Loading...
18-148.00 David Evans & Associates: Highland Estates Connector AGREEMENT FOR PROFESSIONAL SERVICES Contract 18-148 David Evans and Associates,Inc.-Engineering Services Highland Estates Connector Project#0281 THIS AGREEMENT is made by and between the City of Spokane Valley,a code City of the State of Washington, hereinafter "City" and David Evans and Associates, Inc., 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. Consultant shall provide all labor,services,and material to satisfactorily complete the Scope of Services, attached as Exhibit A. 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 Services, 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 Services, stop work, and promptly cure any failure in performance under this Agreement. B. Representations. City has relied upon the qualifications of 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 Services. No substitutions of agreed-upon personnel shall be made without the prior written consent of City. Consultant represents that the compensation as stated in paragraph 3 is adequate and sufficient for the timely provision of all professional services required to complete the Scope of Services under this Agreement. 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 failures to meet the standard of care without additional compensation except to the extent such action is directly attributable to deficiencies in City-furnished information. C.Standard of Care. Consultant shall exercise the degree of skill and diligence normally employed by professional consultants engaged in the same profession,and performing the same or similar services at the time such services are performed. D. Modifications. City may modify this Agreement and order changes in the work whenever necessary or advisable. Consultant shall accept modifications when ordered in writing by the City Manager or designee, so long as the additional work is within the scope of Consultant's area of practice. Compensation for such modifications or changes shall be as mutually agreed between the Parties. Consultant shall make such revisions in the work as are necessary to services failing to meet the standard of care appearing therein when required to do so by City without additional compensation. 2. Term of Contract. This Agreement shall be in full force and effect upon execution and shall remain in Agreement for Professional Services(with professional liability coverage) Page 1 of 7 effect until completion of all contractual requirements have been met as determined by City. Consultant shall complete its work by December 31,2019,unless the time for performance is extended in writing by the Parties. Either Party may terminate this Agreement for material breach after providing the other Party with at least 10 days'prior notice and an opportunity to cure the breach. City may,in addition,terminate this Agreement for any reason by 10 days'written notice to Consultant. In the event of termination without breach,City shall pay Consultant for all work previously authorized and satisfactorily performed prior to the termination date. 3.Compensation. City agrees to pay Consultant an agreed upon cost plus fixed fee amount of$54,080.50 as full compensation for everything done under this Agreement, as set forth in Exhibit B. Consultant shall not perform any extra, further,or additional services for which it will request additional compensation from City without a prior written agreement for such services and payment therefore. 4. Payment. Consultant shall be paid monthly upon presentation of an invoice to City. Applications for payment shall be sent to the City Finance Department at the below-stated address. City reserves the right to withhold payment under this Agreement for that portion of the work(if any)which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Scope of Services, City standards, City Code, and federal or state standards. 5. Notice. Notices other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONSULTANT: Name: Christine Bainbridge, City Clerk Name: Debra Seeman,P.E. Phone: (509)720-5000 Phone: (360)628-5004 Address: 10210 East Sprague Avenue Address: 1115 West Bay Drive NW, Suite 301, Spokane Valley, WA 99206 Olympia,WA 98502 6.Applicable Laws and Standards. The Parties,in the performance of this Agreement,agree to comply with all applicable federal,state,and local laws and regulations. Consultant warrants that its designs,construction documents, and services shall conform to all federal, state, and local statutes and regulations. 7. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A.By executing this Agreement,the Consultant certifies to the best of its knowledge and belief that it and its principals: 1. Are not presently debarred, suspended,proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local)transaction or contract under a public transaction;violation of federal or state antitrust statutes or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records,making false statements, or receiving stolen property; Agreement for Professional Services(with professional liability coverage) Page 2 of 7 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification; and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal,state, or local)terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement. 8.Relationship of the Parties. It is understood and agreed that Consultant shall be an independent contractor and not the agent or employee of City, that 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 Consultant. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of 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. 9. Ownership of Documents. All drawings,plans,specifications,and other related documents prepared by Consultant under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to chapter 42.56 RCW or other applicable public record laws. The written, graphic, mapped, photographic, or visual documents prepared by Consultant under this Agreement shall, unless otherwise provided,be deemed the property of City upon compensation to the Consultant.. City shall be permitted to retain these documents,including reproducible camera-ready originals of reports,reproduction quality mylars of maps,and copies in the form of computer files,for the City's use. City shall have unrestricted authority to publish, disclose, distribute, and otherwise use, in whole or in part, any reports, data, drawings, images, or other material prepared under this Agreement,provided that Consultant shall have no liability for the use of Consultant's work product outside of the scope of its intended purpose. 10.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 Consultant's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit,examine,make excerpts or transcripts from such records,and to make audits of all contracts,invoices,materials,payrolls,and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder. 11. Insurance. 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 Consultant, its agents,representatives,employees,or subcontractors. 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. 2. Commercial general liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop-gap independent contractors and personal injury,and advertising injury. City shall be named as an additional insured under Consultant's commercial general liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO Agreement for Professional Services(with professional liability coverage) Page 3 of 7 CG 20 26. 3.Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. 4. Professional liability insurance appropriate to 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 no less than $1,000,000 per accident and aggregate. 2.Commercial general liability insurance shall be written with limits no less than$1,000,000 for each occurrence, and$2,000,000 for 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 policies are to contain, or be endorsed to contain,the following provisions for automobile liability,and commercial general liability insurance: 1. Consultant's insurance coverage shall be primary insurance with respect to the City. Any insurance,self-insurance,or insurance pool coverage maintained by City shall be in excess of Consultant's insurance and shall not contribute with it. 2. Consultant shall fax or send electronically in .pdf format a copy of insurer's cancellation notice within two business days of receipt by Consultant. 3.If Consultant maintains higher insurance limits than the minimums shown above,City shall be insured for the full available limits of commercial general and excess or umbrella liability maintained by Consultant, irrespective of whether such limits maintained by Consultant are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by Consultant. 4. Failure on the part of Consultant to maintain the insurance as required shall constitute a material breach of the Agreement,upon which the City may,after giving at least five business days' notice to Consultant to correct the breach,immediately terminate the Agreement,or at its sole discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to City on demand,or at the sole discretion of the City,offset against funds due Consultant from the City. D.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Consultant shall furnish acceptable insurance certificates to the City Clerk at the time Consultant returns the signed Agreement,which shall be Exhibit C. The certificate shall specify all of the parties who are additional insureds, and shall include applicable policy endorsements, and the commercial general liability and automobile liability policy deduction or retention level. Insuring companies or Agreement for Professional Services(with professional liability coverage) Page 4 of 7 entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Consultant shall be financially responsible for all pertinent deductibles,self-insured retentions, and/or self-insurance. 12.Indemnification and Hold Harmless. Consultant shall,at its sole expense,defend,indemnify,and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs,reasonable attorney's fees,costs of litigation,expenses,injuries,and damages to the extent arising out of the wrongful or negligent acts,errors,or omissions in the services provided by Consultant,Consultant's agents, subcontractors, subconsultants, and employees to the fullest extent permitted by law, subject only to the limitations provided below. Consultant's duty to defend,indemnify,and hold City harmless shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees pursuant to RCW 4.24.115. Consultant's duty to defend,indemnify,and hold City harmless against liability for damages arising out of such services caused by the concurrent negligence of(a) City or City's agents or employees, and(b) Consultant, Consultant's agents, subcontractors, subconsultants, and employees shall apply only to the extent of the negligence of Consultant, Consultant's agents,subcontractors, subconsultants, and employees. Consultant's duty to defend,indemnify,and hold City harmless shall include,as to all claims,demands,losses, and liability to which it applies,City's personnel-related costs,reasonable attorneys'fees,the reasonable value of any services rendered by the office of the City Attorney, outside consultant costs, court costs, fees for collection, and all other claim-related expenses. Consultant specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act,Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages,compensation,or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Consultant's waiver of immunity under this provision extends only to claims against Consultant by City,and does not include, or extend to, any claims by Consultant's employees directly against Consultant. Consultant hereby certifies that this indemnification provision was mutually negotiated. 13.Waiver. No officer, employee, agent,or other individual acting on behalf of either Party has the power, right, or authority to waive any of the conditions or provisions of this Agreement. A waiver in one instance shall not be held to be a 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 of the provisions of this Agreement or to require at any time performance by the other Party of any provision hereof shall 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. 14. Assignment and Delegation. Neither Party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without prior written consent of the other Party. 15.Subcontracts. Except as otherwise provided herein,Consultant shall not enter into subcontracts for any of the work contemplated under this Agreement without obtaining prior written approval of City. Agreement for Professional Services(with professional liability coverage) Page 5 of 7 16. Confidentiality. Consultant may, from time-to-time,receive information which is deemed by City to be confidential. Consultant shall not disclose such information without the prior express written consent of City or upon order of a court of competent jurisdiction. 17. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Disputes between City and Consultant shall be resolved in the Superior Court of the State of Washington in Spokane County. Notwithstanding the foregoing,Consultant agrees that it may,at City's request,be joined as a party in any arbitration proceeding between City and any third party that includes a claim or claims that arise out of,or that are related to Consultant's services under this Agreement. Consultant further agrees that the Arbitrator(s)' decision therein shall be final and binding on Consultant and that judgment may be entered upon it in any court having jurisdiction thereof. 18. Cost and Attorney's Fees. The prevailing party in any litigation or arbitration arising out of this Agreement shall be entitled to its attorney's fees and costs of such litigation(including expert witness fees). 19. Entire Agreement. This written Agreement constitutes the entire and complete agreement between the Parties and supersedes any prior oral or written agreements. This Agreement may not be changed,modified,or altered except in writing signed by the Parties hereto. 20. Anti-kickback. No officer or employee of 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. 21. Business Registration. Consultant shall register with the City as a business prior to commencement of work under this Agreement if it has not already done so. 22.Severability. If any section,sentence,clause,or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction,such invalidity shall not affect the validity of any other section, sentence,clause, or phrase of this Agreement. 23. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Services B. Fee proposal C. Insurance Certificates The Parties have executed this Agreement this day of P iv , 2018. CITY OF SPOKANE VALLEY Consultant: VV *Mk Mark Calhoun, City Manager By: Its: Authorized Representative ATTE -41\\ 1-50:1-4 Christine Bainbridge, City Clerk Agreement for Professional Services(with professional liability coverage) Page 6 of 7 APPROVED AS TO FORM: CA 10 Office o e City Atperiey • Agreement for Professional Services(with professional liability coverage) Page 7 of 7 Exhibit A Spokane County, `` A Barker Road/SR290 Roundabout Highland Estates Connector Scope of Services Prepared by: --David Evans and Associates, Inc. - -- 908 North Howard Street, Suite 300 Spokane, WA 99201 D D in association with HDR Engineering, Inc. FYR September 19, 2018 TABLE OF CONTENTS I. INTRODUCTION 1 II. DESIGN CRITERIA 1 III. DESIGN SOFTWARE 2 IV. DETAILED TASK DESCRIPTION 2 TASK 1 PROJECT ADMINISTRATION—DEA&HDR 2 1.1 Project Management 2 1.2 Project Setup 3 1.3 Subconsultant Coordination 3 1.4 Monthly Progress Reports and Invoices 3 TASK 2 COORDINATION AND MEETINGS—DEA&HDR 3 2.1 COUNTY Coordination—DEA 3 2.2 Project Design Team Meetings- DEA& HDR 3 2.3 WSDOT Review Coordination - DEA& HDR 4 TASK 3 QUALITY CONTROL/QUALITY ASSURANCE REVIEW—HDR 4 TASK 4 TOPOGRAPHIC SURVEYING AND BASEMAPPING-DEA 4 4.1 Develop Control Network 4 4.1.1. Control Network Planning, Research, and Office Preparation 4 4.1.2. Development of GPS Control Network 4 4.1.3. Vertical Control 5 4.2 Topographic Survey& Mapping 5 4.2.1. Topographic Surveying 5 4.2.2. Process RTK GPS and linework 6 4.2.3. Feature extraction 6 4.2.4. Basemapping 6 TASK 5 TRAFFIC DESIGN —HDR 6 TASK 6 CONCEPTUAL ALIGNMENT DESIGN—HDR 7 6.1 Develop Preferred Connection Alignment- HDR 7 6.2 Alternative Connection Alignment Option- HDR 8 6.3 Conceptual Opinion of Probable Cost—HDR 8 V. GENERAL ASSUMPTIONS 8 VI. EXTRA WORK 9 VII. TIME FOR COMPLETION 9 Page i Highland Estates Connector Scope of Services—Exhibit A I. INTRODUCTION David Evans and Associates, Inc. (DEA) and associated subconsultant(s)will provide surveying and preliminary design for the addition of a northern leg (PROJECT) at the future Barker Road/SR-290 roundabout under the direction of Spokane County (COUNTY). The primary project objective is to evaluate compatibility of adding a future northern leg to the roundabout with the City of Spokane Valley (CITY) Barker Road/BNSF Grade Separation project (Barker/BNSF Project). This scope of services uses the following references for project team members: • COUNTY = Spokane County will serve as the Project Owner, and has entered into an inter- local agency agreement with CITY to serve as the pass-through agent for consultant contract and invoicing. • CITY = City of Spokane Valley will serve as the project Contract Administrator and will forward consultant invoices on to the County for payment. • WSDOT = Washington State Department of Transportation - Project coordination with review authority, and owner of facilities within State rights-of-way. • CONSULTANT or DEA = David Evans and Associates, Inc. (Prime Consultant on the project) • HDR = HDR Engineering, Inc. (Major Transportation subconsultant to DEA) • Technical Stakeholder Team = This team will be led by the County and will include City, WSDOT, DEA and HDR. The purpose of this team is to coordinate project design elements to support future compatibility with City's Barker/BNSF project and reviews by WSDOT. II. Design Criteria As part of the design effort on this project, design criteria will be developed and reviewed by the CITY, COUNTY, and WSDOT. When developing design criteria, COUNTY'S standards will govern for the northern leg, and WSDOT standards will govern within State rights-of-way. The COUNTY will designate the basic premises and criteria for the design. Deliverables will be developed in accordance with the latest edition and amendments (as of the date of signing of this Agreement) of the following documents. Changes in any design standards or requirements after work has begun may result in Extra Work. WSDOT PUBLICATIONS: • Standard Specifications for Road, Bridge, and Municipal Construction • Standard Plans for Road, Bridge, and Municipal Construction • Local Agency Guidelines (LAG) Manual • Design Manual • Traffic Manual Page 1 Highland Estates Connector Scope of Services—Exhibit A AASHTO PUBLICATIONS: • AASHTO's "A Policy on Geometric Design of Highways and Streets" 2011 • AASHTO Roadside Design Guide 2011 U.S. DEPARTMENT OF TRANSPORTATION PUBLICATIONS: • Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD) OTHER: • Spokane County Road Standards • Washington State Regulations, Accessibility Design for All (ADA) • AASHTO Geometric Design for Highways and Streets • Standard drawings prepared by the COUNTY and furnished to the CONSULTANT will be used as a guide in all cases where they fit design conditions. • APWA General Special Provisions III. Design Software Project deliverables will be developed utilizing the following software packages and associated versions: 1. InRoads©Version 8i, SELECTSeries 2 will be utilized as the project's design platform. 2. Consultant will provide Civil3D 2018 AutoCAD compatible reference files of the survey and design upon completion. 3. MS Excel will be utilized for spreadsheets. 4. MS Word will be utilized for word processing. 5. Design roll plots, memorandums and other documents will be submitted in an electronic file format (PDF, typically) 6. AutoTurn for MicroStation©Version 8i will be utilized to evaluate vehicle turning movements. Iv. DETAILED TASK DESCRIPTION TASK 1 PROJECT ADMINISTRATION — DEA & HDR 1.1 Project Management Project management will be on-going during the course of the project. The project manager will maintain communication with the COUNTY; monitor the project's scope, schedule, and budget; and coordinate and communicate with the project's subconsultant. ASSUMPTIONS: 1. The tasks in this section assume that the project will be active from October 2018 to January 2019, or a total of 4 months. Page 2 Highland Estates Connector Scope of Services—Exhibit A 1.2 Project Setup DEA and HDR will set up project files including internal budget tracking spreadsheets, preparing the project's financial files, and the project's electronic and hard copy technical filing system. ASSUMPTIONS: 1. Design documents will be shared on the City's Barker/BNSF ProjectWise Server with access given to the County. 1.3 Subconsultant Coordination DEA will prepare subconsultant agreement, review and process subconsultant invoices, and coordinate project tasks on a regular basis. DELIVERABLES 1. N/A 1.4 Monthly Progress Reports and Invoices The CONSULTANT Team will provide monthly progress reports and invoices in accordance with the CITY's standard procedures to the COUNTY, via submittal to the CITY as the contract administrator. Each progress report and invoice package will include the CONSULTANT Team's invoice showing all labor and direct expenses included for the period, the monthly progress report, and full documentation of labor hours and direct expenses charged for the period for DEA and subconsultant. ASSUMPTIONS 1. Progress Report and Invoice packages will be prepared monthly for 4 months. DELIVERABLES 1. Monthly Progress Report and Invoice Packages (PDF via email) TASK 2 COORDINATION AND MEETINGS — DEA & HDR The CONSULTANT will provide frequent communication throughout the project to facilitate project decisions supported by the COUNTY. Regular meetings will be scheduled to monitor the progress of the project, to coordinate with team members, and to maintain accountability between all members of the team including the CONSULTANT, subconsultant, the CITY, COUNTY and WSDOT. 2.1 COUNTY Coordination— DEA DEA will coordinate with COUNTY staff for project data, design issues, and project updates. DEA project manager will provide monthly check-in phone and/or video conferences with COUNTY. 2.2 Project Design Team Meetings - DEA & HDR The Project Design Team is made up of representatives from the CITY, COUNTY, WSDOT, and the CONSULTANT Team. Project Design Team meetings will be held to effectively communicate the project needs between each of the critical project stakeholders. ASSUMPTIONS 1. Meetings will occur once a month; CONSULTANT and subconsultant team members will Page 3 Highland Estates Connector Scope of Services—Exhibit A participate either in person (if local to Spokane) or via video/phone conference. These meetings may be held concurrently with the CITY's Barker/BNSF project meetings, in which case the staff labor billing will be shared between the two projects.Attend up to two (2) meetings. DELIVERABLES 1. Meeting Agenda and Meeting Minutes 2.3 WSDOT Review Coordination - DEA& HDR DEA and HDR may provide support to the COUNTY by participating in design coordination meetings with various WSDOT staff to evaluate the forward-compatibility of the Barker Rd./SR-290 roundabout with a future northern leg. ASSUMPTIONS 1. For budgeting purposes, assume up to two (2) meetings; staff effort will be limited to hours identified in Exhibit B. TASK 3 QUALITY CONTROL/QUALITY ASSURANCE REVIEW— HDR Quality Control reviews will be conducted by the Quality Control Team prior to submittal of major deliverables. HDR will perform Quality Control Reviews on the following under this Task: • Conceptual Northern Alignment Alternative— 1"=100' scale roll plot • Conceptual Opinion of Probable Cost TASK 4 TOPOGRAPHIC SURVEYING AND BASEMAPPING - DEA All work described below will be completed by DEA unless specified otherwise. The objective of this task is to gather sufficient topographic data to develop an existing conditions basemap for the north leg extension design. 4.1 Develop Control Network 4.1.1. Control Network Planning, Research, and Office Preparation DEA will develop a control network plan before performing any field work. The project surveyor will research CITY and COUNTY previous project control, FEMA Benchmarks, NGS datasheets and WSDOT records to determine the availability of existing control in the project area. 4.1.2. Development of GPS Control Network DEA will establish a primary control network. WSDOT standard vertical and horizontal datum, NAD83 2011 and NAVD88 GeolD 12B will be utilized. Control coordinates will be reported in Washington State Plane North Zone and a conversion factor will be provided for future translations. Distances will be reported in ground distances. Primary control points will be used to develop the overall static control network placed within the project limits. These points will be monumented with Page 4 Highland Estates Connector Scope of Services—Exhibit A aluminum caps and set in concrete and stamped with corresponding control point number. 4.1.3. Vertical Control DEA will establish vertical elevations from a local NGS Monument with a published NAVD88 elevation. ASSUMPTIONS 1. DEA will utilize the same local datum plane as used for the Barker Rd/BNSF project, which will be referenced to the Washington State Plane Coordinate System, North Zone, NAD 83 horizontal datum and NAVD 88 vertical datum. DELIVERABLES 1. N/A 4.2 Topographic Survey & Mapping Figure 1: Topographic Boundary r. r .....ar_ar_ _ ,,, I - :____,,,,__Ip,„______j' ;40,,- -1,4-* 4' - ' '4,- 4 ,.. _., -.....Are.R.41;f:'„„i ir 1 1, 4_. Sr Ilk priitio-: " 4 p t ,fir..'} W ' ,$ ,,. '" ,4YQ X is .- R' Alf' aG x _Vt ...- x y .w..) , „„ , -_ I. 4. ... N 9t •.r.'- - �/'" 4.2.1. Topographic Surveying DEA will perform the topographic surveying for the project as shown in Figure 1. Mapping will utilize both conventional surveying methodology and small Unmanned Aerial System (sUAS) technology. Page 5 Highland Estates Connector Scope of Services-Exhibit A 4.2.2. Process RTK GPS and linework DEA will process RTK GPS from the primary control network and perform quality control and assurance checks on RTK data. DEA will process mapping data and prepare data to be imported into MicroStation/ Inroads. DEA will process GPS linework to WSDOT standards using MicroStation/Inroads. Quality checks will be performed on the linework for accuracy and conformance to WSDOT standards. 4.2.3. Feature extraction DEA will extract from the UAV Photogrammetry point cloud additional features from the areas defined above including ONLY paint striping, buildings, edge of pavement, and edge of roads. 4.2.4. Basemapping DEA will compile mapping data into an existing conditions topographic map. The topographic map will be developed in MicroStation© in accordance with the WSDOT standards, and for use by the CONSULTANT design team. One foot contours will be developed as needed for design plans from the mapping data. This MicroStation basemap file will be converted to an AutoDesk basemap for use by the COUNTY. ASSUMPTIONS 1. Limits of mapping area as described above. DELIVERABLES 1. Topographic MicroStation basemap (.DGN file) 2. Topographic Autocadd basemap (.DWG file) TASK 5 TRAFFIC DESIGN - HDR This work includes a traffic design analysis for the Barker Road/SR290 Roundabout with a fourth leg, extending to the north (Build Scenario). HDR will conduct AutoTURN analysis, sight distance check, and speed consistency of four leg roundabout configuration. These analyses shall be conducted for movements from and to the proposed north leg. ASSUMPTIONS 1. There is no need for existing traffic counts/analysis since existing condition was completed by previous traffic study. In addition, there is no need for no-build condition analysis since an ICA for the proposed roundabout at the same location was reviewed and approved by City of Spokane Valley and WSDOT Eastern Region. 2. One (1) online meeting/conference call will be held to confirm development information with the COUNTY. 3. There is no need to have a method and assumptions memo for the traffic analysis since this is an update of a previous study at the same location. DELIVERABLES 1. Roll plots of AutoTURN Analysis, Sight Distance Check and Speed Consistency Check (PDF) Page 6 Highland Estates Connector Scope of Services—Exhibit A TASK 6 CONCEPTUAL ALIGNMENT DESIGN — HDR The objective of this task is to develop a conceptual geometric design to add a northern leg to the proposed Barker Road/SR-290 roundabout. This will add a fourth leg to the roundabout and extend north of SR-290 and connect to North Vista Grande Drive. Figure 2: Build Scenario Preferred Route yam° - _1411/4v-li litAircit %I. \ ' iik lb VS ' 1•04:11 Nri -", Pir ir Ilk,..;„. v. �'., 11:: ;711-31411-1r- ; .. .. The conceptual geometric design task will utilize the conceptual layout of Alternative #5 from the Barker Road Grade Separation Phase 1 Alternatives Evaluation Report (Draft, dated February 28, 2018). The COUNTY'S preferred alignment for the north leg extension is shown in Figure 2. At this time, a geometric layout has not be developed to determine whether the minimum allowable curve radii for low speed urban streets, defined in AASHTO and COUNTY standards, can be met while providing the proper entry angles into the roundabout. The scope of work under this task includes the following: 6.1 Develop Preferred Connection Alignment - HDR HDR will develop the preferred northern leg extension roadway alignment connection to North Vista Grande Drive. Plan and profile roll plot at 100 scale will be developed for the alignment. A conceptual inroads model (including developing the preliminary roadway section templates) will be developed to determine cut/fill limits and determine initial earthwork volumes. Optimizing the earthwork volumes is not included in this scope of work. The initial design evaluation will include the following design criteria: • design speed for the new roadway will be 25 mph and minimum curve radii for low speed urban streets will be followed; • 2% normal crown; Page 7 Highland Estates Connector Scope of Services—Exhibit A 6.2 Alternative Connection Alignment Option - HDR If the preferred alignment cannot meet design criteria using the minimum curve radii for a 25 mph design speed and normal crown section, HDR will develop an additional alternative northern connection roadway alignment that extends directly north from the proposed roundabout and connects to North Vista Grande Drive. This additional alignment will only be developed if the preferred alignment is found not to fit within the existing design constraints. 6.3 Conceptual Opinion of Probable Cost- HDR One conceptual opinion of probable cost will be developed for the northern leg extension. Detailed quantities will only be developed for the roadway cross section (pavement section & earthwork). All other costs will be derived based on estimated percentages or linear footage of roadway used for conceptual level design. ASSUMPTIONS 1. The northern leg connection to the roundabout will be designed in accordance with WSDOT's Design Manual. 2. Exhibits will be 1"=100' scale roll plot (Roll plot will be similar to the exhibit used for the September 5, 2018 meeting with WSDOT) 3. Typical sections will not be developed 4. One revision will be performed to the preferred alternative layout after COUNTY's review of the roll plot exhibit. 5. Opinion of probable cost will be prepared for only one design concept. 6. Drainage and illumination costs will be estimated based on linear footage of roadway. 7. The opinion of probable cost will not include associated right-of-way costs. DELIVERABLES 1. Preferred connection roll plot with horizontal and vertical alignment (PDF) and Autocad electronic file; 2. Alternative connection roll plot (PDF) and Autocad electronic file- if necessary; 3. Conceptual Opinion of Probable Cost- MS Excel and PDF V. GENERAL ASSUMPTIONS This Scope of Services is based upon certain assumptions and exclusions, identified below and under specific tasks. The following assumptions were used in the development of this scope of services 1. The project management budget for the Scope of Services is based on a project duration from October 2018 to January 2019, for a total of four (4) months. 2. The level of effort for a given work task is limited to the amount of labor and expenses indicated in Exhibit B. Out-of-scope services beyond these limits will be provided as Extra Work. The CONSULTANT reserves the opportunity to shift budget between work tasks and between labor and expenses. Page 8 Highland Estates Connector Scope of Services— Exhibit A 3. CITY professional services agreement for cost plus fixed fee with a not to exceed maximum will be utilized. If the scope of services increases or decreases as it relates to this original scope of services, then an adjustment to the associated fees and delivery schedule will be executed once the COUNTY and the CONSULTANT mutually agree on the terms of the change. 4. WSDOT will review project elements that could potentially impact SR 290. 5. Opinion of Probable Costs are estimated values. Therefore, CONSULTANT makes no warranty that actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections or estimates. VI. EXTRA WORK All work not described above will be considered Extra Work. At the request of the COUNTY, the CONSULTANT will perform Extra Work as a supplement to this Agreement. This work may include: 1. Design of more than two alignments for northerly extension (includes preferred plus one alternative). vii. TIME FOR COMPLETION Following is an estimated PROJECT schedule: Task Timeframe Topographic Surveying & Basemapping July 2018-August 2018 October 2018 - January 2019 (to be Conceptual Design Alternatives Submittal developed concurrent with City's Barker Road submittals) End of Scope of Services Page 9 Highland Estates Connector Scope of Services—Exhibit A Spokane County, WA Highland Estates Connector Design Services I I I I I I I David Evans and Associates, Inc. Direct Classification Hrs. x Rate = Cost Project Manager 36 $ 74.94 $ 2,697.84 DEA Transportation QC/WSDOT Expert 0 $ 74.30 $ - Senior Engineer 1 I 0 $ 57.68 $ - Project Coordinator/GIS-Graphics Expert 2 $ 40.00 $ 80.00 Bridge Task Lead 0 $ 68.78 $ - Cadd Manager 0 $ 43.50 $ - Flight Operations Mgr 10 $ 62.50 $ 625.00 Survey Lead 7 $ 55.50 $ 388.50 Project Surveyor 24 $ 43.00 $ 1,032.00 Party Chief 24 $ 33.00 $ 792.00 Field Technician 24 $ 33.00 $ 792.00 Mapping Technician 40 $ 34.00 $ 1,360.00 Administrative Assistant 6 $ 25.76 $ 154.56 Project Accountant 1 0 $ 33.48 $ - Project Accountant 2 1 $ 36.76 $ 36.76 Project Administrator 5_ $ 38.78 $ 193.90 179 Salary Cost $ 8,152.56 Overhead Cost @ 177.14% of Direct Labor $ 14,441.44 Net Fee @ 31.0% of Direct Labor $ 2,527.29 Total Overhead& Net Fee Cost $ 16,968.74 Salary Total $ 25,121.30 Direct Expenses No. Unit Each Cost Mileage 100 Miles A $ 0.545 /mile $ 54.50 UAV Fees 2 Day(s)@ $ 600 /day $ 1,200.00 Direct Expenses Total $ 1,255.00 David Evans and Associates Total $ 26,376.30 Subconsultants HDR Engineering, Inc. $ 27,704.20 Subconsultant Total $ 27,704.20 Direct Expenses Sub-Total (DEA Expenses+Subconsultants) $ 28,959.20 DEA and Subconsultants Total: $ 54,080.50 County_Barker Rd North Leg_Budget_v2 2018-09-11.xtsx Page 1 of 4 $DEA-Summ Printed: 9/19/2018, 9:59 AM a,yq 0 0-mN- N CO 0) (0 C o o co Ln'V o o OO 0 0 0 O W co N co H V CO )0 0 O 0 0 CO .- W c7 O O O O O O 0 0 0 r �n C) of to 0 r) (0 o 0 0) 4-5 v 0 0 0 0 0 0 0 g 0 V N 0 N N N N- eA M N U) to N EA 0 63 0 N CO c') 0) r Co 0) 0) Cr, h o 0 V) r O a ~ N N V N ID N N Cr, 43 43 :A N W 0 W M m O) la n' O N Q a yo V) O) O) W '.8 OJ co V O O V r O O M 0 C) 0 0 0 0 0 0 0 n � .c ,- r r m c 0 7, Jole-0sIuiu)pV palad p L - v 0) 0 0 0 0 0 0 0 0, r ,T, Z lue{un000y}oafad o L III' - o '0 0 0 0 o I o F g, 1 luelun000y loalad o L II o o I o I o 0 0 0 ' 0 0 n luelsissy angCASituwpy Fy°�- 'II u- ao o I0 0 0 0 0 I o— m ,_ ry ueioluyoal 6uiddeW o L III o o 'o m 0 o y ,,, ueiouyoal plaid o r II O o 1 o m co N o O N 19143AUedo =_III 0 0 I0 c00N 0 0N 4. o(an ns loalo d Ill o o '0 co °N o o N H peal Aaons- L III o o 'o ca .a- o o r..- ,-- r j6 suoa eiad 1d o L I., W 1 0146! r lo o '0 00O o 0 0 O F- V )Jadx3 soiydei0 m 0 OII = 0 O' 0 N CoN O o o= -sIJ/�oleuip�oo0loabid - - — o y 0 U Ja6eueyy oalo�d H L co illv v '0 '0 0 o v v o 0 „o) C 49N . is Ti m m m N U « '" FO- Io- r° FO' C- I-- OU )ti (67 N t') d' cn co cllW a) c c c c c c m Co 'u) 0. 0' N I !0 0 al Y C d E a2 E aE aE aa) o: a CA W WI W W W W O (I) Y Y Y Y Y Y ... r^ o o O O o Z i co z LU EL U _ 0 0 N W EE U d O cn Q 2 Ts w K c Y 0 Oo = W Wm c of oe W 0-= o ra 0 0- a,N tug COl C N 0 E a O N .6 t0 .2 C E A O m ° C a) a _ N o -p U N S -p U N c0 �" 3 c Z ' t .O1 d Q � (L v 2 c a) c F.->'" o u N a o Q o a UJ co p a c m ,_ ° `o 'a) ° c r o _`) w 6 2' -6 OJ Q 2 w ,) a c O 0 0 m 0 °- O C a) ia c c r 111 C >, C O u a c0 0. O- C a O 8 v o s a >• u 0 0 o 0 u d ° ° a 0 z I O o o 0 C O o o 0 'o °O. > o. ! ~o 0 o: a a a u)) 2 0 0 Q. o I-- o� I-_co < 0 0 ¢ 0 _ N r) U at N N N W ml„,- C 7 N c') V O I"7 ,.S O OO '- '- N O O N 0 O N O e a E . - M 7 a a N O O O6 a O W w a u 0 Spokane County, WA , Highland Estates Connector _ Design Services HDR Engineering, Inc. Direct Classification Hrs. x Rate = Cost Principal In Charge 2 $ 100.71 $201.42 Transportation Lead (HDR PM) 27 $ 62.00 $1,674.00 Roadway Lead 16 $ 69.51 $1,112.16 Roadway QA/QC 12 $ 77.29 $927.48 Utilities Lead 0 $ 50.75 $0.00 Roadway Design Engineer IV 46 $ 50.72 $2,333.12 Roadway Design Engineer III 0 $ 60.10 $0.00 Roadway Design Engineer II 0 $ - $0.00 Roadway Design Engineer I 8 $ 37.54 $300.32 Cadd Technician 20 $ 36.37 $727.40 Roundabout Engineer 12 $ 52.63 $631.56 Roundabout Design Engineer 0 $ 31.99 $0.00 Civil Designer IV 0 $ 43.00 $0.00 Senior Hydraulic Engineer 1 0 $ 53.63 $0.00 Senior Hydraulic Engineer 2 0 $ 64.28 $0.00 Hydraulic Engineer 0 $ 35.50 $0.00 Senior Traffic Engineer QA/QC 4 $ 75.07 $300.28 Senior Traffic Engineer 18 $ 65.00 $1,170.00 Traffic Engineer 8 $ 32.50 $260.00 BNSF Lead 0 $ 100.03 $0.00 Controller 5 $ 42.00 $210.00 Project Assistant 0 $ 22.40 $0.00 Total Hrs. 178 Salary Cost $9,847.74 Salary Escalation Cost(estimated) Escalation - %of Labor Cost per year @ year(s) $0.00 Total Salary Cost $9,847.74 Overhead Cost @ 149.31% of Direct Labor $14,703.66 Net Fee @ 31.0% of Direct Labor $3,052.80 Total Overhead & Net Fee Cost $17,756.46 Salary Total $ 27,604.20 Direct Expenses No. Unit Each Cost Printing (8.5x11) (B&W) 129 pages @ $0.05 /page $ 6.45 Printing (11x17)(B&W) 115 pages @ $0.09 /page $ 10.35 Bond Plots - B&W(per sq. ft.) 80 pages @ $0.14 /page $ 11.20 Bond Plots-Color(per sq. ft.) 80 pages @ $0.90 /page $ 72.00 Direct Expenses Total $ 100.00 HDR Engineering, Inc. Total Cost $27,704.20 County_Barker Rd North Leg_Budget_v2 2018-09-11.xlsx Page 3 of 4 $HDR Printed: 9/19/2018, 9:59 AM 01 a M O m a o N N m N S O O O M N N o N 0 01 > O Q 0) Noi CO 00 CO N (ICOo V'0 O CO 49 0 In N 0 0 — N 0 0 m o2 M M Nr m 0_ A C� CAM 10N MM • NNNM W 0 Q wvu49 4,4, w nww (CO�4M 0.1 A 49 xF w w 0_ N m m 0_'m M 01 rn rn p o M O coN O o N ..., " o N co .- C C =F r a` r )ueIsissy P910 d o , o 0 o o o o o ✓ )apa9uo0 o y — In N o 0 0 0 o N H L )aaui6u3°wail H L o 0 0 o o 0 o Co 100)06u30i940100Nas o L o 0 0 0co co 0 3 i 00/VO m ` 0 0 a s 0 0 0 0 )aaw6u3 oifle)3 Jaws ro-L Jaau!6u3)nogepunoe o L o 0 0 0 0 N N H ueioiuyoal PPO o L o o o o o o oN N H I)aaui6u3 6 , w m u6isao AempeoH H L o 0 0 0 o m 0 O ��)aoo6u3 m y U m f2-. 0 0 0 0 0 0 0 CI.) u6isao Aempeoa < C �— • CpN n iii)aaui6u3 m 0 0 0 0 0 0 0 > 0 U u6isao Aempeod'2. C N > I da) Al)aa06u3 5 w o 0 o 0 0 0 0 VCO u61sao Aempeod 2. N N o v v d N C • W 0) m .Ca -a.N 6 peal sapgCH 3 L 0 0 0 0 0 0 0 4 �r— a m� N = e 90/V0 Aempeob L 0 0 N N 0 0 0 T . - peal Rempeou p 2 o a s 0 o 0 o N N 0 CO F L (Wd dOH) 5 w co N a Z1 a s 0 N N o 0 C— M '0-4-1peak uopepodsue)1 2-. a6iey0 0 ledioupd o f N N 0 0 0 0 0 N �L 101 Ao TiAo A Zs 1- 1- F 1- 1- 1- V N C C d E E E E E E w w w w w w 3 3 3 3 3 3 C C 2) C c E ce c w 0 w 0 w 3 =o v m 0 x o Fi Q Hy 0: -a - 0' N a o c v x - c W m 2 m w O C a O T I¢' 2 0) O N 0 3 cO A CI Q O1_ ,, 1' OO F • A 5 i ..A LA O C Cc N 07 n • 8 8 Sm A _ _ cU � W• y o w 9 o m U > 'n EU N mIN ; d A m m 71, '''-i _c C •c 0 o o W a'EAa oDrn> m < d 0 TO °' _ W 'o>wul yov ' cU�� 0 m zo o_ d -a 0- Y 0 o U 0 0 o a o o ' o 'U o o a, - o da au)g UUa3 UF 1t 4 U Q U Z Vo E' W CU w0 N M a .--NN N N 0In In ti 0 2 ,r 0 - N M Oa N O C d 'o 3 U A�r -1 ® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/1/2018 9/21/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER Lockton Companies NAME: 444 W.47th Street,Suite 900 PHONE FAX (A/C.No.Fxtl: (A/C.No); Kansas City MO 64112-1906 E-MAIL (816)960-9000 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Zurich American Insurance Company 16535 INSURED DAVID EVANS AND ASSOCIATES,INC. INSURER B:Lloyds of London 1332581 2100 SW RIVER PARKWAY INSURER C: PORTLAND OR 97201 INSURER D: INSURER E: INSURER F: COVERAGES DEAIN01 CERTIFICATE NUMBER: 15622348 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY Y N GLO 9830389 12/1/2017 12/1/2018 EACH OCCURRENCE $ $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ $300,000 MED EXP(Any one person) $ $10,000 PERSONAL&ADV INJURY $ $1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ $2,000,000 X POLICY FECOT- LOC PRODUCTS-COMP/OP AGG $ $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY N N BAP 9830390. 12/1/2017 12/1/2018 COMBINED SINGLE LIMIT $ (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX _ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY _AUTOS XXXXXXX X HIRED X NON-OWNED PROPERTY DAMAGE $ XXXXXXX AUTOS ONLY _AUTOS ONLY (Per accident) _- $ XXXXXXX UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE _ $ XXXXXXX EXCESS LIAB CLAIMS-MADE AGGREGATE $ XXXXXXX DED RETENTION$ $ XXXXXXX A WORKERS COMPENSATION Y/N N WC 9336626 12/1/2017 12/1/2018 STATUTE ERPEH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEE.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If DESS, IPTIONe under E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below B PROFESSIONAL N N LDUSA1704625. 12/1/2017 12/1/2018 PER CLAIM$1,000,000 LIABILITY ANNUAL AGGREGATE$1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE:SPKV0000-003X;CITY CONTRACT#18-148—HIGHLAND ESTATES CONNECTOR PROJECT#0281.THE CITY OF SPOKANE VALLEY IS AN ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY,AND THIS COVERAGE IS PRIMARY AND NON-CONTRIBUTORY,AS REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION 15622348 CITY OF SPOKANE VALLEY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTN:ROBERT LOCHMILLER THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 10210 E. SPRAGUE AVENUE ACCORDANCE WITH THE POLICY PROVISIONS. SPOKANE VALLEY WA 99206 AUTHORIZED REPRESENTATIVV Al /14fir ©1988°015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD