Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2703198_4
CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: TO: FROM: STAFF CONTACT: E December 1, 2004 INITIAI Kathy Keolker-Wheeler, Mayor Gregg Zimmerman, Administrator Planning/Building/Public Works E Abdoul Gafour, x7210 Rick Moreno, x7208 SUBJECT: Surveying Contract Agreement with Bush, Roed & Hitchings, Inc., for Talbot Hill Water Main Replacement Phase 2 ISSUE: The Water Utility requests the approval of a Surveying Contract Agreement with Bush, Roed and Hitchings, Inc., to perform field survey work and to produce base maps for the City's design of the Talbot Hill Water Main Replacement Phase 2 project. RECOMMENDATION: The Water Utility recommends the Mayor execute the Consultant Agreement with Bush, Roed and Hitchings, Inc., in the amount of $29,950. The Water Utility has budgeted sufficient funds in the 2004 Capital Improvement Project budget for Water Main Replacement to pay for this contract under account no. 421.000500.018.5960.0034.65.55170. BACKGROUND SUMMARY: The Water Utility needs to have professional surveying work done for base maps that will be used for the design for the replacement of the water mains in the Talbot Hills area. The Utility has recently completed the construction of the first phase of the project and is ready to design the second phase. We selected the firm of Bush, Roed and Hitchings, Inc., to perform this work from the City's 2003-2004 Land Surveying Consultant Roster. Risk Management has reviewed and approved the agreement and insurance documents. The City Attorney has previously approved the City's standard Surveying Services Agreement. CONCLUSION: Upon the completion of the survey work by the consultant, the Water Utility will design the water main improvements and construct the project in 2005 to improve fire protection to the Talbot Hill area. Attachments H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\SURVEY\Issue- Paper.docWG\RL Wtb CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: December 1, 2004 TO: Kathy Keolker-Wheeler, Mayor FROM: Gregg Zimmermdti, hministrator Planning/Building/Public Works Department STAFF CONTACT: Abdoul Gafour, x7210 Rick Moreno, x7208 SUBJECT: Surveying Contract Agreement with Bush, Roed & Hitchings, Inc., for Talbot Hill Water Main Replacement Phase 2 ISSUE: The Water Utility requests the approval of a Surveying Contract Agreement with Bush, Roed and Hitchings, Inc., to perform field survey work and to produce base maps for the City's design of the Talbot Hill Water Main Replacement Phase 2 project. RECOMMENDATION: The Water Utility recommends the Mayor execute the Consultant Agreement with Bush, Roed and Hitchings, Inc., in the amount of $29,950. The Water Utility has budgeted sufficient funds in the 2004 Capital Improvement Project budget for Water Main Replacement to pay for this contract under account no. 421.000500.018.5960.0034.65.55170. BACKGROUND SUMMARY: The Water Utility needs to have professional surveying work done for base maps that will be used for the design for the replacement of the water mains in the Talbot Hills area. The Utility has recently completed the construction of the first phase of the project and is ready to design the second phase. We selected the firm of Bush, Roed and Hitchings, Inc., to perform this work from the City's 2003-2004 Land Surveying Consultant Roster. Risk Management has reviewed and approved the agreement and insurance documents. The City Attorney has previously approved the City's standard Surveying Services Agreement. CONCLUSION: Upon the completion of the survey work by the consultant, the Water Utility will design the water main improvements and construct the project in 2005 to improve fire protection to the Talbot Hill area. Attachments H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\SURVEY\Issue- Paper.doc\AG\RLM\tb CITY OF RENTON PLANNING/BUILDING/PUBLIC WORKS MEMORANDUM DATE: November 30, 2004 TO: Bonnie Walton, City Clerk FROM: Abdoul Gafour, x7210 W1 SUBJECT: Surveying Contract Agreement with Bush, Roed & Hitchings For the Mayor's signature, please find attached two originals of the contract with Bush, Roed & Hitchings, Inc., for survey work on Phase 2 of the Talbot Hill Water Main Replacement project. A contract checklist and memo of approval from Risk Management are also attached. Please return one signed original to Rick Moreno for the consultant's record. Thank you. Attachments H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\SURVEY\memo to city clerk.docWG\tb CONTRACT CHECKLIST STAFF NAME & EXTENSION NUMBER: %c /� po2c-wo (k - i� d DIVISION/DEPARTMENT: CONTRACT NUMBER: TASK ORDER NUMBER (if applicable): CONTRACTOR: PURPOSE OF CONTRACT: a i iG i rl D/V /..S / uI\l 01r-o ,taus/-,l, ,QoE� NrTG/1��G5, itic . P�oFEsSi�n/�t_ Suf2.yEy S��.yi� S 1. LEGAL REVIEW: (Attach letter from City Attorney) 44 /k- 6 -' sFarJAIJ (-,1,/adV 4fmS, 2. RISK MANAGEMENT REVIEW FOR INSURANCE: (Attach letter) &- C cdRr'&A a N�,Q, 1.),A 3. RESPONSE TO LEGAL OR RISK MGMT CONCERNS: (Explain in writing how concerns have been met.) to 4. INSURANCE CERTIFICATE AND/OR POLICY: (Attach original) &r& a"k 5. CITY BUSINESS LICENSE NUMBER: 6 7.2- !a (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.) L'n / /&, W/,t T,14wcc PC 7 , 7. ATTACHED CONTRACTS ARE SIGNED BY CONTRACTOR/CONSULTANT: ._. CanNrdiS astir (If not, provide explanation) 8. FISCAL IMPACT: A. AMOUNT BUDGETED: (LINE ITEM) (See 9.b)* � �" d O 0°= B. EXPENDITURE REQUIRED: 9. COUNCIL APPROVAL REQUIRED: (Prepare Agenda Bill): N IQ 6TA 6CV Gm 0tA1Y (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): 11. RESOLUTION NUMBER (If applicable): 12. KEY WORDS FOR CITY CLERK'S INDEX: A. B tAS H' 1;?—U & 7 A t-tD VA ► i C ►-i e N(PS B. T/,LeP Plk-L wA-�LP MA)O 2E�LRc,EI�Eti�� QS� i C, DC/forms/city/contracts/cklist.doc/r Rev:3/02 City of Renton Human Resources & Risk Management Memorandum DATE: November 16, 2004 TO: Rick Moreno, Utility Systems RLCE�VED FROM: 1 1 R. Webby, HR&RM Administrator NOV 18 2004 SUBJECT: Insurance Review/ Bush, Roed & Hitchings, Inc. U'7'jL',r0YSR SON Talbot Hill Water Main Replacement Phase H 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. ACORD CERTIFICATE OF LIABILITY INSURANCE OAT FIA1u pCYYYY) CER 11/03104 rTYRISCO,Inc. THIS CERTIFICATE 13 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS No RIGHTS UPON THE CERTIFICATE 20th St. S.W., Suite 20D HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Mountlake Terrace WA 98043 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, Phone: (425 712-5007 FaL 712-5006 _ — INSURERS AFFORDING COVERAGE NAIC # wsuREo Bush, Roed b Hitchings, Inc. _ 2009 Minor Ave E Nsu� A: Fldoli and Guamri Ins Undrwtr, Inc F—�— —�-- - — 25879 Seattle WA 98102 s .RFa P. Underwriters at Lloyds INNSURER 15792 c: Fidelity end Guaranty insur-ance Company 35388 COVERAGES THE PCUC'FS OP INSURANCE LISTED RELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATCD. NOTWITHSTANDINO ANY REOUinF_nrENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WrTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUF_D OR MAY oERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONOMONS OF SUCH POLICIES AOORFGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS L POLICY NUMPER POLICY Err vF POLICY Cx TroN — O FNFAAL LIADILITY LIMITS IAx EACH CLC u.6RFNCE -s 1�DOO,ODO COMMERCIAL OFNERAL_LUBII-rrY BKO1683533 12/05/03 , 12/05/04 DAMAGE ro rr_Nr .0 --- 2RF1z'IeEg1.E s 1,000,OOD j I CLAIMS MADE C I OCCUR 1 M;OF P A one n.o S 10,000 X Seperetlon of Insureds %X ( M � [ .ol PFRsoNAL a ADV iN JURY s 1,000.000 GENL Ao6+REOATE LIMIT APPLIES PFJi GENF�AL AGQREGATE_-_ S 2,000,000 AUTOMOBILE LIAMLITY X ANY AUTO DA01569913 ALL OWNED AUTOS SCHEDULCO AUTOS HIRED AUTOS NON -OWNED AUTOS AGC LIAPILITY ANY AUTO _E_XCES;JUMBRF3.LA L!AWLITY A X I OCCUR L�l CLAIMS MADE I BKO1683533 OOMOINFD :INCLE LIMIT 12/05/03 12/05/04 (En ncadeMj rBODILY INJURY (Per parson) BODILY INJUr+Y (Per nrnldnnt) PROPERTY DAMAGE (P^r ecclde l) AUTO Oljl ACCID # oTrleF THANAN _F-AL AUTO ONLY. -. 12/05/03 112/05/04 [AOQREPATC__ DEDuCTIBLC — RETENTION s NIA A WORKERS COMPENSATION AND EMPLOYERS• LIAAILITY WC "TATU ANY PROPF:IETOR�PARTNFFVEAEcLmvE BK01683533 12/05/03 12/05/04 6]LUMA. E L. EACH Acclr OrrICERJMEMBER CXCLUDED? If — d-Atrlbod,,r S� GJG{�L'vROVISIONS�elow E.L_Dl-SF1�F-E OTHFR G. L, DISF�.9E • P B IRetention Professional Liability F03/4468/000 12/05I03 12/05/04 Each Claim re Bt0 F,B OCR�PTION OF OPERATIONS r LOCATIONS VDIICLF_81 EXCLUDI DNS ADDED BY ENDO R9F.MENT r SPECIAL PROMSIC NA The City of Renton, and Its officers, dMclais, agonts, employees and volunteers are named os additional Insured with respects to oporatlons of the named insured. CERTIFICATE HOLDER City of Renton Attn: Rick Moreno Fa: 425-430-7241 1055 S Grady Way Renton, WA 98055 S 1,000,000 1,000,0D0 1,0D0,000 425,000 S2, 000,D00 CANCELLATION SHOULD ANY OFTHCAPOVE DESCRIBED POLICICE AF CANCCLLCD BEFORE THQ EXPIRATION DOTE ThERFOr, THF. I43UIN0 IN9VREn WILL MAIL DAY4 wRrT'TCN NOTICE TO THE CERTInICATE HOLDCn NAMM To ME LEFT, AVTHORIZW0dPRFAENTATIVE_ ACORD 25 (2001108) © ACORb CORF(d'RATION 1988 BV01683533 Poky Number. Owner, Lessee Or Contractor — Scheduled Person Or Nianization ADDITIONAL INSUED ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endoisernont modifies insuranco provided under the followinp LIAOIUTY COVERAGE PART. Owners, Lessees Or Contractors — Scheduled Persons Or Organizotions Schedule Name Of Person Or Organization: AS PER CERTIFICATES ON FILE WITH XMP M Location Of Covered Operations: The following is added to SECTION II. WHO IS AN INSURED, Z.: Owner, Lessee Or Contractor — Sahodulod Porson or organization Each person or organization shown in the Owners, Lessees Or Contractors - Scheduled Persons Or Organizations Schedule, but only with respect to that person's or organization's liability odsinp out of 'your work" for that person or organization. that does not arise out of your negligence; (7) 'Bodily injury', 'property damage'. 'personal Injury' or "advertlsing Injury' for which such person or orponlzotlon has essurried liability in a contract or agreement, except for liability for damages that such person or organization would have In the absence or that contract or agreement: However, such person or organization is not i31 'Properly damage" to: an ineurod with rosoect to any: (a) Property owned, used or occupiod by or loaned or ranted to such person or (1) "Bodily injlrry', "property damage', or 'personal Injury" or 'advertising injury" COF 7Z 40 11 02 Inciud!] copyrighted rrumdel or ineumn" Snrvicr+ Offlcw Inc_ with Ni perrTsieelon. Pepe 1 of 2 Copyrij)C Wnrnncrf Sorvfce.,Office. Inc_, 2001 (bl Property in the care, custody or control of such person or organization over which such person or organization is, for any purpose exprcisinq physical control: or (c) "Your work" performed for such person or organization, (4) Todily Injury', "property damage", "personal injury' or "odvorlising injury" arising out of any architecl's, enginoers or surveyors rendering of. or toilure to render, any "professional service' when such person or organization is on architect, engineer or surveyor, or (5) "Bodily injury" or "property damapo" that occurs after "your work' for such person or organization has been completed. 'Your work" will be deemed completed at tho earliest of the following limes: (a) When all of the work on the project to be done at the Location of Covered Operations shown in the Owners, Lessees Or Contractors — Scheduled Persons Or Orpanizntions Schedule has been completed, nr (b) When that part of the work out of which the "bodily injury" or "property damage' arises his been put to its intended use by any person or organization. other than another contractor or subcontractor working on the same project. "Your work" that may need service, maintenance, correction, repair or replacemont, but which is otherwise deemed completed abovr,, will also bD deemed completed. All other terms of your policy remain the same. CUD; 22 eo 11 o7. Ixludet copyriohtad materiel of Iniuronca Smvicn.s0Mce. Inc., wish is pnrmlelon. Pepe ),of 2 Cnr+yrlpht Inaarnnop SnnA"s Won, Inc, 2001 SERVICES AGREEMENT THIS AGREEMENT, made and entered into on this , day of , 2004, 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\wtr-27-3198-talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh II DESIGN CRITERIA The City will designate the basic premises and criteria for the work needed. Reports and plans, to the extent feasible, shall be developed in accordance with the latest edition and amendments of local and State regulations, guidelines, and specifications, including, but not limited to the following: 1. Draft GeoSpatial Positioning Accuracy Standards for the National Spatial Data Infrastructure by the Federal Geographic Data Subcommittee, December 1996. 2. All pertinent Washington State legislation, e.g. Chapter 58 of the Revised Code of Washington (RCW). 3. All pertinent sections of the Washington State Administrative Code (WAC), e.g. Chapters 332 WAC. 4. City of Renton Survey Specifications as set forth in Section 1-I I 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 h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh This basic agreement shall be in effect for twelve (12) months from the date of formal acceptance by the City. This agreement may be extended for a maximum of three (3) years, upon agreement by both parties and written authorization by the City. The Surveyor shall not begin work under the terms of this Agreement until authorized in writing by the City by an executed Scope of Work. The time for completion of work performed under this Agreement shall be specified in the Authorized Scope of Work and as authorized in writing. If this contract would expire prior to the completion date of any Scope of Work, then this contract shall be automatically extended to the termination date of the Scope of Work. Established completion time shall not be extended because of any delays attributable to the Surveyor, but may be extended by the City in the event of a delay attributable to the City or because of a delay caused by an act of God or governmental actions or other conditions beyond the control of the Surveyor. A supplemental agreement issued by the City is required to extend the established time. 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. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh Payment for extra work performed under this Agreement shall be paid as agreed to by the parties hereto in writing at the time extra work is authorized. (Section VIII "EXTRA WORK"). A short narrative progress report shall accompany each voucher for progress payment. The report shall include discussion of any problems and potential causes for delay. To provide a means of verifying the invoiced time for consultant employees and material expenses, the City may conduct employee interviews. Time for the interviews can be billed at normal billing rates. 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. hAfile sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\stuvey\bush.roed.surveyagreement.doc\ t 4 FRM : 97 Surveyor.dot/bh 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. 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. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh D. In the event the services of the Surveyor are terminated by the City for fault on the part of the Surveyor, the above stated formula for payment shall not apply. In such an event the amount to be paid shall be determined by the City with consideration given to the actual costs incurred by the Surveyor in performing the work to the date of termination, the amount of work originally required which was satisfactorily completed to date of termination, whether that work is in a form or of a type which is usable to the City at the time of termination, the cost to the City of employing another firm to complete the work required and the time which may be required to do so, and other factors which affect the value to the City of the work performed at the time of termination. Under no circumstances shall payment made under this subsection exceed the amount which would have been made if the formula set forth in subsection C above had been applied. E. In the event this Agreement is terminated prior to completion of the work, the original copies of all Engineering plans, reports and documents prepared by the Surveyor prior to termination shall become the property of the City for its use without restriction. Such unrestricted use not occurring as a part of this project, shall be without liability or legal exposure to the Surveyor. F. Payment for any part of the work by the City shall not constitute a waiver by the City of any remedies of any type it may have against the Surveyor for any breach of this Agreement by the Surveyor, or for failure of the Surveyor to perform work required of it by the City. Forbearance of any rights under the Agreement will not constitute waiver of entitlement to exercise those rights with respect to any future act or omission by the Surveyor. 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. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t 6 FRM: Murveyor.dot/bh 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:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t 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 , Signature Date type or print name r .R Title CITY OF RENTON KATHY KEOLKER-WHEELER_ MAYOR ATTEST: BONNIE I. WALTON, CITY CLERK h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t FRM: 97Surveyor.dot/bh Date Exhibit "A" Scope of Work 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. 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 as shown. • All below grade utilities, including pipe types and sizes, rim and invert elevations, will be shown if record of their existence if 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 10 feet beyond right-of-way lines into private property. • 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. • City of Renton drafting and layering standards will be followed. • All trees greater than 6-inches in diameter will be located as shown. Payment Payment for this work shall not exceed Twenty-nine thousand, nine hundred fifty dollars ($29,950.00) without a written amendment to this contract agreed to and signed by both parties. Standard Schedule of Charges and General Conditions (See attached schedule A continuation) H:\File Sys\WTR - Drinking Water Utility\WTR-27 - Water Project Files\WTR-27-3198-TALBOT HILL PHASE 2\SURVEY\SCOPE OF WORK.doc C:T-11-04 03:49PM FROM -BUSH ROED & HITCHINGS INC. 206-323-7135 T-681 P 11/11 F-911 EM IT 'A'' BUSH, ROED & HITCHINGS, INC. Standard Schedule of Charges and General Conditions--Ef7ective to Decrrnber 31, 2004 Fee Schedule Clerical $48/1-lr. 1 person field crew 75/Iir_ Drafter 726ir. 2 person field crew 1371Iir. Research Technician 76/Hr. 3 person field crew 185/Hr. Field Representative 75/1-Ir. 2 person hazardous materials crew l 85/Hr. UEairy Locator 68/iir. Ovatime 1.35 x rates Surveying Coordinator 851flr. Survey CAD Technician S2/Nr DYRrCI NON -SALARIED COSTS Engineering CAD Technician 78/f-lr GPS Receivers I SO/Day/Receiver Pttgineering CAD Designer 82/Hr. CYRA Seamier 200/llr, Sr. Engirneering CADDcszgncr 97/1ir. Vehicle per,Item charge 2004y Surveyor (PLS) 97/Hr. Mileage .40/We Project Manager (PE, PLS) 102/1-k. Job related expense Cost plus 15%, Sr. Project Managrr (PE, PIS) 120/11. Non-accoutu related prints $20 utinimura Principal 140/Hr. Non..accounr related dare file transfer $50 minimum Payment: Terms Invoices will be submitted once per month and are payable uport receipt. Accounts remaining unpaid after 60 days will be subject to a 1.5% service charge per month. Collection fees including liens and anamey's fees, as may be required, will be added to the account. Right-of-Errtry and Poundaa 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 ceriifrcd as sut h 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 corrpany at Client's expense. 111iiity Locations When retained to locate utilities, BRH will depend upon utility agency records where verificstion.by field location is not possible. BRH assumes no liability for the accuracy of records or locations provided by others. C,Zerneral and Automobik Liability Insurance BRH, Inc. maintains General Liability Insurance for bodily injury and property damage with a limit of $1,000,000 pef occurrence and $2,000,000 aggregate. Automobile Liability and Property Damage Insurance is maintained with combined single limits of $1,000,000. Professional 1 iabilij 13RH maintains professional liability insurance for losses arising directly from us negligent acts, errors or omissions with limits of $2,000,000 per occurrence and in the aggregate. ,ervice Agreement It is BRH policy to negotiate and execute a Service Agreement setting forth actual scope of work, fees, payment Terris, and general conditions prior to commencing services. Ditc Rcviscd: Junc 2£, 2004 I:�rttiac raI es'J). c 04 .00T-12-04 03:47PM FROM —BUSH ROED I HITCHINGS INC, J I kUll I LUI I V III Uq, I I EXHIBIT "A!' . ......... S 17th St ../24 4 St ........................ .................................... ................................. GO 57t�_ N LP T-681 P 04/11 F-911 C ;�� , ua cw� +v • U� Ef IIIBIT "B" PAGE 1 OF 1 I-001 r uw ii r-aii ,-4LJ 4— , `-- . ...L:1 i— City of Renton Surveying Standards City of Renton Standard plans & Supplemental Specifications Section 1-11 Adoptcd December 16, 1996 Effective January, 21, 1997 Ts SfRVFRUISYS2%SAPS1b3tnXWWvi\uo.doc 1-11-1 2 May 2000 OCT- IZ-04 03:48PM FRUM-BUSH RUED & HITCHINGS INC, U 1 I t E. ... ■ v U D I■ A. 1 1 .1 I I., , I Y I 1 1 L, I U U EXHIBIT "B" PAGE 2 OF 6 1—bol r UO/11 r—V 1 -IL---; =J_u i L'Tl 1. U I J I 1-11 Renton Surveying Standards 1-11.10) Responsibility for surveys (RC) All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying undo the provisions of Chap;cr 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Fllginccrs and Land Survcyon 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 1983191. All horizontal control for projects must be rcfrrcnccd to yr 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 mect or exceed the closure requirements of WAC 332-130-060. The control base lines for all surveys shall meet or exceed the rrquirenaenu for a Class A survey rEvealed in Table 2 of the Minimum Sramdard Derail Requirements for ALTAIACSM 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 acUustmatt. The horizontal component of the control system far smyr-ys using global positiouia; system methodology shall exhibit at least 1 part in 50.D00 precision in line length dependent error analysis at a 95 percent confrdecce level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in GeomeA-ie Geodetic Aecwacy Srandards & Spec ftcariont far Using GPS Relorive Posilioning Te z)mWun daieei August 1, 1989 or comparable classification in future cdirioas of said document.. The vertical component of all surveys shall be based on NAVD 1988, The North American Vertical Datutn of 1988, and tied to at least one of the City of Rcnion Survey Control Network benchmarks. If dtere are two such benchmarks within 3000 feet of the project site a tie to both shall be made. -fhe benchmark(s) used will be shown on the arawing. 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 dt,ration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any bench marks established 1-11.1(3) Subdivision Information CRC) Those surveys dependem on section subdivision shall reveal the cotmolling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on rttzacr-mmr of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retra4:cmenL 1-11_1(4) Field Notes (RQ Field notes shall be kept in convrutionnl lbrmat in a standard bound field book with watcrpraof 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 sct 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 Remora project, tither the field notebook(s) provided by the City or the original held notebook(s) used by the surveyor will be given to the City. For all other wont, 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 forwat .Yell accompany the field notes_ 1-11.1(5) Corners and Monuments (RC) Coiner 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 SETtV6R/fSYS2VMAPS%)rh\conrmTVcn.doc 1-11-5 2 May2000 EXHIBIT "B" PAGE 3 OF G i,. u ,i1.1 y I ! UU. l.J physically reference a corner's location on the ground. Mcrnurrrcal Any physical object or strucTtirz of record which marks or accurately references: A corner or other survey point establishcd by or under the supervision of an individual per section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Burrau of Land Managemcni including section subdivision corners down to and including onc-sLxtccnth corners; and Any permanently monumented boundary, Tight of way alignmcnL 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 133se Line Survey (R C) Control or Base Line Surveys shall be rstablished for all construction projects that will create permanent stnlctures 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 prrnsncnt monuments as are required such that every strucrin-v may be observed for staking or "as-builting" while cempying 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 requirments 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 opted. Tbc drawing must be of such quality that a reduction thereof to one-half original scale rt:tnains legible. If recording of the survey with the King County Recorder is requited, it will be prepared on 18 inch by 24 inch mylar and will comply wish 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 acrg4aoce 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 submimd 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 Wcrks Amciarion symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a sytnbo) 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 nothing, Pasting, and elevation (if applicable) values, all in ASCII format, on IBM PC cemparible media 1-11.1(7) Precision Levels (RCS Venical Surveys for the establishment of bench marks shall satisfy all applicable requirements of section 1-05 and I-11.1. Vertical surveys for the establishment of brnch marks shall meet or Cxcred the standards, specifications and procedures of third order cicvarion accuracy established by the Fedcral Geodetic Control Committee_ Batch marks must possess both permanence and vertical stability. Descriptions of bench marks must be complete to insure both mr-overablihy and positive identiftcarion on recovery. 1-11.1(8) Radial and Station — Oliset Topo raphy (RC) Topographic surveys shall satisfy all applicable requiremrnts ofseuiox 1-11.1 herein. All points occupied or back _ sighted in developing radial topography or establishing baselines for =Tiori — offset topography shall meat the requirements of section 1-11.1 herein. nc drawing and electronic listing requirements se% forth in section 1-11.1 herein sha.11 be observed for all topographic surveys. 1-11.1(9) Radial Topography (RC) Elevations for the points occupied or back sighted in a radial topograpbie survey shall be deTermined either by 1) spirit leveling with rnisclos= not to exceed 0.1 feet or Fedeml 7S_SF3iVFR//SYSZWSf�pS183mtWntrofl tn.doc I-11-5 2 May 200D OCT-12-04 03:48PM FROM -BUSH ROED 1 HITCHINGS INC, EXHIBIT "B" PAGE 4 OF 6 Z06 3Z3-(135 1-bdl r UVII r-yin ... . � 2 L 1� 1■ 1 1 lJ U I L I Geodrtic Control c:cmmittee third order cicration accuracy specifications, OR 2) rrigonomernc leveling wish 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(l0) Stalion—Offset Topography (Rn Elevations of the baseline and topographic points shrill be determined by spirit leveling and shall satisfy federal Geodatic Control Committee specifications as to the rum points and shall not exceed 0.1 foors error as to side shots. 1-ll.l(1l) As -Built Survey (RQ All improvemmts required to be 'as -built" (post construction survey) per City of Renton Codcs, TITLE 4 Building Regulations and 11T E 9 Public Ways and Property, must be located both hori2onmlly and vertically by a Radial survey or by a Station offset survey. 'lice "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 backfiUing. Close cooperation between the installing contractor and the "as-buil ing" surveyor is thcrefore required. All "as -built" surveys shall satisfy the rcquircmr-nts of scctivn 1-11.1(1) herein and shall be based upon control or base line surveys made in conform%rtce with all of section 1-11.1 and 1-11.3(1)hereim The field notes for "as -built" shall meet the requirements of section 1-11.1(4) hettin and submitted with stamped and signed "as -built" drawings which includes a statement certifying the accuracy of d►e "as built". The drawing aad electronic listing requirr is set forth in section 1-11.1(6) herein shall be observed for all "as -built" survcp. 1-11.102) Monument Setting and Referencing (RQ All property or lot corners, as defined in I- 11.1(5), established or reesuiblished on a plat or other recorded siuvey shall be refs! at cd by a permanent marker at the corner point per 1- 11.20). In situations where such markers are impractical or in danger of being dc:sttoyed, e.g_, the front erasers of lots, a wimrss marker shall be sct In most eases, this wiU be the extension of the lot June t4 a tack in lead in the curb. The relationship bctwcen the witness monuments and Their respective corers shall be shown or described on the face of the plat or survey of record, e_g_, 'Tacks in It -id on the extension of the Iet side lines have been set in the curbs on The extension of :aid line with the curb_" in all other cases the corner shall meet the requirements ofstxtien 1-11.2(1)herein. All non corner monuments, as defined in I- 11.1(5), shall meet the requusments of section 1-112(2) herein. 1f the monument falls with in a paved portion of j 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 w-ay cmierlipe 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 curie fall within the paved portion of the right of way, a monument can be set at the PI ins:cad of the PC and PT of the curve. For aU non corner monuments set while tinder contract to the City of Rattca or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monamcat; point of intel-s cin (PI), point of tangency (PT), point of curvature (PCj onoaixteenth 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 Corurrs CRQ Corners per shall be marked in a permanent m=rcr such as 12 ina diameter rebar 24 inches in length, durable meta! plugs Of caps, tack in Ics4 ctr. and pezmanetttly tnarJced or tagged with the survcyces identification number- The specific nature of the marlcu used can be determined by the surveyor at the time of installation. . I-11,29) Mimuments CRQ Motmments per 1-11.1(5) shall meet the requircmepts as set forth in City of Reston Standard Plans page B031 and permanently TSSE3tvsRriSYS2%MApS,v- n x.tronultd. 1-11s 2 May 2000 UUI—IL—U4 UJ:4yYM tKUh 1 ui LUtJJ lU'tJ1 mi IL.MINUM., L L I l U✓ I lL1 I t UJ I I LA W EXHIBIT "B" PAGE 5 OF 6 —Doi r Ua/II r—aii marked or tagg,cd with the surveyor's identification number- j-11.Z(3) Monument Case and Covcr (RC) Materials shall meet the requirements of scction 9-22 and City of Renton Standard Plans pagc H031. TS SERVMoPSYS2\K"S- 3mkoncroNcn.doe 1-11-5 2 May 2WO yLy 15,5 W7U A,C' 4 X72 c: L-,-:y 64jVo PL/M/ G" 8=55 CaP O.C. .3M7 CT 4ACk'F,lIL,L ,/ooii mv�Vv ROTL,. I, STANDARD MIMIENT CASE AND COVCR NASHINGTOR STATE DCPARTMENT OF HIGHWAYS 1976. Z. THE CASr1NGS SHALL DE GRAY -IRON CASTINGS, ASTIR DESIGNATION A-48, CLASS 40, IHE COVER AND SEAT SHALL DC MACHINEO SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF HARING SURFACE. J. NHEN THE MONUMENT CASE AND COVER ARE PLACED IN CONCRETE PAVtRtNT, A CEMENT CONCRETE CASE WILL NOT OE NECM ARY, 4. SEE CITY OF RENTON SUPPLCMENTAL SPECIFICATION SECrIO3 7-05.1(1) FOR ADJUSTMENTS TO GRACE. Monument Case & Caver ADOPTED CITY OP RLNTON STANDARD PLANS L.ST DATE: IXab-89 r1nfn♦ta\tV+.'LMAA 0MMAMC.9IAo)1 RESOLUTION NO. 3229 CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 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: Mayor ,Attest: City Clerl RENTON CITY COUNCIL: Council President h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx talbot hill phase 2\survey\bush.roed.surveyagreement.doc\ t 9 FRM: 97Surveyor.dot/bh ' -Y AFFIDAVIT OF COMPLIANCE Bush, Roed & Hitchings, Inc. ( Name of contractor/subcontractor/consultant/supplier) hereby confirms and declares that 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/con su han t/su ppIier) state and local laws governing non-discrimination in employment. H. When applicable, Bush, Roed & Hitchings, Inc. ( Name of contractor/subcontractor/consultant/supplier) negotiate with minority and women contractors for the award of subcontracts. will seek out and Nl r✓� 6 -FrF5,- Print Agent/Representative's Name and Title J, AQt,� Agent/Representative'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. h:\file sys\wtr - drinking water utility\wtr-27 - water project files\wtr-27-xxxx taftt hill phase 2\survey\bush.roed.surveyagreement.doc\ t 10 FRM: 97 Surveyor. dot/bh