Loading...
11-021.00 Benthin and Associates: Sullivan Bridge DrainFormal 'Task Assignment Document Task Number F The general provisions and clauses of Agreement 10 -027 shall be in fiill force and effect for this Task Assignment Location of Project: Sullivan Road Bridge and SE Corner of Sullivan Rd and Flora Pit Road Intersection Project Title: Sullivan Bridge Drain Retrofit Maximum Amount Payable Per Task Assigiunent: $8,733.00 Completion Date: December 3 1, 2012 Description of Work: (Note attachments and give brief description) Provide On -Call surveying services in accordance with Exhibit A -1 to be invoiced to the Sullivan Bridge Drain Retrofit Project, CIP 0150 Agency Project Manager Signature: Date: ° Zi ' Oral Authorization Datt Consultant Signature: Agency Approving Ant Dated: Date: Z /l Date: DOT Form 140.089 EF Formal Task Assignment Revised 6105 coII,ov Exhibit A- I Sullivan Bridge Proposal 2 -8 -11 Task 1 We will establish Washington State Plane Coordinates for a minimum of 2 points of the horizontal control established for this project. Vertical Datum will be NAVD 88. Datums will be produced from control points provided by City around the intersection of Indiana. This task also includes all of the necessary research for road plans, records of survey, short plats, plats and binding site plans, in addition to the computations necessary to establish the right of way for Sullivan Road and east 200 feet along the south right of way line of Flora Pit Road and or 200 feet east along the north boundary of the State Parks parcel east of Sullivan and south of Flora Pit Road. We have also included decorating any existing right of way line monuments or north boundary monuments. Staking of right of way lines is additional to this proposal and will be completed on a time basis per Exhibit A -1 if requested. Professional Services Estimate: $2,512. 00 Task 2 The topographic mapping will be performed on an approximate 25 foot grid typical. Data points acquired will identify the north edge of Spokane river and the Top of North Bank for 180 feet east of the east side of Sullivan Bridge. Data points acquired will be sufficient to produce a 1 foot contour interval from the Top of the North Bank of Spokane River to the south edge of asphalt of Flora Pit Road, 180 feet east of the east side of Sullivan Bridge. Data points acquired will be sufficient to produce 0.5 foot contour interval in and around the proposed drainage area, as staked by the City, including a 30 feet buffer zone exterior to the proposed drainage area (the envelope). Data points will be gathered under the North End of Sullivan Bridge from the north edge of a chain link fence north to include the configuration of the abutment, which will also be sufficient to produce a 1 foot contour interval. Large boulders or rock outcrops 3 feet in diameter or larger will be noted individually within the drainage area envelope. The mapping of the drainage envelope will also provide location, trunk diameter, approximate foliage diameter and generic species of each tree larger than 4 inches in diameter. Locations of center of shrubs and bushes taller than 4 feet in height will also be shown. The utility locates will be ordered by our office with the One Call Service for area from the north end of Sullivan Bridge to the north side of Flora Pit Road. However, our experience is they may not respond in a timely manner for design locates. This will result in multiple mobilizations to obtain the paint lines as they are placed. Mapping will include all utilities by above ground evidence and markings made by One Call Service. Inverts of Sanitary Manholes (including the next sanitary manhole north of Flora Pit Road) and Storm Catch Basins will be acquired. Data for Bridge Drain Pipe under north end of bridge will be also acquired. Locations of the joints in the Sullivan bridge decks on the north and south ends will be acquired along with the locations and rim elevations or adjacent asphalt for all visible bridge drains and pass throughs for each deck. Mapping will include right of way lines for Sullivan Road north of the Section Corner, and Flora Pit Road/North boundary of State Parks within work area. With regards to Traffic Control, any time we are working in the right of way we will place 2 large Survey Crew signs at each end of the project or our work zone, along with significant cones to inform the public there are surveyors within the right of way. The best approach for us is to minimize the impact to traffic with maximum effort. We will pick appropriate times of the day to enter the traffic travel way zone when inverts of manholes, drainage features or centerline shots are needed. This will be done by early morning visits on the weekend. In addition, our crew members will be wearing safety vests and using a buddy system to monitor traffic. We will attempt to place our control points away from the travel way for our instrument operators to work in a safer environment. Spokane Traffic Control will prepare and submit a Traffic Control Plan or use the one provided to submit for review and approval, to the City of Spokane Valley Traffic Engineer, 5 working days prior to starting work on the Bridge in the Traffic Zone. Deliverables We will provide copies of field notes, ASCII point files, AutoCAD drawing file with TIN, Breaklines, and alignments if any. Layering and Point codes will be provided in City of Spokane Valley Standards. 1 set of 24 "x 36" Bond copies, at a 30 scale and signed by a Professional Land Surveyor, will also be provided along with a "pdf' version. It is understood work will be completed in 30 working days after contract is issued. Professional Services Estimate: $3,983.00 + $200.00 for Traffic Control Sub - Consultant Task 3 We will create legal descriptions and exhibits for all partial takes or easements required for the project (1 is currently proposed). The legal Description and exhibit will be on 8 -1/2" x 11" sheets meeting Spokane County Recording requirements. as defined in the Scope of Work. All documents and exhibits will be sealed and signed by a professional land surveyor. We assume the City will take care of all applications and or adjustment procedures required by the Assessor's Office to adjust the property owners Tax assessments if any. Professional Services Estimate: 1@ $500.00 = $500.00 Task 4 We will monument the property corners of the parcels affected at the new right of way or the boundary of drainages sites, after the City acquires the property. A record of survey will be prepared and recorded per RCW 58.09. Recording fees are included in this estimate. Permits for monument removal or destruction will be performed by others prior to construction and are not part of this Scope of Services. Professional Services Estimate: $1,538. 00 j�� 11707 E Sprague Ave Suite 106 ♦ Spokane Valley WA 99206 509.921.1000 ♦ Fax: 509.921.1008 ♦ cityhatt@spokanevalley.org February 7, 2011 Walt Dale, PLS President Benthin & Associates 1004 N. Atlantic Street Spokane, WA 99201 -2209 RE: Revised Request for Scope of Surveying Services Sullivan Bridge Drain Retrofit Project City of Spokane Valley The City of Spokane Valley is modifying the Sullivan Road Bridges over the Spokane River so that roadway stormwater will no longer flow directly into the Spokane River. The conceptual plan calls for piping the stormwater to State Park land within the SE corner of Sullivan Road and Flora Pit Road. See attached Survey Scope Exhibit. The scope of services consists of providing surveying field crew, equipment and office calculations for the following tasks: Task 1 Task 1 will be to research, locate and decorate all State property corners on the SE corner of Sullivan Road and Flora Pit Road. The Consultant shall tie data to the Washington State Plane coordinate system (2 point minimum) and a vertical datum based on NAVD 88. Task 1 work shall begin within 7 working days after the City executes a Contract Agreement and will complete work within 20 working days. Task 2 Task 2 will be to provide topographic mapping of the project area. The Consultant shall obtain topographic survey data in the areas shown on the attached exhibit. Within the topo areas shown on the exhibit TIN shots shall be provided roughly every 25 feet. The topo shall also pick up all grade breaks and provide top of bank and toe of slope elevation shots. The survey shall pick up the current waterline along the north bank of the Spokane river within the survey scope area. The topo map shall have 0.5 foot contours in the low area approximately 200 feet north of the top edge of the north river bank.. Within the topo survey areas Sullivan Bridge Drain Retrofit 1 of 3 Revised Request for Scope of Surveying Services shown on the survey scope exhibit the survey shall note the location, diameter and species of each tree larger than4 inches in diameter and the center of shrubs with a height larger than 4 feet. Include all utilities (gas, power, water, San. sewer, storm sewer, tv, etc) and iron extending from the north bridge abutments to the north side of the Flora Pit Road Intersection Include sanitary sewer and storm sewer pipe diameter and invert elevations. The topographic work will locate and provide invert elevations of 10 bridge drains, 5 on each side, on the southbound bridge and 5 bridge drains, on the east side of the northbound bridge. The topographic work will locate the north and south ends of the bridge decks on both bridges. The topographic work will include shots to define the exterior edge of the north abutment and include the elevation where the bridge drain piping enters the embankment at the north end of the northbound bridge. The Consultant to be responsible for coordinating utility locates prior to conducting the survey. The Consultant shall also be responsible for all traffic control. The consultant shall prepare and submit a Traffic Control Plan for review and approval to the City of Spokane Valley Traffic Engineer 5 working days prior to starting work. A ROW Construction Permit is not required from the City of Spokane Valley. Consultant to provide data collector files, ASCII point file, copies of all field notes, an electronic drawing in AutoCAD, version 2005 or later, relevant project data and drawing files such as TINS, DTM's, alignments, and breaklines. Consultant also to include 24" x 36" bond copies at a 30 scale, signed and dated by a Professional Land Surveyor licensed in Washington and be suitable for the development of final road design plans. Show existing and proposed property and right -of -way lines on the completed topo map. Electronic copies of the AutoCAD version 2005 or later drawing file(s) in accordance with City of Spokane Valley standards shall be provided to the City upon completion of the survey drawing. A CD of a City of Spokane Valley prototype drawing, with the appropriate files, with a read -me document, will be provided prior to this survey being conducted. The read -me file will explain the location of certain files so point descriptions and line types will match the provided code sheet. Task 2 work shall begin within 7 working days after the City provides right of Entry Releases from adjacent property owners and will complete work within 30 working days. Sullivan Bridge Drain Retrofit 2 of 3 Revised Request for Scope of Surveying Services Task 3 Task 3 will be to create legal descriptions and exhibits for the partial takes and/or easements required for the project. The legal Description and exhibit format will be on 8 -1/2" x 11" sheets meeting Spokane County recording requirements and be subject to approval by the City. The legal descriptions and exhibits will be reviewed by the City's Real Estate Services Consultant for accuracy. Each description and exhibit shall be submitted for City review within 20 working days after the City issues a notice to proceed for that parcel. Task 4 Task 4 will be to monument the proposed property corners after the property has been acquired. Monumentation shall conform to current Washington State requirements. A record of survey will be prepared and recorded per RCW 58.09. Permits for monument removal or destruction will be performed by others prior to construction and are not part of this Scope of Services. Task 4 work shall begin within 7 working days after the City issues a notice to proceed to monument property corners and will complete work within 30 working days. The City will use the Consultant proposal to create a Formal Task Assignment Document (Task F) under the City's On -Call Professional Land Surveying Services Contract 10 -027. I look forward to working with you on this project. Please call me to arrange a meeting to discuss the project and to pick up additional information. Sincerely, Craig dworth, RE Senior Engineer City of Spokane Valley 11707 E. Sprague Ave., Suite 106 Spokane Valley, WA 99206 PH: (509) 720 -5001 FX: (509) 921 -1008 encl: Survey Exhibit Sullivan Bridge Drain Retrofit 3 of 3 Revised Request for Scope of Surveying Services fir y -,�� ,� � ��� •,r} ..; J30 3 :r: •.'" 9 �. i £ rte t'' :'r a ;'-� -. '. '"— ^-fir , r C � r�l, qpY., ?`yc ,� ti { r / i ' Y,. i � •r ��lr y } {-,} , ' '.. �� f r � 9 r r?! � r�, r S � - 1 �'� s� � a s •. s, '' e � ,:¢. t�� \ � ..+ . A TOPO ABU,MffI1IT E.M. AND KMf= � TO ` OP Q "BANK � s � "E y�i �� r,r� . jam.... •G �".�'. � � ` \ — `� t1.� i s - i rt, s G 6) DEFINE EDGE OF BIER ♦ r f ; 4 } t LtCQCi!CTE BRIDGE DbtK ll�R.EY NCO PE M U -LLIVi BI OGE' C '_FN . RETROFIT FIT 1 F 5 1B 7,10 11 cr AGREEMENT FOR PROFESSIONAL SERVIC ES Dale & Dale, LLC dba Benthin & Associates On -Call Professional Land Surveying Services Public Works Contract No. 10 -027 THIS AGREEMENT is made by and between the City of Spokane Valley, a code City ofthe State of Washington, hereinafter "City" and Benthin & Associates hereinafter "Consultant," jointly referred to as "parties." IN CONSIDERATION of the terms and conditions contained herein the parties agree as follows: 1. Work to Be Performed. The Consultant will provide all labor, services and material to satisfactorily complete work listed under the attached Exhibit A -1 Scope of Work Assignment and payment for the work shall be made in accordance with the attached Exhibit A -2 Task Order Agreement A. Administration The City Manager or designee shall administer and be the primary contact for Consultant. Prior to commencement of work, Consultant shall contact the City Manager or designee to review the Scope of Work, schedule and date of completion. Upon notice from the City Manager or designee, Consultant shall commence work, perform the requested tasks in the Scope of Work, stop work and promptly cure any failure in performance under this agreement. B. Representations The City has relied upon the qualifications of the Consultant in entering into this agreement. By execution of this agreement, Consultant represents it possesses the ability, skill and resources necessary to perform the work and is familiar with all current laws, rules and regulations which reasonably relate to the Scope of Work. No substitutions of agreed upon personnel shall be made without the written consent of the City. Consultant shall be responsible for the technical accuracy of its services and documents resulting therefrom, and City shall not be responsible for discovering deficiencies therein. Consultant shall correct such deficiencies without additional compensation except to the extent such action is directly attributable to deficiencies in City furnished information. C. Modifications The City may modify this agreement and order changes in the work whenever necessary or advisable. The Consultant will accept modifications when ordered in writing by the City Manager or designee. Compensation for such modifications or changes shall be as mutually agreed between the parties. The Consultant shall make such revisions in the work as are necessary to correct errors or omissions appearing therein when required to do so by the City without additional compensation. 2. Term of Contract This agreement shall be in full force and effect upon execution and shall remain in effect until completion of all contractual requirements have been met, under Task Orders authorized prior to December 31, 2011. Either party may terminate this agreement by ten days written notice to the other party. In the event of such termination, the City shall pay the Consultant for all work previously authorized and satisfactorily performed prior to the termination date. 3. Compensation The City agrees to pay the Consultant on a time and material basis, not to Agreement for Professional Services Page 1 of 5 exceed $100,000.00, at the time and material rates shown in Exhibit A -3, Benthin & Associates 2010 Hourlv Minimum Fee Schedule for Professional Surveying Services as assigned by individual Task Order Documents. The Consultant shall not start work until a Task Order Document authorizing payment has been executed by the City. 4. P_aym ent The Consultant shall be paid monthly upon presentation of an invoice to the City. Applications for payment shall be sent to the City Clerk at the below stated address. The Consultant shall list on each invoice the following information: City Task Order No and CIP Project N The City reserves the right to withhold payment under this agreement which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Scope of Work, City Standards, City ordinances and federal or state standards. Notice Notice shall be given in writing as follows: TO THE CITY Name: Christine Bainbridge, City Clerk Phone Number: (509)921 -1000 Address: 11707 East Sprague Ave, Suite 106 Spokane Valley, WA 99206 TO THE CONSULTANT Name: Walter O. Dale, PLS Phone Number: (509)325 -4529 Address: 1004 North Atlantic St. Spokane, WA 99201 6. Applicable Laws and Standards The parties, in the performance of this agreement, agree to comply with all applicable Federal, State, local laws, ordinances, and regulations. 7. Relationship of the Parties It is understood, agreed and declared that the Consultant shall be an independent Consultant and not the agent or employee of the City, that the City is interested in only the results to be achieved, and that the right to control the particular manner, method and means in which the services are performed is solely within the discretion of the Consultant. Any and all employees who provide services to the City under this agreement shall be deemed employees solely of the Consultant. The Consultant shall be solely responsible for the conduct and actions of all its employees under this agreement and any liability that may attach thereto. 8. Ownership of Documents All drawings, plans, specifications, and other related documents prepared by the Consultant under this agreement are and shall be the property of the City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 9. Records The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of the Consultant's records with respect to all matters covered in this contract. Such representatives shall be permitted to audit, examine and make excerpts or transcripts from such records and to make audits of all contracts, invoices, materials, payrolls and record of matters covered by this contract for a period of three years from the date final payment is made hereunder. 10. Insurance The Consultant shall procure and maintain for the duration of the agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Agreement for Professional Services Page 2 of 5 No Limitation. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non - owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. Ifnecessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors and personal injury and advertising injury. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City. 3. Workers' Compensation coverage as required by the Industrial Insurance Iaws of the State of Washington. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Professional Liability and Commercial Genial Liability insurance: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. Cancellation of Consultant's insurance shall be governed by either: a, the policy shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty days prior written notice by certified mail, return receipt requested, has been given to the City, or Agreement for Professional Services Page 3 of 5 b. the Consultant shall provide at least 30 days prior written notice by certified mail, return receipt requested of a cancellation. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A;VIT. E. Evidence of Coverage. As evidence of the insurance coverages required by this contract, the Consultant shall furnish acceptable insurance certificates to the City at the time the Consultant returns the signed contract. The certificate shall specify all ofthe parties who are additional insureds, and will include applicable policy endorsements, and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to the City. The Consultant shall be financially responsible for all pertinent deductibles, self- insured retentions, and /or self - insurance. 11. Indemnification and Hold Harmless The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115. then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions ofthis section shall survive the expiration or termination of the agreement. 12. Waiver No officer, employee, agent or other individual acting on behalf of either party has the power, right or authority to waive any ofthe conditions or provisions ofthis agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance, All remedies afforded in this agreement or by law, shall be taken and construed as cumulative, and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any ofthe provisions ofthis agreement or to require at any time performance by the other party of any provision hereof shalt in no way be construed to be a waiver of such provisions nor shall it affect the validity of this agreement or any part thereof. 13. Assignment and Delegation Neither party shall assign, transfer or delegate any or all ofthe responsibilities of this agreement or the benefits received hereunder without first obtaining the written consent of the other party. 14. Subcontracts Except as otherwise provided herein, the Consultant shall not enter into subcontracts for any ofthe work contemplated under this agreement without obtaining prior written approval of the City. 15. Confidentiality Consultant may, from time to time, receive information which is deemed by the City to be confidential. Consultant shall not disclose such information withoutthe express written consent Agreement for Professional Services Page 4 of 5 ":; of the City or upon order of a Court of competent jurisdiction. 16. Jurisdiction and Venue This agreement is entered into in Spokane County, Washington. Venue shall be in Spokane County, State of Washington. 17. Cost and Attorney's Fees In the event a lawsuit is brought with respect to this agreement, the prevailing party shall be awarded its costs and attorney's fees in the amount to be determined by the Court as reasonable. Unless provided otherwise by statute, Consultant's attorney fees payable by the City shall not exceed the total sum amount paid under this agreement. 18. Entire Agreement This written agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This agreement may not be changed, modified or altered except in writing signed by the parties hereto. 19. Anti - kickback No officer or employee ofthe City, having the power or duty to perform an official act or action related to this agreement shall have or acquire any interest in this agreement, or have solicited, accepted or granted a present or future gift, favor, service or other thing of value from any person with an interest in this agreement. 20. Business Registration Prior to commencement of work under this agreement, Consultant shall register with the City as a business. 21. Severability If any section, sentence, clause or phrase of this agreement should be held to be invalid for any reason by a court ofcompetent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this agreement. 22. Exhibits Exhibits attached and incorporated into this agreement are: 1. Exhibit A -1 Scope of Work, 2. Exhibit A -2 Task Order Agreement 3. Exhibit A -3 2010 Hourly Minimum Fee Schedule 4. Insurance Certificates IN WITNESS WHEREOF, the parties have executed this agreement this day of 2010. i C OKANE VALLEY: Consulta ' City Manag Owner, Walter O. ale, PLS Tax ID No. ATTES APPROVED AS TO FORM: Christine Bainbridge, City Cler Office of # City Attorney Agreement for Professio -1 -Q-1 pa Page 5 of 5 This document contains confidential tax information and has been redacted pursuant to RCW 82.32.330. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. Exhibit A -1, Scope of Work On -Call Surveying Services Contract 10 -027 Under the Contract the Consultant may do any of the following work: • Perform Topographic Data Collection and Mapping. • Perform Construction Staking as directed with specified documentation. • Perform Quality Control Checking and prepare Reports of Results for projects as directed. • Perform As -Built Data Acquisition and Prepare Mapping or Reports. • Perform Monument Preservation Tasks and Prepare appropriate DNR Permits. • Perform Boundary Surveys related to Land Acquisition and Prepare Mapping. • Prepare and or Review Legal Descriptions for Right of Way Acquisition, Easements or other activities requiring Parcel or Use descriptions. • Provide Consulting Services for Professional Land Surveying and Land Use Planning. • Provide Principal Professional Land Surveyor Review as needed. • Invoicing for services will be done monthly or as needed using the attached Hourly Fee Schedule. Work will be assigned and paid under Task Order Agreements per Exhibit A -2. Exhibit A -2 (Task Order Agreement) Spokane Valley Public Works Contract No: 10 -027 Each item of work under this AGREEMENT will be provided by task assignment. Each assignment will be individually negotiated with the CONSULTANT. The amount established for each assignment will be the maximum amount payable for that assignment unless modified in writing by the CITY OF SPOKANE VALLEY (CITY). The CITY is not obligated to assign any specific number of tasks to the CONSULTANT, and the CITY'S and CONSULTANT'S obligations hereunder are limited to tasks assigned in writing. Task assignments may include but are not limited to, the following types of work: A. Task to be Assigned B. Task to be Assigned C. Task to be Assigned D. Task to be Assigned E. Task to be Assigned F. Task to be Assigned Task assignments made by the CITY shall be issued in writing by a Formal Task Assignment Document. An assignment shall become effective when a formal Task Assignment Document is signed by the CONSULTANT and the CITY. DOCUMENTS EXEMPT FROM PUBLIC DISCLOSURE The page entitled " Exhibit A -3 / Hourly Minimum Fee Schedule for Surveying and Planning Services contains confidential cost and rate data and is withheld from public disclosure pursuant to 23 USC 112(2)(F). Prenotification; confidentiality of data A recipient of funds requesting or using the cost and rate data shall notify any affected firm before such request or use. Such data shall be confidential and shall not be accessible or provided, in whole or in part, to another firm or to any government agency which is not part of the group of agencies sharing cost data under this paragraph, except by written permission of the audited firm. If prohibited by law, such cost and rate data shall not be disclosed under any circumstances. You may petition for a review of our findings pertaining to any redacted or withheld documents pursuant to Spokane Valley Municipal Code (SVMC) 2.75.080; and obtain judicial review pursuant to RCW 42.56.550. A „ ° °® `. CERTIFICATE OF LIABILITY INSURANCE 7/15/2010 PRODUCER (303) 454 -9562 FAX: (303) 454 -9564 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Assurance Risk Managers, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2851 S. Parker Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 760 Aurora CO 80014 INSURERS AFFORDING COVERAGE NAIC # INSURED INSURERAA Travelers Indemnity Co. Dale & Dale, LLC, DBA: Benthin & Associates INSURER 8; Traverlers Property Cas. Co. 1004 N. Atlantic St INSURERc:Beazley Insurance 37540 INSURER D: Spokane i WA 99201 INSURER E: I n^ 10nAn_1-­1 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE 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 OFSUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR DD' POUCYNUMBER pALICY VE P LICYPc7( ON TYPE LTR O INSU CE LIMBS GENERALLIABILITY EACH OCCURRENCE $ 2, 000,000 X COMMERCIAL GENERAL LIABILITY ARE EMISE Eacownr $ 300 A CLAIMS MADE OCCUR680- 7457P29A 3/1/2010 3/1/2011 MEDE XP (Ango neperson) • Stop -Gap Liability PERSONAL &ADVINJURY $ 2,000,000 • Property Coverage GENERAL AGGREGATE $ 4, 000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS •COMPIOPAGG $ 4,000,000 POLICY X PRO- LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 X ANY AUTO A- 7462P856 10 -GRP 3/1/2010 3/1/2011 ( Ea accident) BODILY INJURY $ B _ ALL OV I ED AUTOS SCHEDULED AUTOS (Per pew) BODILY INJURY $ HIRED AUTOS -0 NON WNED AUTOS (Peraoddenl) PROPERTY DAMAGE $ (Per accident) GARAGELIABILITY AUTO ONLY- EAACCIDENT_ S ____ ANY AUTO OTHER THAN _FA ACC $ S AUTO ONLY: AGG EXCESS I UMBRELLA LIABILITY EACH OCCURRENCE 5 AGGREGATE $ OCCUR ❑ CLAIMS MADE S $ DEDUCTIBLE S RETENTION S A WORKERS COMPENSATION VICSTATU- X OTH- AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE a E.L. EACH ACCIDENT $ 2 000,000 E.L. DISEASE - EA EMPLOYE 5 2 OFFICERIMEMBER EXCLUDED? (Mandatory In NH) 7457P29A 3/1/2010 3/1/2011 E.L. DISEASE -POLICY LIMIT S 2,000,000 1 680- Uyes describe under SPEtl PROVISIONS below ATOP GAP COVERAGE B OTHERprofessional 15RM209PNPA 3/1/2009 3/1/2011 Per Claim $1,000,000 Liability Aggregate $1,000,000 Claims -Made Policy DESCRIPTION OF OPERATIONS LOCATIONS /VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS City of Spokane Valley is named as Additional Insured with respect to General Liability, and General Liability is primary and non - contributory. CERTIFICATE 14OL13ER CANCELLATION City of Spokane Valley Attn: Christine Bainbridge, City Clerk 11707 E. Sprague Avenue Spokane Valley, WA 99206 er:non q1; t9nnain4% SHOULDANY OFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL OMMMMAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, X(y6)0 X 0($QM AUTHORIZED REPRESENTATIVE Lisa Isom /DAWNF- --� ©1988 -2009 ACORD CORPORATION. All rlahts reserved. INS026(2mi) The ACORD name and logo are registered marks of ACORD