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