall include all services necessary to accomplish the work and shall detail the documents to be provided as agreed to under Scopes of Work authorized during the duration of this Agreement. The Surveyor shall furnish, and hereby warrants that it has, the necessary equipment, materials, and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work, which is attached hereto and incorporated into this Agreement as though fully set forth herein. The work shall be verified for accuracy and completeness by the Consultant. The Surveyor will be held responsible for the accuracy and completeness of the work, even though the work has been accepted The Surveyor shall perform all work described in this Agreement and accompanying scopes of work to conform with the policies and standards set forth in Section H. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 1 FRM: Murveymdot/bh H DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: 1. Draft GeoSpatial Positioning Accuracy Standards for the National Spatial Data Infrastructure by the Federal Geographic Data Subcommittee, December 1996. 2. All pertinent Washington State legislation, e.g. Chapter 58 of the Revised Code of Washington (RCW). 3. All pertinent sections of the Washington State Administrative Code (WAC), e.g. Chapters 332 WAC. 4. City of Renton Survey Specifications as set forth in Section 1-I I of the City of Renton Supplemental Specifications for the 1997 Standard Specifications for Road, Bridge, and Municipal Construction, adopted May 19, 1997. M ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Surveyor copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Surveyor. The Surveyor will coordinate with other available sources to obtain data or records available to those agencies. The Surveyor shall be responsible for this and any other data collection. The Surveyor shall be responsible for the verification of existing records to insure they represent the accurate and current field conditions. Should field studies be needed, the Surveyor will perform such work. The City will not be obligated to perform any such field studies. IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT Documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Surveyor to the City upon completion of the various phases of the work. All such material, including working documents, notes, maps, drawings, photographs, photographic negatives, etc. used in the Scope of Work, shall become and remain the property of the City and may be used by it without restriction; except that, any use of such documents by the City not directly related to the Scope of Work pursuant to which the documents were prepared by the Surveyor shall be without any liability whatsoever to the Surveyor. Where possible and feasible all written documents and products shall be printed on recycled paper. Final documents, and interim drafts as feasible, will be printed on both sides of the recycled paper. V TIME OF BEGINNING AND COMPLETION This basic agreement shall be in effect for twelve (12) months from the date of formal acceptance by the City. This agreement may be extended for a maximum of three (3) years, upon agreement by both parties and written authorization by the City. The Surveyor shall not begin work under the terms of this Agreement until authorized in writing by the City by an executed Scope of Work. The time for completion of work performed under this Agreement shall be specified in the Authorized Scope of Work and as authorized in writing. If this contract would expire prior to the completion date of any Scope of Work, then this contract shall be automatically extended to the termination date of the Scope of Work. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 2 FRM: 97Surveyor.dotfbh Established completion time shall not be extended because of any delays attributable to the Surveyor, but may be extended by the City in the event of a delay attributable to the City or because of a delay caused by an act of God or governmental actions or other conditions beyond the control of the Surveyor. A supplemental agreement issued by the City is required to extend the established time. Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion of the work may be considered a cause for re negotiation or termination of this Agreement by the other party. VI PAYMENT The Surveyor shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. All billings for compensation for work performed under this Agreement will list actual time (days and/or hours) and dates during which the work was performed and the compensation shall be figured using the rates in Exhibit A. Time & Materials Billing Payment for work accomplished shall be on the basis of the Surveyors hourly billing rate per crew or man hours as appropriate plus material expenses. It is assumed that the billing rate for personnel provided covers the overhead and profit margins for the firm. No payment will be made for overhead or profit beyond the rates established in Exhibit A. 1. The billing rates should cover the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The billing rates are set forth in the attached Exhibit "A" and by this reference made a part of this Agreement. The billing rates may be updated annually by written approval of the Planning/Building/Public Works Administrator. 2. The material costs are those costs directly incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction, telephone, supplies, and fees of outside consultants. The material costs will be established for each Scope of Work which when executed will become a part of this Agreement. Billings for any material costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants and services shall be no greater than 1.10 times the invoiced amount. 3. The maximum amount payable for completion of all work under this Agreement on a time and materials basis is determined by the total of Authorized Scope of Work as shown in Exhibit "A." 4. Progress payments may be claimed monthly for time and materials actually incurred to date as supported by detailed statements. Final payment of any balance due the Surveyor of the gross amount earned per Scope of Work will be made promptly upon its verification by the City after completion and acceptance by the City of the work for each Scope of Work under this Agreement. Acceptance, by the Surveyor of final payment on the Scope of Work shall constitute full and final satisfaction of all amounts due or claimed to be due, for the specific Scope of Work. 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 VIH "EXTRA WORK"). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced time for consultant employees and material expenses, the City may conduct employee interviews. Time for the interviews can be billed at normal billing rates. hAfile sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 3 FRM: 97Surveyor.doVbh Acceptance of such final payment by the Surveyor shall constitute a release of all claims of any nature, related to the specific Scope of Work, which the Surveyor may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Surveyor prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Surveyor or to any remedies the City may pursue with respect to such claims. The Surveyor and its subconsultants shall keep available for inspection, by the City, for a period of three years after final payment, the cost records and accounts pertaining to this Agreement and all items related to, or bearing upon, these records. If any litigation, claim or audit is started before the expiration of the three-year retention period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. The three-year retention period starts when the Surveyor receives final payment. VII CHANGES IN WORK The Surveyor shall make all such revisions and changes in the completed work for each Scope of Work as are necessary to correct mistakes and blunders appearing therein, when required to do so by the City, without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised, the Surveyor shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra Work and will be paid for as provided in Section Vill. V III EXTRA WORK The City may desire to have the Surveyor perform work or render services in connection with a Scope of Work Assignment in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement to the Scope of Work which will set forth the nature and scope thereof. Work under a supplemental Scope of Work shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under a Scope of Work shall be resolved before the work is undertaken. IX EMPLOYMENT The Surveyor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Surveyor, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Surveyor, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Any and all employees of the Surveyor, while engaged in the performance of any work or services required by the Surveyor under this Agreement, shall be considered employees of the Surveyor only and not of the City and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Surveyor's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the Surveyor. The Surveyor shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees, without written consent of the public employer of such person. If during the time period of this agreement, the Surveyor finds it necessary to increase its professional, technical, or clerical staff as a result of this work, the Surveyor will actively solicit minorities through their advertisement and interview process. h:\file sys\wtr -drinking water utility\wtr-27 -water project files\2004-talbot hill-watermain\99survey.doc\ r 4 FRA 97Surveyor.dot/bh X NONDISCRIMINATION The Surveyor agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or terminations; rates of pay or other forms of compensation; selection for training; rendition of services. The Surveyor understands and agrees that if it violates this Non - Discrimination provision, this Agreement may be terminated by the City and further that the Surveyor shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Surveyor, subject to the City's obligation to pay Surveyor in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Surveyor, or any of its supervisory personnel assigned to the project, the surviving members of the Surveyor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to re -negotiations of this Agreement between surviving members of the Surveyor and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the Surveyor, with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. C. In the event this Agreement is terminated by the City other than for fault on the part of the Surveyor, a final payment shall be made to the Surveyor for actual time and material expenses for the work complete at the time of termination of the Agreement. In addition, the Surveyor shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Surveyor of the Notice to Terminate, except for work which may be required to complete checking of finalized work and record surveys as required by Washington State law. If the accumulated payment made to the Surveyor prior to Notice of Termination exceeds the total amount that would be due as set forth herein above, then no final payment shall be due and the Surveyor shall immediately reimburse the City for any excess paid. D. In the event the services of the Surveyor are terminated by the City for fault on the part of the Surveyor, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Surveyor in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports and documents prepared by the Surveyor prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Surveyor. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 5 FRM: Murveyor.dot% F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Surveyor for any breach of this Agreement by the Surveyor, or for failure of the Surveyor to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Surveyor. 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 Director of Planning/Building/Public Works or his/her successors and delegees, whose decision in the matter shall be final and conclusive on the parties to this Agreement. In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County. XIII LEGAL RELATIONS The Surveyor shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws of Washington. The Surveyor agrees to indemnify, defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims, demands or suits at law or equity arising in whole or part from the Surveyor's negligent acts, errors, or omissions under this Agreement provided that nothing herein shall require the Surveyor to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the Surveyor's agents or employees and (b) the City, its agents, officers and employees, this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Surveyor's negligence or the negligence of the Surveyor's agents or employees except as limited below. The Surveyor shall secure general liability, property damage, auto liability, and professional liability coverage in the amount of $1.0 million, with a General Aggregate in the amount of $2 million, unless waived or reduced by the City. The Consultant shall submit a completed City of Renton Insurance Information Form, and the Standard Acord. The City of Renton shall be named as an "additional insured" on all contracts/projects. Surveyor shall furnish copies of the declarations pages of relevant insurance policies to the City prior to execution of any Scope of Work. The Certification and Declaration page(s) shall be in a form as approved by the City. If the City's Risk Manager has the Declaration page(s) on file from a previous contract and no changes in insurance coverage has occurred, only the Certification Form will be required. All coverages provided by the Surveyor shall be in a form, and underwritten by a company acceptable to the City. The City will normally require carriers to have minimum A.M. Best rating of A XII. The Surveyor shall keep all required coverages in full force and effect during the life of any Scope of Work, and a minimum of thirty days' notice shall be given to the City prior to the cancellation of any policy. The Surveyors's relation to the City shall be at all times as an independent contractor. XTV SUBLETTING OR ASSIGNING OF CONTRACTS The Surveyor shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 6 FRM: 97Surveyor.dot/bh XV ENDORSEMENT OF PLANS The Surveyor shall place their certification on all plans, specifications, estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XVI COMPLETE AGREEMENT This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. Later Scope of Work s will be in writing and executed and will become part of this agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. XVIII EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Surveyor does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Surveyor, and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CONSULTANT — p5Ci 0 4'��J A J- ±;�� ;15 — I-) -1�7-3 Signature Date type or print name Title CITY OF RENTON Jesse Tanner, Mayor Date ATTEST: &"" i ' (az4 Bonnie I. Walton, City Clerk h:\file sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 7 FRM: 97Surveyor.dot/bh EXHIBIT A SCOPE OF WORK City of Renton Project No. Name of Project t.r IA Ga W `o Master Agreement No. The City desires to authorize engineering services pursuant to the Master Agreement entered int with and executed on and identified as Master Agreement No. All provisions in the Master Agreement remain in effect except as expressly modified by t s work Authorization, and are incorporated herein by reference. Scope of Work I. DESCRIPTION OF PROPOSED WORK H. ESTIMATE OF HOURS AND COST III. SCHEDULE FOR COMPLETION OF AUTHOR D WORK IV. ADDITIONAL ITEMS TO BE FURNISHED Y THE CONSULTANT SUMMARY OF FEE FOR DirectSalary Cost................................................................................... Overhead Cost (including payrolladditives........................................................................ NetFee....................................................................................................... Direct Non -Salary Costs: a. Travel and per diem ............................................... $ b. Reproduction e........................................... $ c. Computer expense/........................................... $ d. Outside consul........................................... $ e. Other (specify)...........................................$ Total / $ SERVICES ................$ $ Sub -Total $ Sub Total $ GRAND TOTAL $ If you concyt in this Scope of Work Authorization and agree to the items as stated above, please sign in the appropria spaces below and return to this office for final action. q:\data_center\forms\city\contracts\99survey.doc\ r 8 FRA Murveyor.dot/bh EXIBBIT A SCOPE OF WORK (cont.) City of Renton N D �' Project No.ArrIi-e�"IV)1c, Name of Project Master Agreement No. The maximum amount payable under this work authorization inclusive of all fees and other osts is $ All work under this work authorization shall be performed pursuant to the terms, con tions, specifications, and limitations contained in the Master Agreement. SUMMARY OF PAYMENTS UNDER WORK AUT14ORIZATIONS Direct Salary Cost Overhead (including Payroll additives) Direct Non -Salary Costs Net Fee Total Surveyor's Signature Prior ope of Work Scope of Work Authorization Authorizations No. Total Approving Authority Date of Authorization: RESOLUTION NO. 3229 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 q:\data_centerVorms\city\contracts\99stuvey.doc\ r 9 FRM: Murveyor.dodbh It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job -related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7 thday of October, 1996. CITY OF RENTON: ayor ,At;test: City Cler} RENTON CITY COUNCIL: Council President q:\data_center\forms\city\contracts\99survey.doc\ r 10 FRM: Murveyor.dotfbh 'tY AFFIDAVIT OF COMPLIANCE Bush, Roed & Hitchings Inc hereby confirms and declares that ( Name of contractor/subcontractor/consultant/supplier) It is Bush, Roed & Hitchings, Inc. policy to offer equal ( Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. Bush, Roed & Hitchings Inc complies with all applicable federal, ( Name of contractor/subcontractor/consultandsupplier) state and local laws governing non-discrimination in employment. H. When applicable, Bush, Roed & Hitchings, Inc. will seek out and ( Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. Ronald G. Goldy, President Print Agent/Representative's Name and Title �- (,j - AgenURepresentative's Signature Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. q:\data_center\forms\city\contracts\99survey.doc\ r I 1 FRM: 97Surveyor.dot/bh V-:uldte1"r A RB H VIA FACSIIvflLE Mail Confirmation October 2, 2003 Mr. Rick Moreno City of Renton Water Utility Engineering 1055 South Grady Way Renton WA 98055 BUSH, ROED & HITCHINGS, INC. Civil Engineers and Land Surveyors Re: Land Survey Services — Topographic Mapping Vicinity of South 15th Street and Morris Avenue South Talbot Hill Water Main Project Renton, King County, Washington Dear Mr. Moreno: WT —nU (CITY OF RENTON ttmarY SYSTEMS We propose to provide land survey services at the above referenced site. The limits of the survey will be as shown on the attached sketch (Exhibit "A"). The specific details are as follows: Topographic Survex ► Right-of-way boundary will be calculated with bearings and distances shown on the drawing. ► All surface improvements, pavements, sidewalks, power poles, signs and buildings will be located and shown. ► All below grade utilities, including pipe types and sizes, rim and invert elevations, will be shown if record of their existence is found or if visible at the surface. ► Underground service lines will be marked in the field by our utility locating personnel if tracer wires or other metallic features exist below ground. No. 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. No. Spot elevations will be shown at 50 foot intervals in the streets to the centerline. Full street widths of improvements will be shown to a limit of 10 feet beyond right-of-way lines into private property. 2009 Minor Avenue East, Seattle, Washington 98102-3513 - Phone 206/323-4144; Fax 206/323-7135 1-800-935-0508 Internet: brhinc.com CITY OF RENTON Mr. Rick Moreno October 3, 2003 Page 2 of 2 EXH0t-r A BUSH, ROED & HITCHINGS, INC. ► City of Renton horizontal and vertical datum will be used. A minimum of seven on -site benchmarks will be set. City of Renton survey standards will be adhered to as found in Exhibit "B". IN. Spot elevations will be shown to approximately 0.01 feet. One foot contour intervals elevations will be shown. ► City of Renton drafting and layering standards will be followed. ► All trees greater than 6-inches in diameter will be located and shown. Our fee to provide this service is $26,450 (see attached rates schedule Exhibit "C"). Expense items, such as printing charges, delivery fees, communication charges, etc., will be billed on a cost plus 15% basis in addition to the fees noted above. The final topographic drawing will be drafted in AutoCAD, 2002 (Land Desktop - Version 3). We will complete and deliver the final drawing within by November 3, 2003, if authorization to proceed is received by October 3, 2003. The activities of Bush, Roed & Hitchings, Inc. are insured for both commercial general liability and professional liability. Commercial general liability limit is $1,000,000 per occurrence and $2,000,000 in the aggregate. Professional liability limit of coverage is $2,000,000. Certificates of Insurance will be furnished upon request. We appreciate the opportunity to submit this proposal and are looking forward to working with you on this project. If this proposal meets with your approval, please provide a signature in the space below and return to our office, retaining a copy for your files. Sincerely, & HITCMNGS, INC. Iffr!McManus, P.L.S. Survey Division Manager JJM/jlz Enclosure ACCEPTED BY: City of Renton Printed Name:_ Signature: Title: Date: 1 2ed4 772 +66 + + 9 + 67 - W I 549 r� U l 1 1 1 - t ►tth.�t377+ - 62 S t 9th \5. ---- - — ,-- — 6 12 t 6n 2818i 292 + 925 28.11 242 i 282i+ 9 s, - ,_ 21 s t st: - -28 - C115 -, '�282a +fie o _ I __ T - 4L8 — - - St. 151 + + 1320 1229 29 1 88 ♦ 289 � H3 - 30 TM BSE NB 1/4 CITY OF RENTON SURVEY CONTROL WTWORK MONUMENTS & - BENCHMARKS TECHNICAL SERVICES • WOR" anim0 0 450 9w 1:5400 �. LEGEND 1111 ® Hmixontd & vW*cd 2222 ® HcrizaMcl Only 3 ®3 Vmi;cd Only ♦'�`J0 Momxnw* G3 N_ 19 - T23N R5E SE 1/4 U 1.1 U1 GUUJ lU U.l EXAIHIBII "B" PAGE 1 OF 1 City of Renton Surveying Standards City of Renton Standard Plans & Supplemental Specifications Section 1-11 Adopted December 16, 1996 Effective January, 21, 1997 TS SERVMISYS2IMAPSl 3m1coevoP=n.doc 1-114 2 May 2000 --I - GCJrIJ lu-- -. I 1 111 11LI 11-11 1 -1 11 EXHIBIT "B" PAGE 2 OF 6 'YGJ `>JCJ t L`11 1 CJ 1� 1 J 1-11 Renton Surveying Standards 1-11.1(1) Responsibility for surveys (RC) All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 1943.RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision (RC) The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91 _ All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Lund Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adju5imcnt_ The horizontal component of the control system foi- surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Speciftcarions for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document.. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing 1f a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established_ 1-1 l.l(3) Subdivision Information (RC) Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement 1-11.1(d) Field Notes (RC) Field notes shall be kept in conventional format in a standard bound field book with watctproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point_ Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example_ The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348,16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes_ 1-I1.1(5) Corners and Monnments (RQ Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to TS SERVERNSYS2\MAPW3m1controRscn.doc 1-11.5 2 May 2000 EXHIBIT "B" PAGE 3 OF 6 physically reference a corner's location on the ground. Morrumeri! Any physical object or structure of record which marks or accurately references: • A comer or other survey point established by or under the supervision of an individual per section 1-1 1.1(1) and any comer or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision comers down to and including onc-sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey (RC) Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non -single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton_ The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale_ North orientation should be clearly presented and the scale shown graphically as well as noted_ The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. 1f recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use_ An electronic listing of all principal points shown on the drawing shall be submitted with each drawing_ The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels (RQ Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and I-1 I.1. Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. 1-11.1(8) Radial and Station — Offset Topography (RC) Topographic surveys shall satisfy all applicable requirements of section IA 1.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station — offset topography shall meet the requirements of section IA 1.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography (RC) Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal TS_SMV'D /JSXS2%MAPS%83mk,ontrohscn.doc 1-11-5 2 May 2000 EXHIBIT "B" PAGE 4 OF 6 Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station —Offset Topography (RC) Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. As -Built Survey (RC) All improvements required to be "as -built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as -built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as -built". The "as - built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as -built" surveys shall satisfy the requirements of section I-il.l(1) herein and shall be based upon control or base line surveys made in conformance with all of section I - I 1.1 and 1-11.3(1)herein- The field notes for "as -built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as -built" drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as -built" surveys. 1-11.1(12) Monument Setting and Referencing (RC) All property or lot corners, as defined in 1- 11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per I- 11.20). In situations where such markers are impractical or in danger of being destroyed, e.g., the front comers of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective comers shall be shown or described on the face of the plat or survey of record, e_g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the comer shall meet the requirements of section 1-11.2(1) herein. All non comer monuments, as defined in I - 11.1(5), shall meet the requirements of section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul do sacs shall be set_ if the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the P1 instead of the PC and PT of the curve_ For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one -sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 93/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners (RC) Comers per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inoh diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-112(2) Monuments (RC) Monuments per 1-1I.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently TS SERVER//SY52%WJM snNcontror\scn.doe 1-11-5 2 May 2000 EXHIBIT "B" PAGE 5 OF 6 marked or tagged with the surveyor's identification number_ 1-11.2(3) Monument Case and Cover (RC) Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. TS SMtVMV&*YS2VAAPSWmkontmPscn.&c 1-11-5 2 May 2000 15; W/7Z/ AC 4=2-e L4>v 54,V0 4Fi��C P�ITCN/�t,C� lfCT/0V PLA/,l , - 82455 C4P o,C 51,011 EL 51104r10/v LeCT �54CeFILL J00;: tlw/9IGriUv XOTL: Monument Came & Cover I. STANDARD MONUKHT CASE AND COVER NASHINGTON STATE DLPARrmw OF IIIGHWAYS 1976. 2. 7HE CASTINGS SHALL DE GRAY -IRON CASTINGS, ASTI4 DESIGNATION A-46, CLASS 40, THE COVER AND SEAT SHALL BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL UIDTH OF BEARING SURFACE. J, WHEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAVEHENT, A CEMENT CONCRETE BASE; WILL NOT BE NECESSARY. ADOPTED 4, SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATION SECTION 7-05.3(I) FOR CITY OF RENTON ADJUSTMENTS TO GRADE. STANDARD PLANS L.ST DATE: ITab-89 EXHIBIT "C" BUSH, ROED & HITCHINGS, INC. Standard Schedule of Charges and General Conditions - Effective to December 31, 2003 Fee Schedule Clerical $45/11r. 1 person field crew 72/11r. Drafter 68/Hr_ 2 person field crew 135/Hr_ Research Technician 72/Hr. 3 person field crew I80/Fk. Field Representative 75/11r. 2 person hazardous materials crew 180/Hr. Utility Locator 68/Hr. Overtime 1.35 x rates Surveying Coordinator 85/Hr. Survey CAD Technician 82/1Ir DIRECT NON -SALARIED COSTS Engineering CAD Technician 78/14r GPS Receivers 150/Day/Receiver Engineering CAD Designer 93/1­1r. CYRA Scanner 200/I1r. Surveyor (PLS) 92/fY Vehicle per diem charge 20/Day Project Manager (PE, PLS) 95/Hr. Mileage (truck) .35/Mile Sr. Project Manager (PE, PLS) 115/fir. Mileage (car) .40/Mile GPS Consulting 125/Hr Job related expense Cost plus 15% Principal 135/11r. Non -account related prints $20 minimum Non -account related data file transfer $50 minimum Payment Terms Invoices will be submitted once per month and are payable upon receipt. Accounts remaining unpaid after 60 days will be subject to a 1.5% service charge per month. Collection fees including liens and attorney's fees, as may be required, will be added to the account. Right -of -Entry and Boundary Line Location Client will furnish right -of -entry for BRH to make surveys. Client shall furnish a description of the property where boundary lines are to be established. BRH assumes no liability for the establishment of actual lines of ownership other than as described and certified as such by a title insurance company. BRH will not be responsible for indicating easements, covenants, and restrictions of record on surveys unless furnished with a current title insurance report. At the request of the Client BRH will obtain a report from a title insurance company at Client's expense. Utility Locations When retained to locate utilities, BRH will depend upon utility agency records where verification by field location is not possible. BRH assumes no liability for the accuracy of records or locations provided by others. General and Automobile Liability Insurance BRH, Inc. maintains General Liability Insurance for bodily injury and property damage with a limit of $1,000,000 per occurrence and $2,000,000 aggregate. Automobile Liability and Property Damage Insurance is maintained with combined single limits of $1,000,000. Professional Liability BRH maintains professional liability insurance for losses arising directly from its negligent acts, errors or omissions with limits of $2,000,000 per occurrence and in the aggregate. Service Agreement It is BRH policy to negotiate and execute a Service Agreement setting forth actual scope of work, fees, payment terms, and general conditions prior to commencing services. Date Revised: July 1, 2003 1:Misc4ates\Dec03 J t CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: October 22, 2003 TO: Mayor Jesse Tanner VIA: Bonnie Walton, City Clerk FROM: Gregg Zimmerman inistrator Planning/Building/Public Works Department STAFF CONTACT: Abdoul Gafour (0210) SUBJECT: Surveying Contract with Bush, Roed & Hitchings, Inc. for the Talbot Hill Water Main Replacement Phase 1 ISSUE: The Water Utility requests approval of a surveying contract in the amount of $26,450 with Bush, Roed and Hitchings, Inc. for survey work related to the replacement of water mains in the Talbot Hill area. RECOMMENDATION: • Approval of surveying contract with Bush, Roed and Hitchings, Inc. in the amount of $26,450. BACKGROUND SUMMARY: The Water Utility plans to replace a portion of existing old and undersized cast-iron water mains in the Talbot Hill area in 2004. The new lines will provide adequate fire protection and water pressure to residents. In 2003, we have budgeted funds in our capital improvement project budget for the in-house design of the project including surveying work by a consultant for the preparation of base maps. We have selected Bush, Roed and Hitchings, Inc. from the City's annual consultant roster for surveying services. Risk Management and the City Attorney have approved the contract. Attachments: Contract checklist Insurance certificate 2 original contracts cc: Lys Hornsby H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-XXXX Talbot Hill Phase 1 Water Main Replacement\issue-paper. doc\AGtp CONTRACT CHECKLIST STAFF NAME & EXTENSION NUMBER: Rick Moreno DIVISION/DEPARTMENT: PBPW/Water Utility Division CONTRACT NUMBER:, TASK ORDER NUMBER (if applicable): CONTRACTOR:U PURPOSE OF CONTRACT: 1?i_ayst mAd SLA<y!{ Suy iG€S 1. LEGAL REVIEW: (Attach letter from City Attorney) ✓ 2. RISK MANAGEMENT REVIEW FOR INSURANCE: (Attach letter) ✓ 3. RESPONSE TO LEGAL OR RISK MGMT CONCERNS: (Explain in writing how concerns have been met.) 4. INSURANCE CERTIFICATE AND/OR POLICY: (Attach original) ✓ 5. CITY BUSINESS LICENSE NUMBER: 812Cp (Call Finance Dept.) 6. ACCOUNTS PAYABLE W-9 VENDOR FORM: (If not already on file with the Finance Dept_, make sure the contractor completes a vendor form and submits it to the Finance Dept.) (patI S j1pE(- F, ,Nce 7. ATTACHED CONTRACTS ARE SIGNED BY CONTRACTOR/CONSULTANT: J (If not, provide explanation) ACCeou�' .4". 8. FISCAL IMPACT: ( Kzt . oco 5 o v • of $. S960. 003 y .G5.05 s ) 7 0 A. AMOUNT BUDGETED: (LINE ITEM) (See 9.b)* 'f Z]I o-06 B. EXPENDITURE REQUIRED: 9. COUNCIL APPROVAL REQUIRED: (Prepare Agenda Bill): (See Policy and Procedure 250-02) A. CONTRACT OR TASK ORDER IS $50,000 OR OVER: (Refer to Council committee for initial contract approval; place subsequent task orders on Council agenda for concurrence.) B. *FUND TRANSFER REQUIRED IF CONTRACT EXPENDITURE EXCEEDS AMOUNT BUDGETED. (Refer to Council committee.) C. SOLE SOURCE CONTRACTS. (Over $20,000 refer to Council committee) 10. DATE OF COUNCIL APPROVAL (if applicable): A/A 11. RESOLUTION NUMBER (If applicable): 12. KEY WORDS FOR CITY CLERK'S INDEX: 11 B. C. Ghi' - d 3 — I DC/forms/city/contracts/cklist.doc/t Rev:3/02 1 CITY OF RENTON Office of the City Attorney Jesse Tanner, Mayor Lawrence J. Warren MEMORANDUM To: Bob MacOnieLl From: Lawrence J. Warren, City Attorney SEP 241999 Date: September 20, 1999 (IF- RENT-0-PI Subject: Surveying Services Agreement The proposed changes are acceptable. The chanje to the third paragraph of section I may be made easier by eliminating the word "engineering" (5 word, line 2) or substituting surveying. C7 Lawrence . Warren LJW:as. cc: Jay Covington A8:165.38. Post Office Box 626 - 100 S. 2nd Street - Renton, Washington 98057 - (425)255-8678 MThis oanhr r, Wne .rrft --c4M mma iel o ......• ................ L City of Renton Human Resources & Risk Management Memorandum DATE: October 21, 2003 TO: Ri4 Moreno, Utility Systems FROM: R. Webby, HR&RM Administrator SUBJECT: Insurance Review/ Bush, Roed & Mtchings, Inc. Talbot Hill Water Main Survey- Phase 1 I have reviewed the certificate of insurance for the above -mentioned contract. The insurance coverage, provided for this contract, meets the City's risk management requirements. 3 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) rM 10109103 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE TYRISCO, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.O. Box 55219 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. :le, WA 98155 INSURERS AFFORDING COVERAGE NAIC # INSURED Bush, Roed & Hitchings, Inc. INSURERA: Assurance Coof America Zurich 2009 Minor Ave E INSURER B: Underwriters at Lloyd's, London Seattle WA 98102 rnvCoAr_ce INSURER D: INSURER E: 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD'L NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE 7 n n POLICY EXPIRATIONjjjj._ 1 LIMITS A GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE D OCCUR PPSO41581563 12105/02 12105/03 EACH OCCURRENCE $ 1,000,000 TO RENTED PREMISES $ _(E.DAMAGE MED EXP (Any oneperson) $ 10,000 PERSONAL & ADV INJURY $ 1 000,000 X Owners & Cont Prot GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS -COMP/OP AGG $ 2,000,000 POLICY PRO- [jECT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 A X ANY AUTO PPSO41581563 12/05102 12/05/03 (Ea accident) BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS j RECEI _ BODILY INJURY (Per accident) $ HIRED AUTOS NON -OWNED AUTOS OCT PROPERTY DAMAGE (Per accident) $ CITY OF R , NTON GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ _ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 A X OCCUR 1:1CLAIMS MADE PPSO41581563 12105/02 120103 $ DEDUCTIBLE $ RETENTION $ WORKERS COMPENSATION AND WC STATU- X O-RJTH Stop Gap E.L. EACH ACCIDENT $1,000,000 A EMPLOYERS' LIABILITY PPSO41581563 12/05102 12/05103 ANY PRO PRIETOR/PARTNER/EXECUTIVE OFFICERIMEMBER EXCLUDED? E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE -POLICY LIMIT 000 $ 1, ,000 If yes, describe under SPECIAL PROVISIONS below OTHER Ea Per Claim $2,000,000 B Professional Liability F02144681000 12/05/02 12/05/03 Aggregate $2,000,000 Deductible $20,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS Operations of the Named Insured. The City of Renton, and its officers, officials, agents, employees and volunteers are additional insureds per CG 2010 attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Renton Attn: Rick Moreno DATE THEREOF, THE ISSUING INSURER WILL -MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 1055 S Grady Way Renton, WA 98055 rwwwwrwws. [AUTHORIZED REPRESENTAI&_� " - /',a 77 ACORD 25 (2001/08) -c)'Ah-OA15 CORPORATION 1988 I J u POLICY NUMBER: PPSO41581563 NAMED INSURED: BUSH, ROED & HITCHINGS, INC. COMMERCIAL GENERAL LIABILITY POLICY PERIOD: 12/05/02 to 12/05/03 CG 20 10 10 93 INSURANCE CARRIER: Assurance Co. of America (Zurich) PROJECT: Operations of the Named Insured THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS FORM B This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: City of Renton and its officers, officials, agents, employees and volunteers. If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respects to liability arising out of your ongoing operations performed for that insured. Regarding Primary Additional Insureds: The insurance afforded by this coverage is primary insurance and we will not seek contribution from any other insurance available to the insured unless the other insurance is provided by a contractor. Then we will share with the other insurance by the methods described below. If all of the other insurance permits contribution by equal stares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of all insurers. CG 20 10 10 93 Copyright, Insurance Services Office, Inc. 1992 OC7-07-02 10:11AM FROM -BUSH ROEO & HITOHINSS INC, 206-323-713E T-298 P 03/07 F-149 FOR: City of Renton Human Resources & Risk Management Department Insurance InfDrmation Form PROJECT NiTMBER: � STAFF CONTACT: Certificate of Insurance indicates the coverages/limits specified in Yes No c omracr? Are the following coverages and/or conditions in e;fcct? Yes ❑ No The Commercial General LiWlity policy farm is an 'So 1993 Yes Q No Occarrenee Form or Equivalent? (If no, attach a copy of the policy with required coverages clearly identified) Q Yes / No CG W43 Amendatory Endorsement provided?* General Aggregate provided on a "per project basis (CG2503)?* Yes P No Additional Insured wording provided?* Yes ❑ No Coverage on a primary basis atxl non-contributing basis?{ Yes No Waiver of Subrogation Clause applies?* Yes No Severability of interest Clause (Cross Liability) applies? Yes ❑ No Notice of Cancellation/Non-Renewal :emended to 45 days?" � Yes ❑ No 'KTo be shown on cerrificaze of insurance" AM BEST'S RATING FOR CARRIER jr GL ! Auto A + Unit Professional This Questionnaire is issued as a matter of information. Tltis questionnaire is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies indicated on the attached CERTIFICATE OF INSURANCE, The CITY OF RENTON, at its option, shall obtain copies of the policies and/or specific declaration pages FROM awarders bidder prior to execution of contract. ov, - 17r, C Agencyffifo�ke/ff Aadr-ss [VIA- Cl 155 OnnV2r Ir1AnfA Name of person to pritact Completed B (.T r Lei Completed By qas - 7 Telephone Number NOTF. THIS QUESTIONNAIRE MUST BE COMPLETED FOR EACH LINE OF COVERAGE AND ATTACHED TO CERTIFICATE OF INSURANCE OCT-7-2003) TUE 10:00 TEL:4E57125006 t1AME: P. SURVEYING SERVICES AGREEMENT THIS AGREEMENT, made and entered into on this , day of October, 2003, by and between the CITY OF RENTON, WASHINGTON, A MUNICIPAL CORPORATION HEREINAFTER CALLED THE "CITY," and the consulting firm Bush, Roed & Hitchings, Inc._ whose address is, 2009 Minor Avenue East, Seattle, WA 98102-3513 at which work will be available for inspection, hereinafter called the "SURVEYOR." PROJECT NAME: Surveying Services WHEREAS, the City has not sufficient qualified engineering employees to provide surveying services within a reasonable time and the City deems it advisable and is desirous of engaging the professional services and assistance of a qualified professional surveying firm to do the necessary field surveying work for Public Works projects and the maintenance of the City's horizontal and vertical control, and WHEREAS, the Surveyor has represented and by entering into this Agreement now represents, that it is in full compliance with the statutes of the State of Washington for registration of professional land surveyor, has a current valid corporate certificate from the State of Washington or has a valid assumed name filing with the Secretary of State and that all personnel to be assigned to the work required under this Agreement are fully qualified to perform the work to which they will be assigned in a competent and professional manner, and that sufficient qualified personnel are on staff or readily available to staff this Agreement. WHEREAS, the Surveyor has indicated that it desires to do the work set forth in the Agreement upon the terms and conditions set forth below. NOW THEREFORE, in consideration of the terms, conditions, covenants and performances contained herein below, the parties hereto agree as follows: OBJECTIVES AND SCOPE OF WORK The objective of this Agreement is to provide land surveying services for the various departments which require such services during the planning, design and/or construction of City of Renton projects and for the development and maintenance of the City's maps.. The scope of work shall include all services necessary to accomplish the work and shall detail the documents to be provided as agreed to under Scopes of Work authorized during the duration of this Agreement. The Surveyor shall furnish, and hereby warrants that it has, the necessary equipment, materials, and professionally trained and experienced personnel to facilitate completion of the work described in Exhibit A, Scope of Work, which is attached hereto and incorporated into this Agreement as though fully set forth herein. The work shall be verified for accuracy and completeness by the Consultant. The Surveyor will be held responsible for the accuracy and completeness of the work, even though the work has been accepted The Surveyor shall perform all work described in this Agreement and accompanying scopes of work to conform with the policies and standards set forth in Section II. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermaiM99survey.doc\ r 1 FRM: 97Surveyor.dot/bh H DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: 1. Draft GeoSpatial Positioning Accuracy Standards for the National Spatial Data Infrastructure by the Federal Geographic Data Subcommittee, December 1996. 2. All pertinent Washington State legislation, e.g. Chapter 58 of the Revised Code of Washington (RCW). 3. All pertinent sections of the Washington State Administrative Code (WAC), e.g. Chapters 332 WAC. 4. City of Renton Survey Specifications as set forth in Section 1-11 of the City of Renton Supplemental Specifications for the 1997 Standard Specifications for Road, Bridge, and Municipal Construction, adopted May 19, 1997. III ITEMS TO BE FURNISHED TO THE CONSULTANT BY THE CITY The City will furnish the Surveyor copies of documents which are available to the City that will facilitate the preparation of the plans, studies, specifications, and estimates within the limits of the assigned work. All other records needed for the study must be obtained by the Surveyor. The Surveyor will coordinate with other available sources to obtain data or records available to those agencies. The Surveyor shall be responsible for this and any other data collection. The Surveyor shall be responsible for the verification of existing records to insure they represent the accurate and current field conditions. Should field studies be needed, the Surveyor will perform such work. The City will not be obligated to perform any such field studies. IV OWNERSHIP OF PRODUCTS AND DOCUMENTS TO BE FURNISHED BY THE CONSULTANT Documents, exhibits or other presentations for the work covered by this Agreement shall be furnished by the Surveyor to the City upon completion of the various phases of the work. All such material, including working documents, notes, maps, drawings, photographs, photographic negatives, etc. used in the Scope of Work, shall become and remain the property of the City and may be used by it without restriction; except that, any use of such documents by the City not directly related to the Scope of Work pursuant to which the documents were prepared by the Surveyor shall be without any liability whatsoever to the Surveyor. Where possible and feasible all written documents and products shall be printed on recycled paper. Final documents, and interim drafts as feasible, will be printed on both sides of the recycled paper. V TIME OF BEGINNING AND COMPLETION This basic agreement shall be in effect for twelve (12) months from the date of formal acceptance by the City. This agreement may be extended for a maximum of three (3) years, upon agreement by both parties and written authorization by the City. The Surveyor shall not begin work under the terms of this Agreement until authorized in writing by the City by an executed Scope of Work. The time for completion of work performed under this Agreement shall be specified in the Authorized Scope of Work and as authorized in writing. If this contract would expire prior to the completion date of any Scope of Work, then this contract shall be automatically extended to the termination date of the Scope of Work. hAfile sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watcrmain\99survey.doc\ r 2 FRM: 97Surveyor.dot/bh Established completion time shall not be extended because of any delays attributable to the Surveyor, but may be extended by the City in the event of a delay attributable to the City or because of a delay caused by an act of God or governmental actions or other conditions beyond the control of the Surveyor. A supplemental agreement issued by the City is required to extend the established time. Delays attributable to or caused by one of the parties hereto amounting to 30 days or more affecting the completion of the work may be considered a cause for re negotiation or termination of this Agreement by the other party. VI PAYMENT The Surveyor shall be paid by the City for completed work for services rendered under this Agreement as provided hereinafter. Such payment shall be full compensation for work performed or services rendered and for all labor, materials, supplies, equipment, and incidentals necessary to complete the work. All billings for compensation for work performed under this Agreement will list actual time (days and/or hours) and dates during which the work was performed and the compensation shall be figured using the rates in Exhibit A. Time & Materials Billing Payment for work accomplished shall be on the basis of the Surveyor's hourly billing rate per crew or man hours as appropriate plus material expenses. It is assumed that the billing rate for personnel provided covers the overhead and profit margins for the firm. No payment will be made for overhead or profit beyond the rates established in Exhibit A. 1. The billing rates should cover the salary expense for professional and technical personnel and principals for the time they are productively engaged in the work necessary to fulfill the terms of this Agreement. The billing rates are set forth in the attached Exhibit "A" and by this reference made a part of this Agreement. The billing rates may be updated annually by written approval of the Planning/Building/Public Works Administrator. 2. The material costs are those costs directly incurred in fulfilling the terms of this Agreement, including, but not limited to travel, reproduction, telephone, supplies, and fees of outside consultants. The material costs will be established for each Scope of Work which when executed will become a part of this Agreement. Billings for any material costs shall be supported by copies of original bills or invoices. Reimbursement for outside consultants and services shall be no greater than 1.10 times the invoiced amount. 3. The maximum amount payable for completion of all work under this Agreement on a time and materials basis is determined by the total of Authorized Scope of Work as shown in Exhibit "A." 4. Progress payments may be claimed monthly for time and materials actually incurred to date as supported by detailed statements. Final payment of any balance due the Surveyor of the gross amount earned per Scope of Work will be made promptly upon its verification by the City after completion and acceptance by the City of the work for each Scope of Work under this Agreement. Acceptance, by the Surveyor of final payment on the Scope of Work shall constitute full and final satisfaction of all amounts due or claimed to be due, for the specific Scope of Work. 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 VIH "EXTRA WORK"). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced time for consultant employees and material expenses, the City may conduct employee interviews. Time for the interviews can be billed at normal billing rates. hAfile sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 3 FRM: 97Surveyor.dot/bh Acceptance of such final payment by the Surveyor shall constitute a release of all claims of any nature, related to the specific Scope of Work, which the Surveyor may have against the City unless such claims are specifically reserved in writing and transmitted to the City by the Surveyor prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Surveyor or to any remedies the City may pursue with respect to such claims. The Surveyor and its subconsultants shall keep available for inspection, by the City, for a period of three years after final payment, the cost records and accounts pertaining to this Agreement and all items related to, or bearing upon, these records. If any litigation, claim or audit is started before the expiration of the three-year retention period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. The three-year retention period starts when the Surveyor receives final payment. VII CHANGES IN WORK The Surveyor shall make all such revisions and changes in the completed work for each Scope of Work as are necessary to correct mistakes and blunders appearing therein, when required to do so by the City, without additional compensation. Should the City find it desirable for its own purposes to have previously satisfactorily completed work or parts thereof revised, the Surveyor shall make such revisions, if requested and as directed by the City in writing. This work shall be considered as Extra Work and will be paid for as provided in Section VIII. VIII EXTRA WORK The City may desire to have the Surveyor perform work or render services in connection with a Scope of Work Assignment in addition to or other than work provided for by the expressed intent of the Scope of Work. Such work will be considered as Extra Work and will be specified in a written supplement to the Scope of Work which will set forth the nature and scope thereof. Work under a supplemental Scope of Work shall not proceed until authorized in writing by the City. Any dispute as to whether work is Extra Work or work already covered under a Scope of Work shall be resolved before the work is undertaken. IX EMPLOYMENT The Surveyor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Surveyor, to solicit or secure this contract and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Surveyor, any fee, commission, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For breach or violation of this warranty, the City shall have the right to annul this Agreement without liability, or in its discretion to deduct from the Agreement price or consideration or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. Any and all employees of the Surveyor, while engaged in the performance of any work or services required by the Surveyor under this Agreement, shall be considered employees of the Surveyor only and not of the City and any and all claims that may or might arise under the Workman's Compensation Act on behalf of said employees, while so engaged and any and all claims made by a third party as a consequence of any negligent act or omission on the part of the Surveyor's employees, while so engaged on any of the work or services provided to be rendered herein, shall be the sole obligation and responsibility of the Surveyor. The Surveyor shall not engage, on a full or part-time basis, or other basis, during the period of the contract, any professional or technical personnel who are, or have been at any time during the period of this contract, in the employ of the City except regularly retired employees, without written consent of the public employer of such person. If during the time period of this agreement, the Surveyor finds it necessary to increase its professional, technical, or clerical staff as a result of this work, the Surveyor will actively solicit minorities through their advertisement and interview process. h:Vile sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 4 FRM: 97Surveyor.dot/bh X NONDISCRIMINATION The Surveyor agrees not to discriminate against any client, employee or applicant for employment or for services because of race, creed, color, national origin, marital status, sex, age or handicap except for a bona fide occupational qualification with regard to, but not limited to the following: employment upgrading; demotion or transfer; recruitment or any recruitment advertising; layoff or terminations; rates of pay or other forms of compensation; selection for training; rendition of services. The Surveyor understands and agrees that if it violates this Non - Discrimination provision, this Agreement may be terminated by the City and further that the Surveyor shall be barred from performing any services for the City now or in the future, unless a showing is made satisfactory to the City that discriminatory practices have terminated and that recurrence of such action is unlikely. XI TERMINATION OF AGREEMENT A. The City reserves the right to terminate this Agreement at any time upon not less than ten (10) days written notice to the Surveyor, subject to the City's obligation to pay Surveyor in accordance with subparagraphs C and D below. B. In the event of the death of a member, partner or officer of the Surveyor, or any of its supervisory personnel assigned to the project, the surviving members of the Surveyor hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to re -negotiations of this Agreement between surviving members of the Surveyor and the City, if the City so chooses. In the event of the death of any of the parties listed in the previous paragraph, should the surviving members of the Surveyor, with the City's concurrence, desire to terminate this Agreement, payment shall be made as set forth in Subsection C of this section. C. In the event this Agreement is terminated by the City other than for fault on the part of the Surveyor, a final payment shall be made to the Surveyor for actual time and material expenses for the work complete at the time of termination of the Agreement. In addition, the Surveyor shall be paid on the same basis as above for any authorized extra work completed. No payment shall be made for any work completed after ten (10) days following receipt by the Surveyor of the Notice to Terminate, except for work which may be required to complete checking of finalized work and record surveys as required by Washington State law. If the accumulated payment made to the Surveyor prior to Notice of Termination exceeds the total amount that would be due as set forth herein above, then no final payment shall be due and the Surveyor shall immediately reimburse the City for any excess paid. D. In the event the services of the Surveyor are terminated by the City for fault on the part of the Surveyor, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Surveyor in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports and documents prepared by the Surveyor prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Surveyor. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 5 FRM: 97Surveyor. dot/bh F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Surveyor for any breach of this Agreement by the Surveyor, or for failure of the Surveyor to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Surveyor. 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 Director of Planning/Building/Public Works or his/her successors and delegees, whose decision in the matter shall be final and conclusive on the parties to this Agreement. In the event that either party is required to institute legal action or proceedings to enforce any of its rights in this Agreement, both parties agree that any such action shall be brought in the Superior Court of the State of Washington, situated in King County. XM LEGAL RELATIONS The Surveyor shall comply with all Federal Government, State and local laws and ordinances applicable to the work to be done under this Agreement. This contract shall be interpreted and construed in accordance with the laws of Washington. The Surveyor agrees to indemnify, defend and hold the City and its officers and employees harmless from and shall process and defend at its own expense all claims, demands or suits at law or equity arising in whole or part from the Surveyor's negligent acts, errors, or omissions under this Agreement provided that nothing herein shall require the Surveyor to indemnify the City against and hold harmless the City from claims, demands or suits based upon the conduct of the City, its officers or employees and provided further that if the claims or suits are caused by or result from the concurrent negligence of (a) the Surveyor's agents or employees and (b) the City, its agents, officers and employees, this provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Surveyor's negligence or the negligence of the Surveyor's agents or employees except as limited below. The Surveyor shall secure general liability, property damage, auto liability, and professional liability coverage in the amount of $1.0 million, with a General Aggregate in the amount of $2 million, unless waived or reduced by the City. The Consultant shall submit a completed City of Renton Insurance Information Form, and the Standard Acord. The City of Renton shall be named as an "additional insured" on all contracts/projects. Surveyor shall furnish copies of the declarations pages of relevant insurance policies to the City prior to execution of any Scope of Work. The Certification and Declaration page(s) shall be in a form as approved by the City. If the City's Risk Manager has the Declaration page(s) on file from a previous contract and no changes in insurance coverage has occurred, only the Certification Form will be required. All coverages provided by the Surveyor shall be in a form, and underwritten by a company acceptable to the City. The City will normally require carriers to have minimum A.M. Best rating of A XII. The Surveyor shall keep all required coverages in full force and effect during the life of any Scope of Work, and a minimum of thirty days' notice shall be given to the City prior to the cancellation of any policy. The Surveyors's relation to the City shall be at all times as an independent contractor. XIV SUBLETTING OR ASSIGNING OF CONTRACTS The Surveyor shall not sublet or assign any of the work covered by this Agreement without the express consent of the City. h:\Yile sys\wtr - drinking water utility\wtr-27 - water project 51es\2004-talbot hill-watermain\99survey.doc\ r 6 FRM: 97Surveyor.dot/bh XV ENDORSEMENT OF PLANS The Surveyor shall place their certification on all plans, specifications, estimates or any other engineering data furnished by them in accordance with RCW 18.43.070. XVI COMPLETE AGREEMENT This document and referenced attachments contain all covenants, stipulations, and provisions agreed upon by the parties. Later Scope of Work s will be in writing and executed and will become part of this agreement. No agent, or representative of either party has authority to make, and the parties shall not be bound by or be liable for, any statement, representation, promise, or agreement not set forth herein. No changes, amendments, or modifications of the terms hereof shall be valid unless reduced to writing and signed by the parties as an amendment to this Agreement. The invalidity or unenforceability of any provision in this Agreement shall not affect the other provisions hereof, and this Agreement shall be construed in all respects as if such invalid or unenforceable provision were omitted. XVHI EXECUTION AND ACCEPTANCE This Agreement may be simultaneously executed in several counterparts, each of which shall be deemed to be an original having identical legal effect. The Surveyor does hereby ratify and adopt all statements, representations, warranties, covenants, and agreements contained in the Request for Qualifications, and the supporting materials submitted by the Surveyor, and does hereby accept the Agreement and agrees to all of the terms and conditions thereof. IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year first above written. CONSULTANT — le)KZ 0 �) J±;& I - -�- Signature f�;"I_ Date type or print name cr—&--2 Title CITY OF RENTON Gregg Zimmerman, PB/PW Administrator Date hAfile sys\wtr - drinking water utility\wtr-27 - water project files\2004-talbot hill-watermain\99survey.doc\ r 7 FRA 97Surveyor.dot/bh EXHIBIT A SCOPE OF WORK City of Renton Project No. Name of Project iY rr A n! l i G-4 l P Master Agreement No. The City desires to authorize engineering services pursuant to the Master Agreement entered and executed on and identified as Master Agreement No. All provisions in the Master Agreement remain in effect except as expressly modified by t s and are incorporated herein by reference. Scope of Work / I. DESCRIPTION OF PROPOSED WORK II. ESTIMATE OF HOURS AND COST III. SCHEDULE FOR COMPLETION OF AUTHO D WORK IV. ADDITIONAL ITEMS TO BE FURNISHED Y THE CONSULTANT SUMMARY OF FEE FOR ENGINEERING SERVICES DirectSalary Cost....................................................................................................................$ Overhead Cost (including payrolladditives........................................................................ % $ Sub -Total $ NetFee........................................................................................................... �� $ Direct Non -Salary Costs: a. Travel and per diem ...............................................$ b. Reproduction expens...........................................$ c. Computer expense ................................................ $ d. Outside consulta.................................................$ e. Other (specify)......................................................$ Total $ Sub Total $ GRAND TOTAL $ work Authorization, If you conc in this Scope of Work Authorization and agree to the items as stated above, please sign in the appropria spaces below and return to this office for final action. q:\data_center\forms\city\contracts\99survey.doc\ r 8 FRM: 97Surveyor.dotfbh EXHIBIT A SCOPE OF WORK (cont.) City of Renton N 4 !y a b l Project No. Name of Project Master Agreement No. The maximum amount payable under this work authorization inclusive of all fees and other, All work under this work authorization shall be performed pursuant to the terms, con Mons, specifications, and limitations contained in the Master Agreement. SUMMARY OF PAYMENTS UNDER WORK ALJT340RIZATIONS Direct Salary Cost Overhead (including Payroll additives) Direct Non -Salary Costs Net Fee Total Surveyor's Signature Prior Scope of Work Authorizations of Work No. Approving Authority Date of Authorization: RESOLUTION NO. 3229 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 Total q:\data_center\forms\city\contracts\99survey.doc\ r 9 FRM: 97 Surveyor. dot/bh It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non-discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job -related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules, and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub -contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON, Washington, this 7thday of October, 1996. CITY OF RENTON: 142`yor ,Attest: City Clerl RENTON CITY COUNCIL: Council President q:\data_centerUorms\city\contracts\99survey.doc\ r 10 FRM: 97Surveyor.dot/bh 'tY AFFIDAVIT OF COMPLIANCE Bush, Roed & Hitchings. Inc. hereby confirms and declares that ( Name of contractor/subcontractor/consultant/supplier) I. It is Bush, Roed & Hitchings, Inc. policy to offer equal ( Name of contractor/subcontractor/consultant/supplier) opportunity to all qualified employees and applicants for employment without regard to the race, creed, color, sex, national origin, age, disability or veteran status. II. Bush, Roed & Hitchings, Inc. complies with all applicable federal, ( Name of contractor/subcontractor/consultant/supplier) state and local laws governing non-discrimination in employment. H. When applicable, Bush, Roed & Hitchings, Inc. will seek out and ( Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. Ronald G. Goldy, President Print Agent/Representative's Name and Title I AgenURepresentative's Signature Instructions: This document MUST be completed by each contractor, subcontractor, consultant and/or supplier. Include or attach this document(s) with the contract. q:\data_center\forms\city\contracts\99survey.doc\ r 11 FRM: Murveyor dot/bh BRH VIA FACSIMILE Mail Confirmation October 2, 2003 Mr. Rick Moreno City of Renton Water Utility Engineering 1055 South Grady Way Renton WA 98055 BUSH, ROED & HITCHINGS, INC. Civil Engineers and Land Surveyors Re: Land Survey Services — Topographic Mapping Vicinity of South 15th Street and Moms Avenue South Talbot Hill Water Main Project Renton, King County, Washington Dear Mr. Moreno: --6 (CITY OF RENTON QMLfrY SYSTEMS We propose to provide land survey services at the above referenced site. The limits of the survey will be as shown on the attached sketch (Exhibit "A"). The specific details are as follows: Topographic Survey ► Right-of-way boundary will be calculated with bearings and distances shown on the drawing. ► All surface improvements, pavements, sidewalks, power poles, signs and buildings will be located and shown. No. All below grade utilities, including pipe types and sizes, rim and invert elevations, will be shown if record of their existence is found or if visible at the surface. ► Underground service lines will be marked in the field by our utility locating personnel if tracer wires or other metallic features exist below ground. ► Record public utility locations will be shown to the extent that such records exist. Private utility records will also be researched to the extent that they are available. ► Spot elevations will be shown at 50 foot intervals in the streets to the centerline. Full street widths of improvements will be shown to a limit of 10 feet beyond right-of-way lines into private property. 2009 Minor Avenue East, Seattle, Washington 98102-3513 - Phone 206/323-4144; Fax 206/323-7135 1-800-935-0508 Internet: brhinc.com CITY OF RENTON Mr. Rick Moreno October 3, 2003 Page 2 of 2 BUSH, ROED & HITCHINGS, INC. ► City of Renton horizontal and vertical datum will be used. A minimum of seven on -site benchmarks will be set. City of Renton survey standards will be adhered to as found in Exhibit "B". ► Spot elevations will be shown to approximately 0.01 feet. One foot contour intervals elevations will be shown. No. City of Renton drafting and layering standards will be followed. ► All trees greater than 6-inches in diameter will be located and shown. Our fee to provide this service is $26,450 (see attached rates schedule Exhibit "C"). Expense items, such as printing charges, delivery fees, communication charges, etc., will be billed on a cost plus 15% basis in addition to the fees noted above. The final topographic drawing will be drafted in AutoCAD, 2002 (Land Desktop - Version 3). We will complete and deliver the final drawing within by November 3, 2003, if authorization to proceed is received by October 3, 2003. The activities of Bush, Roed & Hitchings, Inc. are insured for both commercial general liability and professional liability. Commercial general liability limit is $1,000,000 per occurrence and $2,000,000 in the aggregate. Professional liability limit of coverage is $2,000,000. Certificates of Insurance will be furnished upon request. We appreciate the opportunity to submit this proposal and are looking forward to working with you on this project. If this proposal meets with your approval, please provide a signature in the space below and return to our office, retaining a copy for your files. Sincerely, /ffrey OED & HITCHINGS, INC. McManus, P.L.S. Survey Division Manager JJM/jlz Enclosure ACCEPTED BY: City of Renton Printed Name:_ Signature: Title: Date: .j N 1597. ' ►J ' r;I I f yaa ter... ♦7j2 '�.. �66 + + 9 + 57 --- 1549 -- - -- , ; IFLJ:LJI 7 377+ 19 th :Slt - t •-- - 12V ,ja7 \\..--i--�28'2 18i ' 1� •'11 ` I E._ �• + + 925 2H11 284 jj 242 C� 282'{+ `` �15� + i co 92 +15A6 i -� ;`�eo +fie 4`8 - — 1 1 (d L_. 14 ZJ- 1� 1 M1262 _. t + t 1320 ♦ BOY--�---=261 + 119 i229 '13 +♦ 289 H3 - 30 TM R38 N8 1/4 CITY OF RENTON SMVEY CONTROL NETWORK MONUMENTS & BENCHMARKS TECHNICAL SERVICES • woit" O n4M LEGEND ® Horizonid & v.ticd 2222 ® HoraoMci Only 3333 ) Ver" Only ♦'�`-'0 AAonunent G3 N_ Rsr*m oly unas 19- T23N R5E SE 1/4 U1.1 CJ1 LCJUJ lU UJ E AX'-'IBIT "B" LA I l PAGE 1 OF 1 City of Renton Surveying Standards City of Renton Standard Plans & Supplemental Specifications Section 1-11 Adopted December 16, 1996 Effective January, 21, 1997 73 SERVER//SYS2%MAPMrn\COWOT\sm.doc 1-11-1 2 May 2000 EXHIBIT "B" PAGE 2 OF 6 1-11 Renton Surveying Standards 1-11.1(1) Responsibility for surveys (RC) All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision (RC) The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91 _ All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adju5 ment_ 'lire horizontal component of the control system foi• surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989 or comparable classification in future editions of said document.. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing_ if a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any beach marks established_ 1-ll.l(3) Subdivision Information (RQ Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes (RC) Field notes shall be kept in conventional Format in a standard bound field book with waterproof pages. In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base lint traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16,02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the surveyor will be given to the City. For all other work, surveyors will provide a copy of the notes to the City upon request In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes_ 1-11.1(5) Corners and Monuments (RC) Corner A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to TS SERVER//SYS2\M"S%83m1controTVcn.dm 1.11.5 2 May 2000 EXHIBIT "B" PAGE 3 OF 6 physically reference a corner's location on the ground. Monument Any physical object or structure of record which marks or accurately references: • A comer or other survey point established by or under the supervision of an individual per section 1-1 1.1(1) and any corner or monument established by the General band Office and its successor the Burcau of Land Management including section subdivision corners down to and including uric -sixteenth corners; and • Any permanently monumented boundary, right of way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control: or Base Line Survey (RC) Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non -single family building. Control or Base Linc Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking_ or "as-builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton_ The Control or Base Line Survey shall occupy each monument in turn, and &.hall satisfy all applicable requirements of Section 1-11.I herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale_ North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. Jf recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. ]f recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use_ An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media_ 1-11.1(7) Precision Levels (RQ Vertical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and 1-1 1 _ l . Vertical surveys for the establishment of bench marks shall meet or exceed the standards, specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Bench marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both recoverablilty and positive identification on recovery. 1-11.1(8) Radial and Station — Offset Topography (RCS Topographic surveys shall satisfy all applicable requirements of section IA 1.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station — offset topography shall meet the requirements of section 1-11.1 herein. The drawing and electronic listing requirements set forth in section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography (RC) Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal TS_5 FMVERIISYS21MAPS%83mkontmr\scn.doc 1-11-5 2 May 2000 EXHIBIT "B" PAGE 4 OF 6 Geodetic Control Committee third order elevation accuracy specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station —Offset Topography (RC) Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee specifications as to the rum points and shall not exceed 0.1 foot's error as to side shots. As -Built Survey (RC) All improvements required to be "as -built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as -built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as -built". The "as - built" survey for all subsurface improvements should occur prior to backftlling. Close cooperation between the installing contractor and the "as-builting" surveyor is therefore required. All "as -built" surveys shall satisfy the requirements of section 1-11.1{1) herein and shall be based upon control or base line surveys made in conformance with all of section 1-I IA and 1-11.3(1) herein_ The field notes for "as -built" shall meet the requirements of section 1-11.1(4) herein and submitted with stamped and signed "as -built" drawings which includes a statement certifying the accuracy of the "as built". The drawing and electronic listing requirements set forth in section 1-11.1(6) herein shall be observed for all "as -built" surveys. 1-11.1(12) Monument Setting and Referencing (RC') All property or lot comers, as defined in 1- I L1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per I- 11.2(1). In situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e_g., "Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb_" In all other cases the corner shall meet the requirements of section 1-11.2(1) herein. All non corner monuments, as defined in I- 11.1(5), shall meet the requirements of section 1-11.2(2) herein. If the monument falls with in a paved portion of a right of way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per section 1-11.2(3). In the case of right of way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul de sacs shall be set_ If the point of intersection, PI, for the tangents of a curve fall within the paved portion of the right of way, a monument can be set at the P1 instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one -sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 93/91 coordinates and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners (RC) Corners per 1-11.1(5) shall be marked in a permanent manner such as 12 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc. and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(7) Monuments (RC) Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently TS SiRvswisY52%NLkPSWmNc�onwtscn.doc 1-11-S 2 May 2000 EXHIBIT "B" PAGE S OF 6 marked or tagged with the surveyors identification number_ 1-11.2(3) Monument Casc and Cover (RC) Materials shall meet the requirements of section 9-22 and City of Renton Standard Plans page H031. TS SERVER/ISYS2WtAPS\R3mkonaoi scn.doc 1-11-5 2 May 2000 !!n W17V AC 4GtO.�) c Gies,' S4A 0 4F7r-,C /.47CAW1A t: , PLAN/ , 1 :•� 1 - 8=5 C4P O. C /'- GYJT�'� D/,4 4''GOAIC- 3"A.0 a.0 EM111=011M 1 i; � :r�I�— coMaAc ea I;',•�•": •;,I SAND 561 4 '--3ZLCCT 64CKF/LL ROTC: 1. STANDARD MONUMENT CASE AND COVER WASHINGTON STATE DEPARTMENT OF IIIGHWAYS 1976. 2, THE CASTINGS SMALL DE GRAY -IRON CASTINGS, AST14 DESIGNATION A-46, CLASS 40. THE COVER AND SEAT SHALL BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE, J. WHEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAVCRENT, A CEHENT CONCRETE BASE WILL HOT BE NECESSARY. 4. SEE CITY OF RENTON SUPPLEMENTAL SPECIFICATION SECTION 7-05.3(l) FOR ADJUSTMENTS 70 GRADE. Monument Case & Cover ADOPTED CITY OF RENTON • STANDARD PLANS LST DATE: I•Feb•84 EXHIBIT "C" BUSH, ROED & HITCHINGS, INC. Standard Schedule of Charges and General Conditions - Effective to December 31, 2003 Fee Schedule Clerical $45/1Ir. 1 person field crew 72/I1r. Drafter 68/1-k. 2 person field crew 135/11r. Research Technician 72/1 Ir. 3 person field crew 180/Iir. Field Representative 75/Hr. 2 person hazardous materials crew 180/Hr. Utility Locator 68/Ilr. Overtime 1.35 x rates Surveying Coordinator 85/fir. Survey CAD Technician 82/Hr DIRECT NON -SALARIED COSTS Engineering CAD Technician 78/1-1r GPS Receivers 150/Day/Receiver Engineering CAD Designer 93/I1r. CYRA Scanner 200/Hr. Surveyor (PLS) 92/Hr. Vehicle per diem charge 20/Day Project Manager (PE, PLS) 95/11r. Mileage (truck) .35/Mde Sr. Project Manager (PE, PLS) 115/Hr. Mileage (car) .40/Mile GPS Consulting 125/1Ir Job related expense Cost plus 15% Principal 135/Hr. Non -account related prints $20 minimum Non -account related data file transfer $50 minimum Payment Terms Invoices will be submitted once per month and are payable upon receipt. Accounts remaining unpaid after 60 days will be subject to a 1.5% service charge per month. Collection fees including liens and attorney's fees, as may be required, will be added to the account. Right -of -Entry and Boundary Line Location Client will furnish right -of -entry for BRH to make surveys. Client shall furnish a description of the property where boundary lines are to be established. BRH assumes no liability for the establishment of actual lines of ownership other than as described and certified as such by a title insurance company. BRH will not be responsible for indicating easements, covenants, and restrictions of record on surveys unless furnished with a current title insurance report. At the request of the Client BRH will obtain a report from a title insurance company at Client's expense. Utility Locations When retained to locate utilities, BRH will depend upon utility agency records where verification by field location is not possible. BRH assumes no liability for the accuracy of records or locations provided by others. General and Automobile Liability Insurance BRH, Inc. maintains General Liability Insurance for bodily injury and property damage with a limit of $1,000,000 per occurrence and $2,000,000 aggregate. Automobile Liability and Property Damage Insurance is maintained with combined single limits of $1,000,000. Professional Liability BRH maintains professional liability insurance for losses arising directly from its negligent acts, errors or omissions with limits of $2,000,000 per occurrence and in the aggregate. Service Agreement It is BRH policy to negotiate and execute a Service Agreement setting forth actual scope of work, fees, payment terms, and general conditions prior to commencing services. Date Revised: July 1, 2003 lAtnisc\rates\Dec03