19-114.00 Michael Terrell: CenterPlace West Lawn Ph 2 Contract No. 19-114.00
AGREEMENT FOR PROFESSIONAL SERVICES
Michael Terrell Landscape Architecture,PLLC
THIS AGREEMENT is made by and between the City of Spokane Valley.a code City of the State of
Washington,hereinafter"City"and Michael Terrell Landscape Architecture,PPLC,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 deficiencies 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 correct errors or
omissions 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
effect until completion of all contractual requirements have been met as determined by City. Consultant shall
complete its work by August 1,2020, unless the time for performance is extended in writing by the Parties.
Agreement for Professional Services(with professional liability coverage) Page I of 9
Contract No. 19-114.00
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$132,625.00.(which includes Washington State Sales Tax if
any is applicable) as full compensation for everything done under this Agreement. 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: Michael Terrell Landscape
Architecture,PLLC
Phone: (509) 720-5000 Phone: (509)992-7449
Address: 10210 East Sprague Avenue Address: 1421 N.MeadowWood Lane, Suite 150
Spokane Valley,WA 99206 Liberty Lake, WA 99019
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 states 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 destmchon of
records,making false statements,or receiving stolen property,
3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental
Agreement for Professional Services(with professional liability coverage) Page 2 of9
Contract No. 19-114.00
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. 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 9
Contract No. 19-114.00
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 aminimum combined single limit for bodily injury and
property damage of no less than$1,000,000 per accident.
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 cutreut 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 deduction or
Agreement for Professional Services(with professional liability cmerage) Page 4 of9
Contract No. 19-114.00
retention level.Insuring companies or 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,attorney's fees,costs of litigation,expenses,injuries,and damages of any nature whatsoever relating to or
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 partthereof.
14. Assignment and Delectation. 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 9
Contract No. 19-114.00
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. Insurance Certificates
C. Assurance of compliance with applicable federal law.
The Parties have executed this Agreement this ,315---day of July,2019.
CITY OF SPOKANE VALLEY Consul nt• ' IC TE'
LArr ' ` CT I ' LLC
Mark Calhoun,City Manager 'r
Its. Authorized Representative
Agreement for Professional Services(with professional habil* coverage) Page 6 of 9
Contract No. 19-114.00
ATT ST•
Christine Bainbridge. City Clerk:
APPROV D AS TO FORM:
Office of he Ci Homey
Agreement for Professional Services(with professional habtlrh coverage) Page 7 of 9
Contract No. 19-114.00
Exhibit C—Assurance of Compliance with Applicable Federal Law
During the performance of this Agreement,the Consultant, for itself, its assignees, and successors m
interest(hereinafter referred to as the"Consultant")agrees as follows:
1.Compliance with Regulations:The Consultant shall comply with the federal laws set forth in Section 7 of
this Exhibit("Acts and the Regulations")relative to non-discrimination in federally-assisted programs of the
U.S.Department of Transportation, Washington State Department of Transportation(WSDOT),as they may
be amended from time-to-time,which are herein incorporated by reference and made a part of this Agreement.
2.Non-discrimination:The Consultant,with regard to the work performed by it during this Agreement shall
not discriminate on the grounds of race, color, or national origin in the selection and retention of
subcontractors, including procurements of materials and leases of equipment. The Consultant shall not
participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including
employment practices when the contract covers any activity,project,or program set forth in Appendix B of 49
CFR Part 21.
3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all
solicitations,either by competitive bidding,or negotiation made by the Consultant for work to be performed
under a subcontract,including procurements of materials,or leases of equipment each potential subcontractor
or supplier shall be notified by the Consultant of the Consultant's obligations under this Agreement and the
Acts and the Regulations relative to non-discrimination on the grounds of race,color,or national origin.
4.Information and Reports:The Consultant shall provide all information and reports required by the Acts,
the Regulations,and directives issued pursuant thereto,and shall permit access to its books,records,accounts.
other sources of information,and its facilities as may be determined by the City or the WSDOT to be pertinent
to ascertain compliance with such Acts, Regulations, and instructions. Where any information required of
Consultant is in the exclusive possession of another who fails or refuses to furnish the information, the
Consultant shall so certify to the City or the WSDOT, as appropriate, and shall set forth what efforts it has
made to obtain the information.
5.Sanctions for Noncompliance:In the event of a Consultant's noncompliance with the non-discrimination
provisions of this Agreement,the City will impose such contract sanctions as it or the WSDOT may determine
to be appropriate, including,but not limited to:
a. withholding payments to the Consultant under the Agreement until the Consultant complies; and/or
b.cancelling,terminating,or suspending the Agreement, in whole or in part.
6.Incorporation of Provisions:The Consultant shall include the provisions of paragraphs one through six of
this Exhibit m every subcontract,including procurements of materials and leases of equipment,unless exempt
by the Acts, the Regulations and directives issued pursuant thereto. The Consultant shall take action with
respect to any subcontract or procurement as the City or the WSDOT may direct as a means of enforcing such
provisions,including sanctions for noncompliance. Provided,that if the Consultant becomes involved in,or is
threatened with litigation by a subcontractor or supplier because of such direction,the Consultant may request
that the City enter into any litigation to protect the interests of the City. In addition,the Consultant may request
the United States to enter into the litigation to protect the interests of the United States.
7. Pertinent Non-Discrimination Authorities: During the performance of this Agreement, the Consultant
Agreement for Professional Serb (with professional liability coverage) Page 8 of9
Contract No. 19-114.00
agrees to comply with the following non-discrimination statutes and authorities;including but not limited to:
Title VI of the Civil Rights Act of 1964(42 U.S.C. §2000d et seq.,78 stat.252),(prohibits discrimination
on the basis of race,color,national origin);and 49 CFR Part 21;
The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C.
§4601),(prohibits unfair treatment of persons displaced or whose property has been acquired because of
Federal or Federal-aid programs and projects);
Federal-Aid Highway Act of 1973,(23 U.S.C. §324 et seq.),(prohibits discrimination on the basis of sex);
Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 et seq.), as amended, (prohibits
discrimination on the basis of disability);and 49 CFR Part 27;
The Age Discrimination Act of 1975,as amended,(42 U.S.C. §6101 et seq.),(prohibits discrimination on
the basis of age);
Airport and Airway Improvement Act of 1982, (49 USC §471, Section 47123), as amended,(prohibits
discrimination based on race, creed, color,national origin,or sex);
The Civil Rights Restoration Act of 1987,(PL 100-209),(Broadened the scope,coverage and applicability
of Title VI of the Civil Rights Act of 1964,The Age Discrimination Act of 1975 and Section 504 of the
Rehabilitation Act of 1973,by expanding the definition of the terms programs or activities"to include all
of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such
programs or activities are Federally funded or not);
Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of
disability in the operation of public entities, public and private transportation systems, places of public
accommodation,and certain testing entities(42 U.S.C.§§12131-12189)as implemented by Department of
Transportation regulations at 49 C.F.R. parts 37 and 38;
The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. §47123) (prohibits
discrimination on the basis of race. color, national origin,and sex);
Executive Order 12898,Federal Actions to Address Environmental Justice in Minority Populations and
Low-Income Populations,which ensures Non-discrimination against minority populations by discouraging
programs,policies,and activities with disproportionately high and adverse human health or environmental
effects on minority and low-income populations;
Executive Order 13166,Improving Access to Services for Persons with Limited English Proficiency,and
resulting agency guidance, national origin discrimination includes discrimination because of Limited
English proficiency(LEP).To ensure compliance with Title VI,you must take reasonable steps to ensure
that LEP persons have meaningful access to your programs(70 Fed Reg. at 74087 to 74100); and
Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating
because of sex in education programs or activities(20 U.S.C. §1681 et seq.).
Agreement for Professional Services(with professional liability coverage) Page 9 of 9
Michael Terrell •Landscape Architecture,PLLC
1421 N. MeadowWood Lane,Suite 150
Liberty Lake,WA 99019
(509)922-7449
Date: July 1,2019
Client: City of Spokane Valley,WA Phone: (509)720-5400
Contact: Mr. Mike Stone Fax: (509)688-0188
Address: 2426 N. Discovery Place
Spokane Valley,Washington 99216
Project: CenterPlace West Lawn Construction
Project if: 17-017A
Proposed Scope of Services:
Tasks v Fees
s '
A. Review existing site conditions and any available site information.
B. Meet with staff and consultant team to review existing site utilities.
C. Project Management Coordination.
D. Prepare an update to master plan graphics.
E. Prepare a pre-development meeting application for the City of Spokane
Valley.
F. Prepare a SEPA checklist for the City of Spokane Valley.
G Prepare Schematic design drawings and evaluation of probable cost based on
master plan and scope for review and approval by City of Spokane Valley
Parks and other departments as required.
Subtotal: $5,519.00
w ;
A. Prepare Design Development drawings and preliminary cost estimate based
on master plan and scope for review and approval by City of Spokane Valley
Parks and other departments as required. Design development documents
will include:
1. Demolition Plan
a. Removal of existing improvements, street/cul-de-sac, curbs, storm
drainage structures,electrical, landscape and irrigation.
2. Construction Plans for site improvements. Including.
a. Grading and staking plans.
b. Restroom: Pre-Fabricated.
PROPOSAL
Project-CenterPlace West Lawn Construction 1
Project#.17-017A
Client:City of Spokane Valley
c. Central plaza development with gateway,performance areas and site
improvements.
d. Irrigation (Mainline, controller, equipment specification)
e. Planting Plan
f. Coordinate Utility Plans: Civil, water, sewer, electrical. Electrical
service and lighting for central plaza,performance area and restroom
only.
g. Construction Details
B. Specifications(Sections 1-16)frontal documents and technical specifications
for landscape, irrigation, restrooms and other improvements to be included
in project manual.
C. Cost analysis: Provide detailed project construction cost analysis based on
the Design Development drawings and specifications.
D. Comments by staff to be returned to consultant within two weeks of
submittal in order to maintain schedule.
E. Meetings:
1. One meeting with electrical representatives for Crave to evaluate the
existing electrical use and requirements.
2. Two coordination meetings with City of Spokane Valley staff.
3. One meeting with City of Spokane Valley Planning staff for pre-application
meeting.
4. One meeting to deliver Design Development package and review with
staff
5. One presentation to City of Spokane Valley Council.
Subtotal: $13,797.00
A. Prepare Construction Documents and cost estimate based on approved
Design Development drawings. Design development documents will include:
1. Demolition Plan
a. Removal of existing building, hardscape,fencing,and improvements
as required.
2. Construction Plans for site improvements. Including:
a. Grading and staking plans.
b. Restroom: Pre-Fabricated.
c. Street improvements
d Central plaza development with gateway, performance areas and site
improvements
e. Irrigation (Mainline,POC,controller,equipment specification)
f. Planting Plan
g. Utility Plans: Civil, water, sewer, electrical. Electrical service and
lighting for central plaza, performance area and restroom only.
3. Construction Details
PROPOSAL
Project-CenterPlace West Lawn Construction 2
Project#.17-017A
Client City of Spokane Valley
B. Specifications(Sections 1-16)frontal documents and technical specifications
for landscape, irrigation, restrooms and other improvements to be included
in project manual. Civil and electrical specifications will be included on plans.
C. Cost analysis:Provide detailed project construction cost analysis based on
the Construction Documents and specifications.
D. Comments by staff to be returned to consultant within two weeks of
submittal in order to maintain schedule.
E. Meetings:
a. Three coordination meetings with City of Spokane Valley staff.
b. One meeting with City of Spokane Valley Planning staff for pre-
application meeting.
c. One meeting to deliver Construction Document package and review
with staff.
Subtotal: $19,316.00
Z; - - a' .t
A Bidding: Project to be bid as one project.
a. Plans and specifications to be provided to staff for advertisement and
distribution.
b. Review and respond to requests from bidders for product
substitutions.
c. Respond to contractor questions during construction and prepare
addenda as necessary and as directed.
B. Construction Administration: Review/process Contractor's submittals and
other documents that includes, but is not limited to:shop drawings, product
and material data and requests for information/clarifications(RFI's). Services
shall include providing responses to Contractor as necessary, review of
Owner-prepared change order proposal forms,and reviewing Contractor's
proposed costs of Owner-approved changes in the work.
C. Conduct a maximum of eight(8)site visits to review the progress of the Work
and/or attend project meetings as requested by the Owner.Task shall
include preparing a written report of each site visit and issuing copies to all
concerned parties.Site observations include:
D. Substantial and Final Completion.Conduct site visits to prepare a separate
'punch list' of incorrect and/or incomplete work.Transmit 'punch list'to
Contractor for review,correction and comment. Prepare'punch list'for
Substantial and Final Completion
E. Review Operation and Maintenance manuals prepared by Contractor.
F. Review record documents prepared by the Contractor.
Subtotal: $16,557.00
PROPOSAL
Project CenterPloce West Lawn Construction 3
Project#.17-017A
Client City of Spokane Valley
A. Basic Design Services for engineering including:
a. Construction Document Deliverables
a. Construction Plans
b. Cover Sheet
c. Notes
d. Existing Topographic Survey/Demolition Plan
e. Erosion and Sediment Control Plan
f. Erosion and Sediment Control Plan Details
g. Overall Civil Site Plan
h. Plaza Site Plan
i. Site Details
j. Overall Grading Plan
k. Detailed(Blow Ups) of certain areas for grading
I. Swale/Pond Details
m Water Plan
n. Water Details
o. Sewer Plan Cover Sheet—Submittal to Spokane County
p. Sewer Plan and Profile Sheet
q. Sewer Details
r N. Discovery Place Cul-de-sac Plans
s. Construction Details
t. Bidding support
B. Specifications/Reports
a. Technical specifications per six-digit CSI format.
b. Stormwater report per the Spokane Regional Stormwater Manual
c. Design Phase Geotechnical Engineering Report as outlined in
GeoEngineers Scope of Work
C. Opinion of Probable Cost
a. Quantities for Itemized Bid Schedule
b. Engineering Estimate for Civil Engineering Items
D. Meetings: Five Design Meetings
E. Bidding Assistance
a. Bidding assistance to help with contractor questions and addendums
(if necessary).
F Construction Administration
a. Our construction administration would be limited to reviewing
submittals,answering requests for information, and three meetings in
the Spokane Valley.
Subtotal: $52,360.00
PROPOSAL
Project:CenterPlace West Lawn Construction 4
Project#:17-0174
Client.City of Spokane Valley
A. Participate in one(1)kick off meeting to establish the project requirements and
coordinate the electrical design with the proposed design.
B. Coordination with the serving utility companies,Landscape Architect,and Civil
Engineer to design provisions to bring a new electrical service to the site.
C. Preparation of floor plans,diagrams and details of electrical power distribution
systems,appropriate for permit,bid,and construction.
D. Preparation of floor/ceiling plans,diagrams,and details of lighting and
associated control systems appropriate for permit,bid and construction.
E. Lighting photometric calculations will be performed for plaza,cul-de-sac,and
pedestrian walkways to verify that lighting systems meet the Owner's
operational requirements,and follow IESNA recommendations for light levels
and uniformity.Lighting calculations will be prepared in the current version of
Lighting Analyst AGI32.
F. Preparation of technical specifications appropriate for permit,bid,and
construction.Specifications will be prepared as a separate booklet in CSI format.
Specifications will be prepared to match the Landscape Architect's format.It is
assumed the Landscape Architect will provide an example specification section
indicating the desired format and project information.
G. Preparation of Washington State Energy Code Compliance Forms.
H. Preparation of Engineer's opinion of probable cost for 90%submittal.
I. Attendance at(4)coordination meetings with the Landscape Architect,design
team,and/or Owner in Spokane,Washington to review development of
construction drawings,and to coordinate electrical work with other disciplines.
a. Additional meetings under basic services are assumed to be performed via
conference call or an online virtual meeting platform(i.e.GoToMeeting).
J. Provide support during bidding and permit review as required.
a. Response to questions during bidding submitted through the oh intent
during bidding.
K. Construction Administration:Construction administration is included in our
fees for basic services provided under this agreement, and listed as a
separate line item in the'Fees'section of this proposal. Construction
administration services include:
a. Review of equipment substitution requests.
b. Review shop drawings and submittals during construction.
c. Response to requests for information(RFI)during construction.
d. Develop change proposal documents.
e. Review contractor provided as-built documentation.
f. Perform up to(4)site visit to observe electrical systems installation and
verify conformance with the drawings and specifications. An
"Engineer's Field Observation Report" shall be prepared for each site
PROPOSAL
Project:CenterPlace West Lawn Construction 5
Project 11.17-017A
Ghent City of Spokane Valley
visit performed. Site visits may be scheduled for review of electrical
systems rough-in, punch list,final back check, or at the request of the
Landscape Architect.
Subtotal: $18,975.00
•
A. Construction testing of subgrades, base course and asphalt.
Subtotal: $4,500.00
- • - ESA - -y -- - _
A. Expenses: Including travel,printing, etc.
Subtotal: $1,600.00
Exclusions:
• Additional services proposal will be prepared for services not included in this scope of work.
• Revisions to previously approved work.
• Additional meetings, presentations,or site visits other than those listed in the Scope of Services.
• Additional survey of existing site(s)to determine grades, existing dimensions, property lines,etc.
• Civil Engineering: Beyond scope outlined above.
• Geotechnical Engineering: Beyond scope outlined above.
• Electrical Engineering: Beyond scope outlined above.
• Hazardous materials testing in advance of demolition.
• Preparation of permits, permit fees,entitlements or vacations for Rights-of-Way.
Signature: Date: 7/1/19
Michael D.Terrell,ASIA
PROPOSAL
Project CenterPlace West Lawn Construction 6
Project St 17-017A
Client City of Spokane Valley
OATE(MMIDOTTYYY)
.Atm_--....aa CERTIFICATE OF LIABILITY INSURANCE onovzots
THIS
THIS CERTIFICATE IS ISSUED AS A MATTERIVOF OR GATIVE ONLY AND CONFERS NO LTERTSUPON THE GE FRDE
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(ies) must be endorsed. If SUBROGATION'S 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).
PRODUCER CONTACT
USAA INSURANCE AGENCY INC/PHS NAME'
PHONE (888)242-1430 ' Nol (888)443-8112
65812846 inc.No,EM).
The Hartford Business Service Center
3600 Wiseman Blvd EMAIL
San Antonio,TX 78265 ADDRESS
INSURER(S)AFFORDING COVERAGE MICA
INSURED INSURERA Hartford Casualty Insurance Company 29424
MICHAEL TERRELL-LANDSCAPE ARCHITECTURE,PLLC INSURER B.
5312 S CHAPMAN RD msuRER C.
GREENACRES WA 99018-8832
INSURER D:
INSURER E:
INSURER F.
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED.NOTVATHSTANDING 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
INSRADOL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS
TYPE OFINSUMNLE !OwAVIDIMMDDANYY1 IMAVODY YYYI
LTR. COMMERCIAL GENERAL LABEACH OCCURRENCE
$2000,000
CLAIMS-MACE F^OCCDR DAMAGE TO RENTED
PREMISES(Ea Ca,nence $30D,Dg0
x General Liability MED EXP(Any one person) $10,000
A X 65 SBA PU5843 01/13/2019 01/13/2020 PERSONAL&ADV INJURY $2000,000
GE AGGREGATE APPUES PER
GENERAL AGGREGATE $4,000,000
POUCY PRO- nLOC
PRODUCTS-COMProP ACC $4,000A00
— JECT
OTHER
COMBINED SINGLE UMIT §2,f100,000
AUT ANO ANY AUTO
O BODILYLIABILITYIBODCWenJl
DILY INJURY(Per person)
A —PLLovMED SCHEDULED65 SBA PU5843 01/13/2019 01/13/2020 BODILY INJURY(Per Beaten°
_AUTOS AUTOS DAMAGE— NON-0NMPROPERTY
ED (Per ReM)
X AUTOS X AUTOS
1 UMBRELLA MeOCCUR EACH OCCURRENCE
EXCESS LIAR — CLAIMS- AGGREGATE
MADE
DED RETENTION$
WORKERS COMPENSATION PER 0TH.
AND EMPLOYERS'LIABILITY STATUTE I i ER
ANY YM E L EACH ACCIDENT
PROPRIETORIPARTNERIEXECUTIVE r NI A EL DISEASE FA EMPLOYEE
OFFICERIMEMBER EXCLUDED?
(Mandatory In NH) E L DISEASE-PWCY LIMIT
n yes.aw,be under
DESCRIPTION OFOPEPATIONS below $5,000
A EMPLOYMENT PRACTICES 65 SBA PU5843 01/13/2019 01/13/2020
LIABILITY
DESCRIPTION OF OPERAVONS/LOCATIONS/VEHICLES(Ate holder
IS an al Remarks Schedule.may be attached II more space Is required)
Those usual to the Insureds Operations.Certificate holder Is an additional Insured per the Business Liability Coverage Form SS0008 attached to this
policy.
CERTIFICATE HOLDER CANCELLATION
CITY OF SPOKANE VALLEY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED
MIKE STONE BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED
IN ACCORDANCE WITH THE POLICY PROVISIONS.
2426N DISCOVERYE PL
SPOKANE VALLEY WA 99216-5055 AUTHORIZED REPRESENTATIVE
P�RESE smATrvE
V i Cr/ L
UX2X/C2q./�2X
®1988-2015 ACORD CORPORATION.All rights reserved.
ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD
----1e
4� CERTIFICATE OF LIABILITY INSURANCE DATEO(MWDDPYYY)
9
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CETIFICATE DOES NOT GE AFFORDED BY THE POLICIES
BELAFFIRMATIVELY
OW.THS CERTIFICATEU
OF AMEND,
INSURANCE DOES NOT CONSTITUTE A CONTRACTALTEROR
BETWEEN THE ISSUNG NSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER AND THE CFRTIFICATE HOLDER.
IMPORTANT:If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must 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 endersemeMtsl. 'Karen Bronson
PRODUCER
CorRisk Solutions mow 312-63]-8]55 FM
OWMPEN- Im X,EN
180 N Stetson Ave Suite 9500 'En kbronson@corrrsksolutrons.com
Chicago, a 60601
INSURERS)AFFORDING COVERAGE NAICN
INSURER A: New Hampshire Insurance Company 23891
INSURED INSURER B.
Michael Terrell - Landscape Architecture, PLLC INSURERC
5312 South Chapman Road
INSURER D.
Greenacres, WA 99016
INSURER E.
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIINDIC ATE S TO CNOTIFY THAT THE TWITHSTANDING ANYIES OF REQUIR MEN.TERM OR CONDITION OF ANYNCE LISTED BELOW HAVE ISSUED TO THE CONTRACT RED NAMED ABOVE FOR THE CONTRACT OR OTHER DOCUMENT WITTHR SPECT TO POLICY
THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED SY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOW MAY HAVE BEEN REDUCED BY PAID CLAIMS
INSR TYPE OF INSURANCE ADO'L YUBR POLICY POLICEEEO
LPWK°LmlCY FYN
pmvn LIMITS
LTR INSRD WVD
GENERAL LIABILITY EACH 000UPANCE
—
DAMAGE TO RENTED
COMMERCIAL GENERALILeBIIUTY PREMISES(Ea ponce,
Wd
C
MS MADE OCCUR MED EXP(Any one person)
DOES NOT APPLY vERsaNALa AND wunv
GENERAL AGGREGATE
GENL AGGREGATELIMIT APPLIES PER PRODUCTS-COMP/OP AUG
^
—1POLICY PROJECT nLOC CAMEMMUImi[uwll[a
AUTOMOBILE aradenil
en
—ALL AUTO BOOPLY INJURY Ne,renonl
—ALLOWNED —SCHEDULED DOES NOT APPLY BODILY IN c'M
INJURY
—H —AUTOS "'UWE par
HIRED REDAUTO6 -- NON-NAMED emeem
UMBRELLA LIAR _OCCUR EACH OCCURANCE
EXCESS UAB CLAIMS MADE DOES NOT APPLY AGGREGATE
CED RETENTIONS VW 51,AlU
WORKERS COMPENSAUON TORYLIMIT6 OTHER
AND EMPLOYERS'LIABILITY
ANY PROPRIETORNARTNERIEXECUTIVE E L EACH ACCIDENT
OFFICE/MEMBER EXCLUDED' YIN WA DOES NOT APPLY e L UlbebAt-tA
II
enmmry In NH) EMPLOYEE
NPE.descr a ince,DESCRIPTION OF 0 ELDISEASE-NLICY LIMIT
OPERATIONS belowme,ce
064991268- Per Om
01/16/19 01/16/20 $2,000,000
A Professional Liability 03 Annual $2,000,000
DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACCORD 101,Additional Remarks Schedule,If more space is required)
CenterPlace West Lawn Construction
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE
City of Spokane Valley THEREOF.NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS
2926 N Discovery Place AUTHORIZED REPRESENTATIVE
Spokane Valley, WA 99216 e_---a-=4,
ACORD 25(2010105) a 1988.2010 ACORD CORPORATION.Alldghb reserved.
The ACORD name and logo are registered marks of ACORD
'Search 1.81 SFARCH
Washington State Department of
Labor & Industries
MICHAEL TERRELL LANDSCAPE ARCHITECTURE PLLC
Owner or tradesperson MICHAEL TERRELL 5312 S CHAPMAN RD
Doing business as GREENACRES,WA 99016-8832
MICHAEL TERRELL LANDSCAPE
WA UBI No. Governing persons
603 368 643 MICHAEL
D
TERRELL
KARA L TERRELL,
KARA L TERRELL,
Certifications & Endorsements
OMWBE Certifications
No active certifications exist for this business.
Apprentice Training Agent
Not allowed to have apprentices
Workers' comp
Do you know if the business has employees"It so,venfy the business is up-to-date on workers'comp premiums
L8,1 Account ID Account is current.
072,594-02
Doing business as
MICHAEL TERRELL LANDSCAPE
Estimated workers reported
Quarter 1 of Year 2019'1 to 3 Workers"
L81 account contact
Tal STEPHANIE HENDERSON(360)902-5598-Email:HSTE2350Inl.wa.gov
Public Works Requirements
Vent'the contractor is eligible to perform work on public works projects.
Required Training-Effective July 1,2019
Needs to complete training
Contractor Strikes
No strikes have been issued against this contractor.
Contractors not allowed to bid
No debarments have been Issued against this contractor.
Workplace safety and health
No inspections during the previous 6 year penod
W..13 i,, a.•oL