Loading...
20-065.00 Mountain Consulting Svcs: Horse Arena Environmental Study Contract No. 20-065.00 AGREEMENT FOR PROFESSIONAL SERVICES Mountain Consulting Services THIS AGREEMENT is made by and between the City of Spokane Valley,a code City of the State of Washington,hereinafter"City"and Mountain Consulting Services,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 B. 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 April 15,2020,unless the time for performance is extended in writing by the Parties. Agreement for Professional Services(with professional liability coverage) Page 1 of 9 Contract No. 20-065.00 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$1,425.00,(which includes Washington State Sales Tax if any is applicable)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: Mountain Consulting Services Phone: (509)720-5000 Phone: (509)924-9236 Address: 10210 East Sprague Avenue Address: 9922 E. Montgomery Drive, Suite 9 Spokane Valley,WA 99206 Spokane Valley, WA 99206 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 destruction of records,making false statements,or receiving stolen property; 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 Agreement for Professional Services(with professional liability coverage) Page 2 of 9 Contract No. 20-065.00 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 fmal 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 CG 20 26. Agreement for Professional Services(with professional liability coverage) Page 3 of 9 Contract No.20-065.00 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. 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 D. The certificate shall specify all of the parties who are additional insureds,and shall include applicable policy endorsements,and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested,complete copies of insurance policies shall be provided to City. Consultant shall be fmancially responsible for Agreement for Professional Services(with professional liability coverage) Page 4 of 9 Contract No.20-065.00 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 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 9 Contract No.20-065.00 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 fmal 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. Assurance of compliance with applicable federal law. B. Scope of Services/Fee Proposal C. Insurance Certificates '1 q1 The Parties have executed this Agreement this I day of March, 2020. CITY OF SPOKANE VALLEY Consul i MOUNTAIN CONSULTING 4 7N:C1 ES f\/ 6 _ a.gt,,c_ Mar Calhoun, City Manager By: Its: Authorized Representative Agreement for Professional Services(with professional liability coverage) Page 6 of 9 Contract No. 20-065.00 ATTEST: Christine Bainbridge, City Clerk: APPROVED AS TO FORM: Office o Ci ey Agreement for Professional Services(with professional liability coverage) Page 7 of 9 Contract No.20-065.00 Exhibit A—Assurance of Compliance with Applicable Federal Law During the performance of this Agreement,the Consultant,for itself, its assignees, and successors in 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 in 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. Agreement for Professional Services(with professional liability coverage) Page 8 of 9 Contract No.20-065.00 7. Pertinent Non-Discrimination Authorities: During the performance of this Agreement,the Consultant 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 MOUNTAIN CONSULTING SERVICES 9922 E.Montgomery Drive,Suite 9 Spokane Valley,WA 99206 509-924-9236 Office 509-924-2287 Fax March 5, 2020 Mr. Michael D. Stone Parks&Recreation Director City of Spokane Valley 2426 N.Discovery Place Spokane Valley, WA 99216 Re: Proposal to Perform a Pre-Demolition Asbestos Materials & Lead-Based Paints Survey of the Horse Arena Facility Structures Located on the Property of Valley Mission Park addressed at 11123 East Mission Avenue in Spokane Valley,WA. Proposal Number: P20-015 Dear Mr. Stone, Mountain Consulting Services(Mountain Consulting) is pleased to provide this proposal for the performance of a Pre-Demolition "Good-Faith"Asbestos Building Materials Survey &Lead Based Paints Survey of the Structures that comprise the Horse Arena Facility (excluding the restroom structure) located at Valley Mission Park in Spokane Valley, Washington. INTRODUCTION The project scope includes: • Performance of a combination Pre-Demolition Asbestos Containing Building Materials (ACBM) and Lead-Based Paints (LBP) Survey for the suspect building materials and associated paint coatings present with 2 horse stable buildings,the A-frame building and fenced horse arena facility residing on Valley Mission Park. • We will summarize the field survey(s) findings within a combined survey finding's report. OBJECTIVE The intent of this project is to perform a Pre-Demolition "Good-Faith"ACM and LBP Survey of the Horse Arena Facility (excluding the RRs building) as they exist today. Using the information and laboratory analytical results obtained during the site surveys process, a comprehensive findings report will be developed for the project. Mountain Consulting representatives will be available for any necessary pre-bid conferences,tele- conferences, scheduling,phasing, chain of command, administrative, and/or initial and post submittal review as project needs dictate. APPROACH The following tasks outline the approach Mountain Consulting will follow in completing this survey project: Proposal:P20-015 PD-ACM/LBP Survey Horse Arena-Valley Mission Park GOOD-FAITH ASBESTOS MATERIALS SURVEY: This task shall include an asbestos building materials survey that will characterize asbestos content or absence for all readily accessible suspect building materials present with the Included Horse Arena Facility Buildings for Demolition located on the Valley Mission Park property. All suspect building materials will be sampled and analyzed following EPA,AHERA, Washington State and Local Spokane Regional Clean Air Agency (SRCAA) sampling protocols with analysis conducted by a NAVLAP accredited testing laboratory. Pursuant to NESHAP regulations, Class I and II friable and non-friable ACM must be removed from buildings scheduled to be impacting by renovation or demolition that would cause aggressive disturbance of those materials. The survey team will make field sketches, if floor plans are not available,to document all sampling locations. The following additional information will be included in the notes prepared by our field team: • Sample locations • Photo locations (if taken) • Dimensions of homogeneous ACM areas • Estimated quantities and type of ACM materials The survey team will perform a good-faith asbestos building materials survey to ensure identification of all included structures, accessible friable and non-friable ACM present. The field survey and materials sampling will include: 1. Visual Inspection -Conducted throughout interior and exterior functional spaces of the included facility structures to determine type and extent of any potential ACM. 2. Friability Test-Performing a "touch"test (hand pressure) on suspect materials to better determine material condition and potential friability. 3. Sampling -Mountain Consulting field personnel will sample suspect materials consistent with prescribed AHERA& SRCAA Asbestos Survey Protocols: Two (2) samples minimum for each miscellaneous type homogenous material identified; Three(3) samples minimum per each homogenous thermal system insulation (TSI) material identified; and, surfacing materials will be sampled following the AHERA 3/5/7 rule for spray,hand or trowel applied type building materials. 4. Analysis—Collected bulk material samples will be hand delivered following chain- of-custody procedures,to Mountain Laboratories of Spokane Valley, Washington. Mountain Laboratories is accredited by the National Voluntary Laboratory Accredited Program (NVLAP). Submitted bulk material samples will be analyzed using Polarized Light Microscopy with Dispersion Staining (PLM/DS) according to US-EPA Interim Method 600/M4-82-020. March 5,2020 Page 2 Mountain Consulting Services Proposal:P20-015 PD-ACM/LBP Survey Horse Arena-Valley Mission Park GOOD-FAITH LEAD COATINGS SURVEY: Mountain Consulting will also perform a pre-demolition "good faith"lead-based paints (LBP) survey for all readily accessible suspect interior and exterior building paints present with the Included Horse Arena Facility Structures located on the property of Valley Mission Park. Following modified protocols of the Department of Housing and Urban Development (HUD): Lead Based Paint Guidelines for the Evaluation&Control of Lead-Based Paint(LBP) Hazards in Housing and shall conform to all Federal, State, and Local regulatory requirements for the testing of lead coatings and assessment of lead coating/material hazards. Mountain Consulting will be prepared to perform destructive bulk coatings sampling of the suspect paint film, factory finish or glazed ceramic tile material coatings present with the included horse arena facility structures for this project. The bulk sampling survey will include the following: 1. Locations-The sampling locations are strategic locations to give the best overall representation of coated surfaces present with the surveyed facility structures. 2. Sampling—Washington State Certified Lead Risk Assessor(s)will be prepared to bulk sample all suspect coatings encountered during this project. Samples will consist of all the coating material that can be removed from an area of approximately 4 square inches. 3. Analysis—Collected bulk coating samples will be delivered following chain-of- custody procedures,via Federal Express to EMSL Analytical, Inc. of Cinnaminson, New Jersey for analysis by Method SW 846, 3050B/7000B*. EMSL is an accredited ELLAP accredited testing laboratory. Coatings that produce results below<100 ppm lead are considered to not be regulated for lead content; however, coatings in excess of>100 ppm lead are Regulated LBPs in Washington State. SURVEY FINDINGS REPORTING; Using the information generated from site survey(s) and analytical results,Mountain Consulting will prepare a combined hazard specific finding report for the project. Mountain Consulting is prepared to produce One (1)hard copy reports with an electronic PDF copy for this project. PROJECT TEAM Mountain Consulting has a fully qualified professional staff to conduct this project from our Spokane, Washington office. Mr. Ron Knutson will be Principal-in-Charge and responsible for overall project performance. Mr. Sam Bailey will perform the duties of Project Manager and will be responsible for the conduct and output of the project. Other fully qualified professional staff from Mountain Consulting may be assigned to the project on an as-needed basis. March 5,2020 Page 3 Mountain Consulting Services Proposal:P20-015 PD-ACM/LBP Survey Horse Arena-Valley Mission Park PROJECT COSTS Mountain Consulting proposes to complete the Pre-Demolition "Good-Faith"Asbestos Materials &Lead Coatings Survey of the Horse Arena Facility (excluding the RRs structure) located on Valley Mission Park for this project utilizing our standard billing rates detailed as follows: Item Amount Rate Cost Project Management 1 hour 75.00/hr 75.00 AHERA Bldg. Inspector Time 3 hours 70.00/hr 210.00 Lead Risk Assessor Time 3 hours 70.00/hr 210.00 PLM Bulk Sample Analysis 20 samples 15.00/sample 300.00 Flame AA Bulk Sample Analysis 12 samples 20.00/sample 240.00 Drafting/CAD 2 hours 55.00/hr 110.00 Report Preparations 4 hours 70.00/hr 280.00 Estimated Base-Bid Survey Costs $1,425.00 We will bill you only for actual cost incurred during this project up to our Detailed Not to Exceed Cost of$1,450.00. PROJECT SCHEDULE Mountain Consulting is prepared to respond in a timely manner to initiate site survey fieldwork for the development of project documents to meet your time constraints. Interim oral reports will be provided if pertinent information is developed. Should meetings or other forms of communication in support of this project be required, we will of course be available to discuss our project results on your behalf with you or other participants in the project at our standard billing rates,which are the basis of the budgetary cost estimates herein. This work will be scheduled and conducted in close coordination with you or your designated Project Manager. BUSINESS TERMS AND CONDITIONS The performance of services during this project by Mountain Consulting shall be governed by the contract to be agreed upon and includes all subsequent addenda to that contract. Mountain Consulting agrees to maintain throughout the duration of this project general liability insurance in the amount of$1 M/$1 M. Mountain Consulting submits invoices on a project completion basis or monthly progress billing cycle with payment expected within 30 days of invoice date. It is possible to develop non-standard invoices for an additional fee based upon time and materials and if it is requested prior to the generation of accounting records for any costs being incurred on the project. • CONFIDENTIALITY March 5,2020 Page 4 Mountain Consulting Services Proposal:P20-015 PD-ACM/LBP Survey Horse Arena-Valley Mission Park Mountain Consulting recognizes the potentially sensitive and proprietary nature of the information and communications involved in this project and we will emphasize the maintenance of the appropriate degrees of confidentiality for the communications and data made available to, and developed by us. Mr. Stone we are confident that we are particularly well positioned to assist you in this project, not only based on our training and experience in conducting environmental consulting services in commercial, industrial and educational environments but also on our high level of technical expertise in all areas of the environmental management industry. We appreciate the opportunity to submit this proposal and look forward to working with you on this project. If you have any comments or questions about this proposal,please call me at (509)924-9236. Sincerely, in Consulting Services Sam W.Bailey Jr. V Operations Manager sbailey(aimountainconsultingllc.com Enclosure: Proposal Acceptance Form March 5,2020 Page 5 Mountain Consulting Services _____-....41 MOUNCON-02 JSENESCALL AC-ORE) CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 1/4.------ 3/13/2020 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(ies)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 suchpendorsement(s). PRODUCER CONTACT Sherri Stroh Alliant Insurance Services,Inc. aHHOO"N,E:t);(509)343-9266 FAX No):(509)325-1803 818 W Riverside Ave Ste 800 Spokane,WA 99201 E-MAILADDRESS:sstroh@alliant.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Westchester Surplus Lines Insurance Company 10172 INSURED INSURER B:AmTrust North America, Inc. 00000 Mountain Consulting Services,LLC INSURER C: 9922 E.Montgomery Dr,Ste 9 INSURER D: Spokane Valley,WA 99206 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. 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 ,ADDL SUBR, POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD' POLICY NUMBER IMM/DD/YYYYI IMM/DD/YYYYI LIMITS A X I COMMERCIAL GENERAL LIABILITY IEACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR X G2435121A008 1/1/2020 1/1/2021 PREM SES EaEoNTEccu ence) $ 50,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY yea LOC PRODUCTS-COMP/OP AGG ,$ 2,000,000 OTHER: $ B 'AUTOMOBILE LIABILITY III COMBINED SINGLE LIMIT 1,000,000 (Ea_accident) I.-$__ X ANY AUTO !MPP102462201 1/1/2020 1/1/2021 BODILY INJURY(Per person) .$ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident).$ X UO X °NNSWp S AO (Oea den4MAGE $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ A I WORKERS COMPENSATION , PER I X OTH- AND EMPLOYERS'LIABILITY STATUTE ER YIN G2435121A008 1/1/2020 1/1/2021 ' 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ' ' E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 It yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A 'Professional Liab G2435121A008 1/1/2020 1/1/2021 'Each Claim 1,000,000 A Pollution Liability G2435121A008 1/1/2020 1/1/2021 Each Claim 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) City of Spokane Valley is Additional Insured with respect to General Liability for ngoing Operations of the Named Insured as required by written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Spokane ValleyTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P ACCORDANCE WITH THE POLICY PROVISIONS. Parks and Recreation Director Michael D.Stone,CPRP 2426 N.Discovery Place AUTHORIZED REPRESENTATIVE Spokane,WA 99216 ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WaYipmn State Departmenta Labor&Industries(fps://Ini.wa.gov), MOUNTAIN CONSULTING SERVICES LLC Owner or tradesperson RON KNUTSON 9922 E MONTGOMERY DR STE 9 SPOKANE VALLEY,WA 99206 Doing business as MOUNTAIN CONSULTING SERVICES WA UBI No. 602 784 558 Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent No active Washington registered apprentices exist for this business.Washington allows the use of apprentices registered with Oregon or Montana.Contact the 1_rc1,,r or l'.iu a.,�,::. n;;usoy to verify if this business has apprentices. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. Account is current. L&I Account ID 147,639-00 Doing Nosiness as MOUNTAIN CONSULTING SERVICES Estirnater workers�ep;sled Quarter 4 of Year 2019"4 to 6 Workers" L&I account contact T2/LINDA ALGUIRE(360)902-4678-Email: POTH235@lni.wa.gov Public Works Requirements Verify 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 & Health Check for any past safety and health violations found on jobsites this business was responsible for. No inspections during the previous 6 year period.