Loading...
20-093.00 HDR Engineering: Pines BNSF Grade Separation Contract No. 20-093 AGREEMENT FOR PROFESSIONAL SERVICES HDR Engineering,Inc. THIS AGREEMENT is made by and between the City of Spokane Valley,a code City of the State of Washington,hereinafter"City"and HDR Engineering, 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 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 request modifications and orders for work whenever necessary or advisable. Any modifications are subject to mutual approval from both Parties.Consultant shall not unreasonably deny any request from City for changes in work. 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 December 31,2025 unless the time for performance is extended in writing by the Parties. Agreement for Professional Services(with professional liability coverage) Page 1 of 16 Contract No. 20-093 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 hourly rate up to a maximum amount of $2.062.269.14 as full compensation for everything done under this Agreement, as set forth in Exhibit C. 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. The City shall pay all undisputed amounts within 30 days following receipt of Consultant's invoice. 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: Kurt Reichelt Phone: (509)720-5000 Phone: 503-423-3700 Address: 10210 East Sprague Avenue Address: 835 N Post Street, Suite 101 Spokane Valley,WA 99206 Spokane,WA 99201 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. City has received a Consolidated Rail Infrastructure and Safety Improvements grant award for the Pines Grade Separation Project ("Federal grant"). All City contracts and subcontracts are subject to certain additional federal requirements as part of the Federal grant funding. The City has provided a copy of the Federal grant agreement to Consultant and the Parties agree that Consultant was selected in part because of its ability to comply with applicable Federal grant requirements. Parties agree that Consultant and all subconsultants shall be subject to and comply with all applicable Federal grant award requirements as described in Exhibit A and as may be updated or amended from time to time. The Scope of Services shall be deemed amended if the Parties determine any modification is necessary to ensure compliance with the Federal grant requirements. 7. Certain Certifications — Debarment. Suspension, and Other Responsibility Matters. Drug-Free Workplace,and Other Certifications. 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 Agreement for Professional Services(with professional liability coverage) Page 2 of 16 Contract No. 20-093 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 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. C. By executing this Agreement,the Consultant certifies to the best of its knowledge and belief that it and its principals will, or will continue, to provide a drug-free workplace in conformance with the requirements of 49 C.F.R.part 32 by: 1. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the Consultant's workplace, and specifying the actions that will be taken against employees for violation of such prohibition. 2.Establishing an ongoing drug-free awareness program to inform employees about: (a)The dangers of drug abuse in the workplace; (b)The Consultant's policy of maintaining a drug-free workplace; (c)Any available drug counseling,rehabilitation,and employee assistance programs; and, (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. 3. Making it a requirement that each employee to be engaged in the performance of work under this Agreement be given a copy of the statement required by paragraph 7(C)(1)above. 4.Notifying the employee in the statement required by paragraph 7(C)(1)that,as a condition of employment for work under this Agreement,the employee will: (a)Abide by the terms of the statement;and (b) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction. Agreement for Professional Services(with professional liability coverage) Page 3 of 16 Contract No. 20-093 5. Notifying the City in writing, within ten calendar days after receiving notice from an employee or otherwise receiving actual notice of conviction. Employers of convicted employees must provide notice,including position title,to the City.The City will provide any such notice to the Federal Railroad Administration as well. 6.Taking one of the following actions,within 30 days of receiving notice with respect to any employee who is so convicted: (a) Taking appropriate personnel action against such an employee, up to and including termination,consistent with the requirements of the Rehabilitation Act of 1973,as amended;or (b)Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal,State or local health, law enforcement,or other appropriate agency. 7. Making a good faith effort to continue to maintain a drug-free workplace through implementation of this Section 7. D. In addition to the certifications above, Consultant shall complete and sign all Certification Documents set forth in Exhibit D and such certifications are hereby incorporated by reference herein. The Consultant shall ensure that such certifications remain in effect for the term of 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. Consultant shall retain all records related to all matters covered in this Agreement for a period of three years after completion of Agreement for Professional Services(with professional liability coverage) Page 4 of 16 • Contract No. 20-093 project close-out,unless a longer time is requested by City or required by law. 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. The Consultant's maintenance of insurance as required by the Agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance,or otherwise limit the Public Entity's recourse to any remedy available at law or in equity. A.Minimum Scope of Insurance. Consultant shall obtain insurance of the types described below: 1.Automobile liability insurance covering all owned,non-owned,hired,and leased vehicles. Coverage shall be written on Insurance Services Office(ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. 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. 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$2,000,000 for each occurrence,and$2,000,000 for general aggregate. 3. Professional liability insurance shall be written with limits no less than $5,000,000 per claim and$5,000,000 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. Agreement for Professional Services(with professional liability coverage) Page 5 of 16 Contract No. 20-093 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 and amendatory endorsements to the City Clerk at the time Consultant returns the signed Agreement,which shall be Exhibit E. The certificate and amendatory endorsements shall include,but not be limited to specifying 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,redacted copies of insurance policies shall be provided to City, as allowed by law. 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. Agreement for Professional Services(with professional liability coverage) Page 6 of 16 Contract No. 20-093 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. The City permits subcontracts for those items of services as shown in Exhibit B attached hereto and by this reference made part of this Agreement solely as provided in this section. The Consultant shall not subcontract for the performance of any services under this Agreement without prior written permission of the City. No permission for subcontracting shall create,between the City and sub-consultant, any contract or any other relationship. Compensation for this sub-consultant services shall be based on the cost factors shown on Exhibit C attached hereto and by this reference made part of this Agreement. The services of the sub-consultant shall not exceed its maximum amount payable identified in each task order unless a prior written approval has been issued by the City. All reimbursable direct labor,indirect cost rate,direct non-salary costs and fee costs for the sub-consultant shall be negotiated and substantiated in accordance with applicable payment sections of this Agreement herein and shall be memorialized in a final written acknowledgement between the Consultant and sub-consultant,a copy of which shall be provided to the City upon request. All subcontracts shall contain all applicable provisions of this Agreement,and the Consultant shall require each sub-consultant or subcontractor,of any tier,to abide by the terms and conditions of this Agreement,including any and all applicable Federal grant and other requirements. Consultant shall make all payments to sub- consultants timely and City shall not be responsible or liable for any missed, late, or withheld payments by Consultant. 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 Agreement for Professional Services(with professional liability coverage) Page 7 of 16 Contract No. 20-093 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 C. Fee proposal D. Certification Documents E. Insurance Certificates The Parties have executed this Agreement this !/ Tay of My Iy ,202.?) CITY OF SPON.ANg VALLEY HDR ENGINEERING,INC.: MOA- 61_ PodA Mark Calhoun,City Manager By: Paul Ferrier Its: Authorized Representative ATT Christine Bainbridge,City Clerk: APPROVEDe S RM: l � O ice of e City A om Agreement for Professional Services(with professional liability coverage) Page 8 of 16 Contract No. 20-093 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 of49 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,WSDOT,USDOT,or Federal Railroads Administration 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 9 of 16 Contract No. 20-093 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);23 CFR Part 200;49 CFR Part 21;and 49 Part 26. 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); 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 10 of 16 Contract No. 20-093 49 U.S.0 § 306, which prohibits discrimination on the basis of race, color, national origin, or sex in railroad financial assistance programs; and RCW 49.60.180 Any other nondiscrimination regulation implemented related to any of the prior above stated statutes,any other nondiscrimination Executive Order implemented related to the above stated statutes,any USDOT Order implemented related to nondiscrimination, and any other applicable federal laws, regulations, requirements,and guidance prohibiting discrimination. 8. Compliance with 2 C.F.R. Part 200, Uniform Administrative Requirements, Cost Principles and Audit Requirements: This Agreement shall be subject to 2 C.F.R. Part 200, Uniform Administrative Requirements,Cost Principles and Audit Requirements for Federal Awards and the United States Department of Transportation implementing regulations at 2 C.F.R. Part 1201 (see 2 C.F.R. § 200.101), and such provisions are incorporated by reference herein. 9. Compliance with Subconsultant provisions of Consolidated Rail Infrastructure and Safety Improvements Cooperative Agreement between City and USDOT Federal Railroad Administration, Agreement No.69A36520501240CRSWA("CRISI Agreement"):Consultant has read CRISI Agreement,is familiar with, and agrees to comply with all provisions applicable to City's subconsultants therein. All provisions of the CRISI Agreement applicable to City's subconsultants are hereby incorporated by reference herein. 10. Prohibition in Trafficking in Persons: Consultant and any subconsultant shall not(a)engage in sever forms of trafficking in persons during the period of this Agreement;(b)procure a commercial sex act during the period of time that the award is in effect, or(c)use forced labor in the performance of this Agreement. This Agreement shall be terminated if Consultant, subconsultant, or any of their employees, officers, or officials is determined to have either violated any provision of this paragraph directly or through such conduct is imputed to the City or Consultant pursuant to the standards set forth in 2 C.F.R.part 180,as implemented at 2 C.F.R. part 1200. Consultant and any subconsultants shall notify the City immediately if they receive information from any source alleging a violation of this paragraph during the term of this Agreement. 11. DBE Requirements: This Agreement is not subject to a mandatory Underutilized Disadvantaged Business Enterprises ("UDBE")goal. In the absence of a mandatory UDBE,the Consultant shall continue their outreach efforts to provide SBE firms maximum practicable opportunities. 12. Federal Railroad Administration Review: The Federal Railroad Administration shall have the right to participate in the review of examination of any services provided as part of this Agreement or sub-agreement while such services are in progress or upon completion. Agreement for Professional Services(with professional liability coverage) Page 11 of 16 Exhibit 'B' FY CITY OF Scope of Services Pines Road/BNSF Grade Separation Phase 2 - Final Design, Right-of-Way Services ..o.0 a ey and PS&E Services Project No. 0223 City of Spokane Valley, WA April 29, 2020 Scope of Services—Phase 2 L)� Pines Road/BNSF Grade Separation Table of Contents PROJECT DESCRIPTION 1 PROJECT COORDINATION 1 DESIGN CRITERIA 2 INFORMATION, RESPONSIBILITIES, AND SERVICES PROVIDED BY THE CLIENT 3 GENERAL PROJECT ASSUMPTIONS 4 SERVICES NOT REQUIRED 5 CHANGE MANAGEMENT 5 TASK 1 - PROJECT MANAGEMENT AND COORDINATION 5 TASK 1.1 — PROJECT MANAGEMENT AND CONTROLS (HDR) 5 TASK 1.2— Update Project Management Plan (HDR) 6 TASK 1.3—Develop Project CPD Schedule and Updates (HDR) 6 TASK 1.4—QUALITY ASSURANCE (HDR) 7 TASK 1.5— PROJECT MEETINGS (HDR, Simpson, GEO) 7 TASK 1.6—INTERNAL TEAM MEETINGS (HDR, Simpson, GEO) 8 TASK 1.7—GRANT REPORTING (HDR) 9 TASK 2 - PUBLIC INVOLVEMENT PROGRAM (HDR) 10 TASK 2.1 —PROJECT EXHIBITS 10 TASK 2.2—STAKEHOLDER BRIEFINGS 10 TASK 3—SURVEYING and BASE MAPPING (HDR and Simpson) 11 TASK 3.1 —Topographic Surveying (HDR, Simpson) 11 TASK 3.2—Survey topographic and right-of-way base map, and surface conversion (HDR) 12 TASK 4—UTILITIES (HDR) 13 TASK 4.1 — UTILITY COORDINATION 13 TASK 4.2— UTILITY RELOCATION COORDINATION 14 TASK 5- RAILROAD COORDINATION (HDR) 14 TASK 5.1 — BNSF DESIGN PACKAGE B COORDINATION AND SUBMITTALS 15 TASK 5.2— BNSF DESIGN PACKAGE C COORDINATION AND SUBMITTALS 17 TASK 5.3—BNSF DESIGN PACKAGE D COORDINATION AND SUBMITTALS 18 TASK 5.4—WASHINGTON UTILITIES AND TRANSPORTATION COMMISSION COORDINATION AND SUBMITTALS 19 TASK 6— INTERSECTION PLAN FOR APPROVAL (IPA) (HDR) 20 TASK 6.1 —BASIS OF DESIGN 20 TASK 6.2—WSDOT TRAFFIC ANALYSIS COORDINATION 20 TASK 6.3— INTERSECTION PLAN FOR APPROVAL (IPA) 21 TASK 7— ENVIRONMENTAL SERVICES 22 TASK 7.1 —ENGINEERING EXHIBITS IN SUPPORT OF PERMITS (HDR) 23 April 29,2020 I i Scope of Services-Phase 2 Pines Road/BNSF Grade Separation TASK 8-GEOTECHNICAL & SEISMIC ENGINEERING SERVICES (GEO) 23 TASK 9-DESIGN (HDR) 26 TASK 9.1 - ROADWAY 27 TASK 9.2-RAILROAD BRIDGE 27 TASK 9.3-ALIGNMENT PLAN 27 TASK 9.4- Project Footprint and Earthwork Quantities 28 TASK 9.5- ROADWAY SECTIONS 29 TASK 9.6- Hydraulics/Drainage 29 TASK 9.7- Roadside Restoration and Site Development 30 TASK 9.8-Signing Design 31 TASK 9.9-Illumination Design 31 TASK 9.10-Work Zone Traffic Control (WZTC)-Design 32 TASK 9.11 -Design Documentation Package 32 TASK 9.12-Railroad Features 33 TASK 9.13-Centennial Trail Connection Design 39 TASK 9.14- Retaining Wall Design 40 TASK 9.15-Prepare Engineer's Estimate Probable Construction Cost 41 TASK 10- PS&E Conceptual, Draft Preliminary, Preliminary, Final &AD Ready (HDR) 41 Task 10.1 -Contract Plans 41 Task 10.2-Contract Specifications 43 Task 10.3-Working Day Estimate 43 Task 10.4 Bid Support 44 TASK 11 -DESIGN REVIEWS (HDR) 44 Task 11.1 -Conceptual Design Review Meeting 44 Task 11.2- Draft Preliminary Constructability Review Meeting 44 Task 11.3- Preliminary Constructability Review Meeting 44 Task 11.4- Final Contract Plans for Region Review Meeting 45 Task 11.5-AD Ready Plans Review Meeting 45 TASK 12 - RIGHT-OF-WAY (R/W) PLANS AND LEGAL DESCRIPTIONS (HDR/Simpson) 45 Task 12.1 - Right-of-Way Plans per WSDOT Standards (HDR) 45 Task 12.2-Right-of-Way Plans for City Acquisition (HDR) 46 Task 12.3- Legal Descriptions (Simpson) 46 TASK 13-RIGHT-OF-WAY (RAN) Valuation, Acquisition, and Relocation Services (HDR) 46 Task 13.1 -Real Estate Services Management 47 Task 13.2-Appraisal and Appraisal Review 48 Task 13.3-Acquisition and Negotiation Services 50 Task 13.4- Relocation Services 51 Task 13.5-Certification 53 Task 13.6-Condemnation Assistance (Optional) 53 ii 1 April 29,2020 Scope of Services—Phase 2 F)� Pines Road/BNSF Grade Separation TASK 14- MANAGEMENT RESERVE FUND 54 APPENDIX A-BASELINE DESIGN SCHEDULE 55 APPENDIX B -ANTICIPATED PLAN SHEETS 56 APPENDIX C- ESTIMATED COST OF SERVICES 58 April 29,2020 I iii Scope of Services—Phase 2 L�� Pines Road/BNSF Grade Separation r PROJECT DESCRIPTION HDR Engineering, Inc. (HDR) and associated subconsultants will provide surveying, right of way plans and acquisition, final Plans, Specifications and Estimate (PS&E)for the Pines Road/BNSF Grade Separation improvements (PROJECT) under the direction of the City of Spokane Valley (CLIENT). The CLIENT has selected Alternative 2 from the Phase 1 alternatives analysis with the addition of the connection of the north leg of the roundabout to Empire Avenue, which will be moved forward into further design and associated environmental analysis. North Pines Road will cross under BNSF tracks, requiring the construction of two railroad bridges. Per the Union Pacific Railroad— BNSF Railway Guidelines for Railroad Grade Separation Projects, dated May 2016, the CLIENT has submitted and received comments from BNSF for the Design Phase A Concept of the preferred alternative. The following is HDR's understanding of the proposed PROJECT: • HDR will provide all design for the two railroad bridges supporting the existing mainline and planned BNSF mainline tracks. The railroad bridges will be designed to align with BNSF Standards as much as possible but will be designed and detailed independent of BNSF Standards. All elements of the bridges will be designed by HDR. • The new bridges are expected to be 4-span structures, consisting of skewed steel superstructures supported on precast concrete cap and driven steel H-pile bents. • The roadway design will accommodate a future 3rd and 4th track. The design of the railroad bridges to support these future tracks is currently not included in the PROJECT or this scope of work since the construction of these tracks are currently not planned by BNSF. However, based on BNSF comments from the Concept submittal review, the new railroad bridges will be spaced 40-ft apart to accommodate the future tracks and associated structures between and on either side. • The new bridges will be designed such that the existing rail elevations are maintained. • Each track will be designed to be supported by an individual railroad bridge, independent of the other track's bridge, in order to accommodate construction staging. • The bridges will be constructed in stages with a single track shoofly track, such that one track is kept open at all times, except for short outages to accommodate construction. • With a single track live during construction and 40 foot bridge and shoofly track centerline spacing. • The proposed railroad bridges will be designed to accommodate concrete ties. • Submittals will be sent to BNSF and WSDOT by CLIENT. PROJECT COORDINATION This scope of work uses the following references for PROJECT team members: April 29,2020 11 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • CLIENT = City of Spokane Valley- PROJECT Sponsor and owner of facilities within City of Spokane Valley rights-of-way • BNSF = BNSF Railway (Major PROJECT Stakeholder) • WSDOT=Washington State Department of Transportation • CONSULTANT = The HDR Consultant Team • HDR = HDR Engineering, Inc. (Prime Consultant on the PROJECT) • Simpson = Simpson Engineering -subconsultant to HDR (Surveying inside the BNSF right-of- way, right-of-way Legal Descriptions, exhibits); contracted directly with the CLIENT for other surveying activities • GEO = GeoEngineers, Inc. (Geotechnical Engineering subconsultant to HDR) • Fehr& Peers =The CLIENT's Traffic Engineering CONSULTANT contracted directly with the CLIENT • Widener&Associates = The CLIENT's NEPA and SEPA CONSULTANT contracted directly with the CLIENT DESIGN CRITERIA As part of the design effort on this PROJECT, design criteria will be developed and approved by the CLIENT, WSDOT, and BNSF Railway. When developing design criteria, the CLIENT's standards will govern within CITY's rights-of-way, WSDOT standards will govern within State rights-of-way, and BNSF Railway's requirements will be met for portions of the PROJECT within BNSF rights-of-way. The CLIENT will designate the basic premises and criteria for the design. Reports and plans 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. In general, the following publications, standards, and guidelines shall be used: (Manuals in effect upon execution of this agreement shall take precedence over dates shown.) • City of Spokane Valley Street Standards (SVSS) (non-WSDOT roads) • WSDOT's Local Agency Guidelines (LAG) Manual, May 2019 • AASHTO's "A Policy on Geometric Design of Highways and Streets"2018 • AASHTO Roadside Design Guide 2011 • AASHTO LRFD Bridge Design Specifications, 7th Edition 2014 with current Interims • AASHTO Guide Specifications for LRFD Seismic Bridge Design, 2nd Edition, 2011 • AASHTO Guide for the Development of Bicycle Facilities, 4th Edition, 2012 • AREMA Manual for Railway Engineering, 2017 • Manual of Uniform Traffic Control Devices (MUTCD), 2009, with Revisions 1 and 2, May 2012 • WSDOT Design Manual 2 1 April 29,2020 Scope of Services-Phase 2 Ln Pines Road/BNSF Grade Separation • WSDOT Highway Runoff Manual • WSDOT Hydraulic Manual • WSDOT Bridge Design Manual LRFD • WSDOT Geotechnical Design Manual • WSDOT Temporary Erosion and Sediment Control Manual • WSDOT Right-of-Way Manual • WSDOT Traffic Manual • WSDOT Standard Traffic Control Plans • Spokane Regional Stormwater Manual, April 2008 • Hydraulic Engineering Circular No. 22, Third Edition, September 2009 • WSDOT Standard Plans • WSDOT Sign Fabrication Manual • WSDOT Standard Specifications, 2020 • Washington State Regulations, Accessibility Design for All (ADA) • Union Pacific Railroad - BNSF Railway Guidelines for Railroad Grade Separation, May 2016 • Union Pacific Railroad - BNSF Railway Guidelines for Temporary Shoring, October 2004 • American Public Works Associations General Special Provisions INFORMATION, RESPONSIBILITIES, AND SERVICES PROVIDED BY THE CLIENT The following information shall be provided by the CLIENT and WSDOT if available. This is not intended to be an exhaustive list and additional data to be provided by the CLIENT and WSDOT is included throughout the scope of work: • Roadway and utility as-built drawings for adjacent or related projects. • Geotechnical data, boring logs, and as-built drawings showing geotechnical information. • Existing right-of-way or plat maps for the PROJECT area. • Existing right-of-way plans for the PROJECT area. At this point, the team anticipates needing the following services to be provided by the CLIENT consultants: • Fehr& Peers for all traffic engineering required for final design. • Widener Associates to perform all tasks associated with environmental permit approvals. • Agreements with BNSF will be prepared by CLIENT. April 29,2020 1 3 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation GENERAL PROJECT ASSUMPTIONS This scope of work 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: • WSDOT standard bid items will be used for all items on the PROJECT, unless unavailable for items specified by special provisions. • WSDOT will review and approve PROJECT elements that could impact SR-290 and SR-27. • MicroStation©Version 8i, SELECTseries 2 will be utilized on the PROJECT. • WSDOT workspace will be utilized and the WSDOT Title Block will be used for plan sheets. • InRoads©Version 8i, SELECTseries 2 will be utilized as the PROJECT's design platform. • Bentley StormCAD, FlowMaster, CivilStorm, and/or other hydrologic and hydraulic software will be utilized for drainage design. • AG132 software will be used for illumination design. • MS Excel will be utilized for spreadsheets. • MS Word will be utilized for word processing. • MS Project will be utilized for scheduling. • MS Power Point will be utilized for presentations. • PROJECT-specific CAD Standards will continue to be consistent with those developed in Phase 1 by the CONSULTANT. • Survey will be in State Plane Coordinates. • AutoTurn for MicroStation©Version 8i will be utilized to evaluate vehicle turning movements. • ESRI ArcGIS products will be used for the processing and presentation of geospatial information. • Each memo deliverables defined in this scope of work includes a draft and final version of the memo deliverable. The CLIENT will comment on the draft deliverable. The CONSULTANT shall compile client comments, provide a proposed resolution in a comment log, and will issue a final deliverable that incorporates the CLIENT's comments. • CLIENT comments to plans, specifications, and estimates (PS&E)will be cataloged by CONSULTANT. CONSULTANT will provide a proposed resolution in a comment log. CLIENT comments will be incorporated into later PS&E submittals. • Submittals will be in electronic format and hard copy. All deliverables defined in this scope of work have an embedded quality control step, unless noted otherwise. • Construction bid estimates and other opinions of cost and schedule are estimates. 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. • WSDOT may manage the construction phase of the project so contract documents must conform to WSDOT standards. 4 1 April 29,2020 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation SERVICES NOT REQUIRED • Permitting will be performed by the CLIENT. • Agreements with BNSF will be prepared by CLIENT. CHANGE MANAGEMENT This is a time and materials contract, with a not to exceed maximum contract value. If the scope of work increases or decreases as it relates to this scope of work, then an adjustment to the associated fees and delivery schedule will be implemented once the CLIENT and the CONSULTANT mutually agree on the terms of the change and an agreement to formalize the terms is executed. TASK 1 - PROJECT MANAGEMENT AND COORDINATION TASK 1 . 1 - PROJECT MANAGEMENT AND CONTROLS (HDR) The purpose of this task is to describe those services necessary to plan, perform, and control the various elements of the PROJECT so that this scope of work is delivered by CONSULTANT. Activities: • The CONSULTANT shall provide management, coordination, and direction to the CONSULTANT'S staff in order to complete the PROJECT on the schedule included and within budget. The CONSULTANT shall provide project management activities associated with filing, contract initiation, oversight of subconsultants, preparation of invoices, documentation of meetings, and other internal administrative tasks. • The CONSULTANT shall develop and maintain a detailed schedule for the tasks defined in this scope of work. The CONSULTANT shall provide the CLIENT with a monthly schedule update with planned expenditures, actual expenditures, and forecasted expenditures (earned value). A Phase 2 detailed schedule can be found in Appendix A. • The CONSULTANT shall maintain a change log for the tasks defined in this scope of work. The change log will document items of work that deviate from the key understanding and assumptions defined in the scope for work. • The CONSULTANT shall maintain an issue log for the tasks defined in the scope of work. The issue log will document items of work that pose risk to the PROJECT and require input from stakeholders to resolve. • The CONSULTANT shall transmit electronic copies of deliverables defined in the scope of work to the CLIENT. The CONSULTANT shall keep a log of deliverable documents transmitted to the CLIENT. The log will include document name, type, version, and date. April 29,2020 15 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • The CONSULTANT shall update the overall Project Management Plan developed in Phasel for the elements of the work defined in this scope of work. • The CONSULTANT shall provide monthly invoices, detailed progress report, and earned value reports. Assumptions: • The contract duration is assumed to be from June 2020 through November 2022, or 30 months. Deliverables: • Monthly invoice documenting cost to date by activity • Monthly progress report detailing activities performed • Monthly design schedule update • Monthly earned value report • Monthly change log • Monthly issue log • Monthly log of deliverable materials transmitted to the client • CONSULTANT Project Management Plan TASK 1 .2 — Update Project Management Plan (HDR) The purpose of this task is to describe those services necessary to update the Project Management Plan so that elements of the PROJECT so that this scope of work is delivered by CONSULTANT. Activities: • HDR will update the project files for Phase 2, prepare subconsultant agreements, update the accounting system, and update the Project Management Plan for use by the PROJECT team. The plan will include key PROJECT information such as communication protocols, contact information for key team members, PROJECT schedule, PROJECT delivery process, quality control procedures and will be updated as needed during the PROJECT development process. Deliverables: • Subconsultant agreements. • Project Management Plan for information only, no review. TASK 1 .3 — Develop Project CPD Schedule and Updates (HDR) The purpose of this task is to outline the tasks and timeline necessary to plan, perform, and control the various elements of the PROJECT so that this scope of work is delivered by CONSULTANT. 6 I April 29,2020 Scope of Services—Phase 2 L�� Pines Road/BNSF Grade Separation r Activities: • HDR will prepare a schedule in Microsoft Project. The PROJECT team will use the schedule, which will be updated monthly with actual milestone achievements, to check the budget, staffing levels, and where the deliverable schedule might be affected. These tools will be used to adjust staff assignments so that our schedule and fee commitments are met. PROJECT team meetings will enforce the schedule and hold team members accountable for progress on their components of the PROJECT. Schedule updates will be submitted monthly to the CLIENT as part of our invoice package. Deliverables: • PROJECT Schedule • Monthly PROJECT Schedule updates TASK 1 .4 — QUALITY ASSURANCE (HDR) The purpose of this task is to describe quality assurance activities that the CONSULTANT shall perform to verify that each deliverable meets the criteria defined in this scope of work. Activities: • The CONSULTANT shall prepare a PROJECT specific Quality Management Plan. The plan will define key quality assurance and control activities for each deliverable defined in the scope of work, designated time frames for quality reviews, and key individuals who will conduct the quality reviews. • The CONSULTANT shall prepare a Quality Assurance Documentation at completion of each deliverable that will document that the quality steps defined in the Quality Management Plan were performed. Assumptions: • CLIENT reviews of deliverables will occur after CONSULTANT has completed the quality process defined in the Quality Management Plan. • The CONSULTANT shall perform a quality control review of each deliverable prior to submittal. Deliverables: • Quality Management Plan • Quality Assurance Documentation TASK 1 .5 — PROJECT MEETINGS (HDR, Simpson, GEO) The purpose of this task is to identify meetings for the CLIENT, the CONSULTANT, and third parties to coordinate and review the design of the overall PROJECT during the development of the PROJECT design. Activities: • The CONSULTANT shall attend an initial overall team kickoff meeting as organized by the CLIENT. April 29,2020 17 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • The CONSULTANT shall organize and attend a monthly coordination meeting with the CLIENT to coordinate the elements of design contained in the scope of work. The CONSULTANT shall detail PROJECT action items and proposed resolutions in a tracking log. • The CONSULTANT shall attend up to 24 additional meetings to support the CLIENT with PROJECT stakeholder briefings, negotiations and coordination, such as with WSDOT, BNSF, Property Owners, or PROJECT Stakeholders. Assumptions: • The initial kickoff meeting and monthly coordination meeting will occur in Spokane Valley, WA. The kickoff meeting and monthly coordination meeting will last three hours, with travel included. CONSULTANT staff attending the initial kickoff meeting and monthly coordination meeting with the CLIENT shall include the Project Manager and Transportation Lead. Other discipline leads will attend on an as-needed basis. • A total of 24 monthly internal team coordination meetings are anticipated lasting one hour each. • CONSULTANT staff travels to/from meeting is reimbursable by the CLIENT. • The CONSULTANT shall prepare and distribute meeting agendas for the meetings the CONSULTANT is organizing. • Additional technical meetings with the CLIENT or other third parties to support technical activities defined in the tasks below have been included in those tasks. Deliverables: • Meeting agenda and minutes for meetings the CONSULTANT has organized. TASK 1 .6 — INTERNAL TEAM MEETINGS (HDR, Simpson, GEO) The purpose of this task is to coordinate with the HDR team independently from the monthly PROJECT meetings. The team will meet bi-weekly from PROJECT kick-off through Draft Preliminary design. The team will meet monthly after Draft Preliminary submittal through Preliminary design. The team will meet bi-weekly after Preliminary design to Final PS&E to coordinate and review the design of the overall PROJECT during the development of the PROJECT design. Activities: • The CONSULTANT shall organize and attend a monthly coordination meeting with the team to coordinate the elements of design contained in the scope of work. Assumptions: • The team will meet bi-weekly from PROJECT kick-off through Draft Preliminary design. • The team will meet monthly after Draft Preliminary submittal through Preliminary design. • The team will meet bi-weekly after Preliminary design to Final PS&E. • The meetings will be held via conference call and Skype and last approximately one hour. CONSULTANT staff attending the meetings shall include the Project Manager, Transportation Lead, and Bridge Lead. Other discipline leads will attend on an as-needed basis. 8 1 April 29,2020 Scope of Services—Phase 2 11.01 Pines Road/BNSF Grade Separation • The CONSULTANT shall prepare and distribute meeting agendas for the meetings the CONSULTANT is organizing. Deliverables: • None TASK 1 .7 - GRANT REPORTING (HDR) The purpose of this task is to coordinate and report with the Federal Railroad Administration (FRA) for compliance with the Consolidated Rail Infrastructure and Safety Improvements (CRISI) program grant. Activities: • The CONSULTANT will support the CIENT with preparing Project Deliverables and documentation on-time and according to schedule, including periodic receipts and invoices. • The CONSULTANT will update the Detailed Project Work Plan for submittal to the FRA. • The CONSULTANT will prepare monthly invoicing documentation costs to date by activity. • The CONSULTANT will update the FRA Quarterly progress report template • The CONSULTANT will prepare a quality management plan. Assumptions: • The Detailed Project Work Plan will be updated up to ten times. • Widener and Associates will provide updates to Task 2, Environmental Review in the Detailed Project Work Plan. • The project invoices, progress reports, change log, issue log, and deliverable log will be prepared per Task 1.1. • The project schedule will be updated per Task 1.3. • The quality management plan will be prepared in Task 1.4. Deliverables: • Detailed Project Work Plan (PDF) • FRA quarterly report template submitted to the City of Spokane Valley by the 15th of the month after the end of the quarter(i.e. April 20th, July 20th,.etc) • Quality Management Plan April 29,2020 19 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation TASK 2 - PUBLIC INVOLVEMENT PROGRAM (HDR) The purpose of this task is to provide graphic materials to support CLIENT's public outreach and coordination efforts and to represent the CLIENT at stakeholder briefings. TASK 2. 1 - PROJECT EXHIBITS Activities: • The CONSULTANT shall prepare up to four display boards for project presentations. Assumptions: • The display boards will include CLIENT'S logo and project identifiers and will make use of existing project graphics and maps. Deliverables: • Up to four display boards. TASK 2.2 - STAKEHOLDER BRIEFINGS Activities: • The CONSULTANT shall prepare presentation materials and talking points for a PROJECT briefings to CLIENT identified stakeholders or at Public Meetings • The CONSULTANT shall present materials on behalf of the CLIENT to CLIENT-identified stakeholders or the Public. Assumptions: • The briefing materials will make use of existing project graphics and maps, or from material developed by the design team. • City Council Meetings are anticipated at Draft Preliminary design, Final PS&E, and preconstruction. • One Public Meeting is anticipated prior to Draft Preliminary design. Deliverables: • PowerPoint presentation of up to 15 slides and bulleted speaking points that align with the presentation slides. • Up to 10 briefings. 10 1 April 29,2020 Scope of Services—Phase 2 FyZ Pines Road/BNSF Grade Separation TASK 3 — SURVEYING and BASE MAPPING (HDR and Simpson) TASK 3. 1 — Topographic Surveying (HDR, Simpson) Simpson is contracting directly with the CLIENT under a separate agreement to perform the surveying (outside of BNSF right-of-way) and right-of-way base mapping for the project. However, HDR will need to coordinate with Simpson Engineers on the locations needed for surveying and especially the BNSF track elevations within the corridor. Since HDR has already obtained a Temporary Occupancy Permit during Phase 1, Simpson will be added to HDR's Temporary Occupancy Permit to have access permission to the BNSF right-of-way. Activities: • HDR will coordinate for Simpson to have access to the BNSF right-of-way • HDR will coordinate with Simpson during the surveying and right-of-way process • Simpson will perform topographic surveying within the BNSF ROW will include locating of all existing utilities, geotechnical borings, and utility potholing locations. • Simpson will coordinate schedules with BNSF and HDR. • Simpson Engineers will coordinate rail survey guidance from HDR and BNSF in order to collect sufficient and accurate data with conventional surveying methods on the rail and associated features. Assumptions: • Simpson Engineers will require access to an approximately 2600 linear foot section of railroad near the Pines Road and BNSF railroad intersection for a top of rail survey and the conventional topography within the BNSF right of way. • Simpson Engineers will utilize HDR's Temporary Occupancy Permit • Railroad varying peak traffic times throughout the day can significantly impact survey production. This will also include the effort necessary to collect the top of rail topographic information (the top of each rail will be shot during the survey (left and right). • A BNSF-approved flagger or lookout will be scheduled during Simpson Engineers topographic surveying activities within the BNSF right of way. • BNSF flagging costs will be covered as a direct expense. • Simpson's surveying work outside of the BNSF right-of-way is contracted directly with the CLIENT • Simpson's right-of-way tasks in support of the right of way plan and legal description process is listed later in this scope of services • Temporary Traffic Control required for Pines Road (SR-27) Rail Crossing is included in this contract. HDR and Simpson will submit a temporary traffic control plan to City of Spokane Valley for approval prior to beginning surveying work on Pines Road. April 29,2020 111 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation Deliverables: • Simpson will process the survey data collected in the BNSF right-of-way into one base map and surface TASK 3.2 — Survey topographic and right-of-way base map, and surface conversion (HDR) The purpose of this task is to convert the topographic and right-of-way base map and existing ground surface to WSDOT standards for design purposes. Simpson Engineers will provide an AutoCAD DWG file with survey features (e.g. edge of pavement, striping, signs, utility appurtenances, existing right-of-way (BNSF, WSDOT, Parcel Lines), Utility easements (with labels), etc.) this file will also include survey points and 3D break lines on WSDOT layer names with 3D coordinates. Additionally the file will have contours displayed at the appropriate surface accuracy (i.e. if survey accuracy is 0.2 feet, 0.4 foot contours will be displayed). An XML surface file and survey point file (ASCII; Point number, Northing, Easting, Elevation, and Description) will also be provided for HDR to create an InRoads DTM file. Activities: • HDR will import the copy the survey features and right-of-way line-work into a DGN file and review the features are on the correct levels and display properties—"by level" (this controls the color, line-type, and weight of line-work). • HDR will spot check 10 coordinate locations to verify they are identical from AutoCAD to MicroStation • HDR will find and replace AutoCAD blocks of features like signs with WSDOT cells. • HDR will import the surface XML and create an InRoads DTM and display the contours at the same interval provided by Simpson Engineers. • HDR will overlay the contours. If the contours appear to be identical, HDR will use the surface for design. • If not, HDR will use the ASCII point file and 3D break lines to build a surface and display the contours. Again the contours will be overlaid to confirm identical ground surfaces created. Assumptions: • Simpson Engineers will provide DWG files saved to a version of AutoCAD (most likely a 2000 DWG) to a version MicroStation will open/reference. • Simpson Engineers will provide the files in a coordinate system WSDOT will accept for right-of- way plans and construction activities, and/or archiving. • HDR does not take ownership of the survey elevations, positions, and attributes provided by Simpson Engineers. Deliverables: • MicroStation DGN of topographic and right-of-way mapping to WSDOT Standards • InRoads DTM to WSDOT standards of existing ground surface 12 1 April 29,2020 Scope of Services—Phase 2 L�� Pines Road/BNSF Grade Separation r TASK 4 - UTILITIES (HDR) TASK 4.1 - UTILITY COORDINATION The purpose of this task is to continue to identify utilities within the proposed limits of the PROJECT and identify parties responsible for relocation beyond what was previously identified in Phase 1. The existing facilities will need to be evaluated for impacts and relocation during the Conceptual/Draft Preliminary/Preliminary stages of the PROJECT and reflected on the Utility Plans. A summary of existing utility facilities and how they will be impacted is provided below: • Sanitary Sewer: Based on information provided by Spokane County, no sewer mains are anticipated to be impacted with the project. • Water: Numerous water mains will be reconstructed along Pines Road, Trent Avenue, North Cement Road, and East Pinecroft Way. • Telecommunications: Overhead telecom lines (TV, telephone, fiber optic) are located along the west side of Pines Road and along the south side of the BNSF tracks. Buried telecom lines (TV, telephone, fiber optic) are located along the east side of Pines Road. This utility will be impacted and will require relocation. • Power: Overhead power lines are located along the west side of Pines Road and along the south side of the BNSF tracks. Overhead power lines cross the BNSF tracks approximately 300 feet east of Pines Road that will require relocation. CONSULTANT will coordinate with BNSF for the relocation as the BNSF double track project will also require the overhead power lines be relocated. • Natural Gas: An existing 12-inch Avista gas main is located along the south side of Trent Avenue and may require relocation, depending on the depth. An existing Avista gas main is located along Cement Road may require relocation, depending on the depth. • Petroleum Products: An existing 10-inch Yellowstone Pipe Line is located along south side of the BNSF tracks that will require relocation to the south. • Buried Cable: Existing buried fiber optic is located along the south side of the BNSF tracks that will require relocation or lowering to avoid excavation for the proposed roadway. • Utility Relocation Research: Finalize utility relocation list. Identify and determine responsible parties for relocation of each affected utility. Activities: • The CONSULTANT shall continue to identify potential conflicts with franchise utilities, public utilities, and private property owners within the proposed PROJECT limits. • The CONSULTANT shall update the utility conflicts identified in the Alternatives Evaluation Report dated October 19, 2018, which was developed in Phase 1. • Meetings with each utility purveyor will be held to discuss the PROJECT and potential relocations. Assumptions: • No wells are still in operation and or impacted due to the PROJECT. April 29,2020 113 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • Two CONSULTANT staff will meet with each of the utility purveyors. Deliverables: • Updated utility conflict matrix. • Meeting Minutes from meetings. • Copies of information and documents received from utility companies. TASK 4.2 - UTILITY RELOCATION COORDINATION The purpose of this task is to facilitate relocation of impacted utilities within the PROJECT limits. Activities: • The CONSULTANT shall conduct Utility Coordination Meeting with utilities to discuss Draft Preliminary Plans and identify utility conflicts to be resolved. Prepare and distribute meeting notes. • The CONSULTANT shall provide potential conflict information to franchise utilities, public utilities, and private property owners, and coordinate with them to remove, relocate, or reconnect their facilities. • The CONSULTANT shall identify existing utility conflicts and develop a relocation plan, if required. • The CONSULTANT shall deliver Conceptual/Draft Preliminary/Preliminary plans to each utility company and contact them to review questions and coordinate potential proposed utility improvements within the PROJECT site. Assumptions: • Potholing is anticipated to determine utility conflicts and will be added as a third party expense to CONSULTANT'S contract. A subcontractor will provide potholing of utilities at select locations. The pothole data will be compiled and distributed to utilities. • No more than 10 potholes will be needed. Deliverables: • Utility Relocation Meeting Minutes • Potholing plan • Potholing data • Utility relocation plan, distributed to the CLIENT and utility agencies TASK 5 - RAILROAD COORDINATION (HDR) The purpose of this task is to prepare submittals B, C, and D for BNSF Railway review in accordance with the Underpass Structure requirements of the Union Pacific Railroad - BNSF Railway Guidelines for Railroad Grade Separation Projects. BNSF Submittal A Concept Plan was completed under Phase 1 services. 14 I April 29,2020 Scope of Services—Phase 2 FN Pines Road/BNSF Grade Separation Assumptions: The following assumptions apply to all Task 5 subtasks: • The BNSF Design Phase A Package (Concept Railroad Submittal)was done in Phase 1 and BNSF comments have been received. • The number of main line tracks will be live during construction of the new railroad bridges. This assumption will hold regardless of the BNSF completing construction of the second main track from the Spokane River westward through the limits of this project. • Railroad bridges will be spaced 40-ft apart, resulting in no temporary shoring needed. • This task will be based on BNSF's Grade Separation Policy: https://www.up.com/cs/groups/public/documents/document/pdf rr grade sep projects.pdf • The CLIENT will be responsible for any costs associated with railroad reviews or approval. At this time, the CONSULTANT is not aware of any costs the Railroad may apply. • BNSF rights of entry agreements for survey and geotechnical activities were received in Phase 1 and in place until October 14, 2020. • The Alternative 2 bridge from Phase 1 will be progressed with no further alternatives analysis. The Alternative 2 bridge concept will be developed and included for the BNSF Design Phase B, C, and D packages. • Aesthetic and architectural treatments are not included in the bridge design. • This tasks includes three meetings, each lasting two hours, with three HDR staff(PM, Bridge Lead, and Transportation Lead) attending the meetings. TASK 5.1 - BNSF DESIGN PACKAGE B COORDINATION AND SUBMITTALS The purpose of this task is prepare final submittals for BNSF review in accordance with the Overpass Structure requirements of the Union Pacific Railroad - BNSF Railway Guidelines for Railroad Grade Separation Projects. Activities: • The CONSULTANT shall prepare the BNSF Design Phase B Package. The following items will be developed for the Design Phase B Package: • The Design Phase B Package submittal will include responses to one (1) BNSF review comment set on the concept submittal. • Bridge Plans (Design Phase B Package) ■ The Bridge Plans will show Plan View, Elevation View, and Typical Sections and the CONSULTANT's response to BNSF's comments on the Concept Railroad Submittal. Plans will depict top of rail profile for 1,000 feet from the bridge each direction. The plans will include General Bridge Notes, a summary of bridge design criteria, and Crossing Exhibit for crossings that will be closed. This submittal package will also include draft material requirements railroad coordination requirements in draft form. April 29,2020 115 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • Structure Type Selection Memo (Design Phase B Package) • The Railroad Submittal will include a Structure Type Selection Memo that documents considerations and recommendations for the structure type selected. • Railroad Profile Grade Diagrams (Design Phase B Package) • Railroad Profile Grade Track Diagrams will be prepared for submittal with the Design Phase B Package. • Railroad Shoofly Plans and Alignment Data (Design Phase B Package) • The shoofly track will be constructed 20 feet north of the he existing main-line track. • If the second main line track is constructed prior to the Pines Road Underpass construction the shoofly will be used first to construct the northerly railroad bridge. Once the northerly railroad bridge is constructed the shoofly track will used to construct the southerly railroad bridge. • If the second main line track is not constructed prior to the Pines Road Underpass construction the shoofly will be used to construct the railroad bridge for the existing main line track. • The shoofly track will be tangent through the Pines Road Underpass and be connected to the main line tracks at each end. The connection to the tangent track will include the necessary horizontal reverse curve geometry to maintain main line track speeds. If the second main line track is constructed prior to the Pines Road Underpass construction two shoofly track designs will be required. One to connect to the northerly main line track and one to connect to the southerly main line track. • The Design Phase B Package submittal will include responses to BNSF review comments on the concept submittal. The Design Phase B Package Shoofly Plans will show the location of the shoofly and indicate the footprint of the structure in relation to centerline of shoofly. This submittal will include a Phase 1 and Phase 2 for the new main track. • Construction Phasing Plans (Design Phase B Package) • The Design Phase B Package Phasing Plans will depict anticipated construction methods, required phasing, construction procedures, controlling dimensions, and elevations. Assume no temporary shoring will be needed. Assumptions: • See Task 5 general assumptions. Deliverables: • Draft and Final BNSF Railway Design Phase B Package 16 I April 29,2020 Scope of Services-Phase 2 L�� Pines Road/BNSF Grade Separation r TASK 5.2 - BNSF DESIGN PACKAGE C COORDINATION AND SUBMITTALS The purpose of this task is prepare final submittals for BNSF review in accordance with the Overpass Structure requirements of the Union Pacific Railroad - BNSF Railway Guidelines for Railroad Grade Separation Projects. Activities: • The CONSULTANT shall prepare the BNSF Design Phase C Package. The following items will be developed for the Design Phase C Package submittal: • The Design Phase C Package submittal will include responses to one (1) BNSF review comment set on the Design Phase B Package submittal. • Bridge Plans (Design Phase C Package) ■ The Design Phase C Package submittal will include responses to BNSF review comments on the Design Phase B Package submittal. The items for the Design Phase B Package design will be revised to address the review comments. The Design Phase C Package Bridge Plans and Calculations will show finalized Plan View, Elevation View, and Typical Sections, and include superstructure and substructure details, bearing details, deck and waterproofing details, miscellaneous bridge details, and a complete set of structural calculations, fully checked. Design Phase C Package Construction Phasing Plans and anticipated construction methods along with the other sheets from the Design Phase B Package submittal will be included. Design Calculations shall be clear, legible, and easy to follow. Design calculations shall be completed in accordance with the AREMA Manual for Railway Engineering (AREMA) and the BNSF Grade Separation Guidelines. Computer program generated output or data sheet calculations shall be accompanied by input data information and sample calculations to verify the accuracy of the computer output. • Railroad Profile Grade Diagrams (Design Phase C Package) • CONSULTANT will finalize the Railroad Profile Grade Track Diagrams as part of the Design Phase C Package. The package will also include responses to BNSF review comments on the Design Phase B Package submittal. • Geotechnical Reports/Recommendations (Design Phase C Package) • A geotechnical report, prepared in Task 4, shall be provided addressing bridge construction. The preliminary geotechnical report shall include enough information to support foundation design calculations and backfill design requirements. The final geotechnical report shall have recommendations consistent with those used in the final structural design. • Access Road Diagrams providing a 20 foot access as required by BNSF • PROJECT Specifications and/or Special Provisions • CONSULTANT will draft the PROJECT Specifications and/or Special Provisions, including Railroad coordination requirements as part of the Design Phase C April 29,2020 117 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation Package. The package will also include responses to BNSF review comments regarding materials on the Design Phase B Package submittal. • Railroad Shoofly Plans and Alignment Data (Design Phase C Package) • CONSULTANT will finalize the Railroad Shoofly design as part of the Design Phase C Package. The package will also include responses to BNSF review comments on the Design Phase B Package submittal and alignment data. • Drainage Report(Design Phase C Package) • The Design Phase C Package submittal will include the Draft Drainage Report prepare in Task 9 Final Design. • Construction Phasing Plans (Design Phase C Package) • The Design Phase C Package Construction Phasing Plans will depict anticipated construction methods, required phasing, construction procedures, controlling dimensions, and elevations. Assume no temporary shoring will be needed. Assumptions: • See Task 5 general assumptions. Deliverables: • Draft and Final BNSF Railway Design Phase C Package. TASK 5.3 - BNSF DESIGN PACKAGE D COORDINATION AND SUBMITTALS The purpose of this task is prepare final submittals for BNSF review in accordance with the Overpass Structure requirements of the Union Pacific Railroad - BNSF Railway Guidelines for Railroad Grade Separation Projects. Activities: • The CONSULTANT shall prepare the BNSF Design Phase D Package The following items will be developed for the Design Phase D Package submittal: • The Design Phase D Package submittal will include responses to BNSF review comments on the Design Phase C Package submittal. • Bridge Plans (Design Phase D Package) • The Design Phase D Package submittal will include responses to BNSF review comments on the Design Phase C Package submittal. The items for the Design Phase C Package design will be revised to address the review comments. The railroad special provisions and railroad coordination requirements will be finalized. The Design Phase D Package Bridge Plans will show finalized Plan View, Elevation View, and Typical Sections. Finalized Construction Phasing Plans and anticipated construction methods along with the other sheets from the Design Phase C Package submittal will be included. The Design Phase D Package submittal will also include Design Phase D Package Specifications. • Railroad Profile Grade Diagrams (Design Phase D Package) 18 1 April 29,2020 Scope of Services-Phase 2 Fn Pines Road/BNSF Grade Separation • HDR will finalize the Railroad Profile Grade Track Diagrams as part of the Design Phase D Package. The package will also include responses to BNSF review comments on the Design Phase C Package submittal. • Final Hydraulics Summary Report(Design Phase D Package) • The Design Phase D Package Railroad Submittal will include a Final Hydraulics Summary Report for culverts and drainage as it relates to the railroad. It will also include responses to BNSF review comments on the Design Phase C Package submittal. • Geotechnical Reports/Recommendations (Design Phase D Package) • CONSULTANT will finalize the Geotechnical Report in Design Phase D Package. The package will also include responses to BNSF review comments on the Design Phase C Package submittal. • Access Road Diagrams providing a 20 foot access as required by BNSF • PROJECT Specifications and/or Special Provisions (Design Phase D Package) • CONSULTANT will finalize the PROJECT Specifications and/or Special Provisions, including Railroad coordination requirements as part of the Design Phase D Package. The package will also include responses to BNSF review comments on the Design Phase C Package submittal. • Railroad Shoofly Plans and Alignment Data (Design Phase D Package) • CONSULTANT will finalize the Railroad Shoofly design as part of the Design Phase D Package. The package will also include responses to BNSF review comments on the Design Phase C Package submittal and alignment data. • Construction Phasing Plans (Design Phase D Package) • The Design Phase D Package submittal will include responses to BNSF review comments on the Design Phase C Package submittal. The Design Phase D Package Construction Phasing Plans will depict anticipated construction methods, required phasing, construction procedures, controlling dimensions and elevations. Assume no temporary shoring will be needed. Assumptions: • See Task 5 general assumptions. Deliverables: • Draft and Final BNSF Railway Design Phase D Package TASK 5.4 - WASHINGTON UTILITIES AND TRANSPORTATION COMMISSION COORDINATION AND SUBMITTALS The purpose of this task is prepare a submittals to Washington Utilities and Transportation Commission (WUTC) for the replacement of the existing at-grade crossings at North Pines Road. An initial diagnostic meeting with WUTC was completed under Phase 1 services. April 29,2020 119 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation Activities: • The CONSULTANT shall meet with WUTC, BNSF, and the CLIENT to conduct a second diagnostic meeting. Meeting will occur after BNSF Phase C plans have been developed and reviewed by the CLIENT. • The CONSULTANT shall develop the Rail Crossing Order. CONSULTANT shall coordinate with BNSF, the CLIENT, and WSDOT Rail Section to produce an exhibit based on the proposed design. Once the proposed design exhibit is approved, CONSULTANT shall apply for a Rail Crossing Order to modify the existing at-grade railroad crossing. Assumptions: • This scope of services does not include preparation for, testifying at, or supporting a crossing hearing or other legal matter related to the crossing should the Rail Crossing Order be disputed by other individuals or organizations. Deliverables: • Diagnostic Meeting Notes • Crossing Order exhibit and application TASK 6 - INTERSECTION PLAN FOR APPROVAL (IPA) (HDR) TASK 6. 1 - BASIS OF DESIGN The purpose of this task is to update the Interim Basis of Design (BOD)that was created in Phase 1 and approved by WSDOT on June 7, 2019 with the addition of the connection of the north leg of the roundabout to Empire Avenue, which defines project design parameters, agreed upon by the CONSULTANT, WSDOT, and the CLIENT. Activities: • The CONSULTANT shall develop a final BOD based on the WSDOT approved Interim Basis of Design dated June 7, 2019, which describes the design criteria that are to be applied to the PROJECT, and submit to CLIENT for review. • The CONSULTANT shall prepare design exceptions for design elements not meeting the WSDOT standards. Assumptions: • None Deliverables: • Final Basis of Design to be included in the Design Documentation Package TASK 6.2 - WSDOT TRAFFIC ANALYSIS COORDINATION This work includes coordinating with CLIENT's consultant Fehr& Peers on documents submitted to WSDOT for approval of the Traffic Analysis. This includes: Collision Data and Analysis Report, 20 I April 29,2020 Scope of Services—Phase 2 FN Pines Road/BNSF Grade Separation Traffic Analysis Report, Traffic Volumes and Movement, Traffic Model, and Intersection Control Evaluation (ICE). 6.2.1 ICE Coordination Meetings Activities: • Identify potential traffic control analysis for detour, if any • HDR and the CLIENT's traffic engineering consultant will meet with CLIENT and WSDOT representatives to discuss the 2D layout of the roundabout(geometric review) to gather feedback and recommendations on the design. As part of this meeting, the Design Team will determine what is necessary to complete the roundabout Intersection Plan for Approval (IPA). Assumptions: • Fehr& Peers will develop Traffic Analysis reports and documentation for the PROJECT to facilitate IPA approval. Deliverables: • None 6.2.2 Traffic Management Plan This work includes preparing a Transportation Management Plan (TMP) that describes the workzone safety and mobility impacts for the project. Activities: • HDR will prepare the TMP and plans and actions for staging strategies and working with the local businesses to maintain access to the adjacent properties. Assumptions: • HDR will use the regional template from WSDOT for the TMP Deliverables: • Draft Transportation Management Plan (PDF) • Final Transportation Management Plan (PDF) TASK 6.3 - INTERSECTION PLAN FOR APPROVAL (IPA) This work includes preparing the roundabout geometrics at the intersection of Pines Road (SR-27) and Trent Avenue (SR-290). Activities: • HDR will prepare an initial Draft IPA for submittal to WSDOT for review. • After WSDOT's Review, a meeting will be held at WSDOT Eastern Region offices, with at a minimum, Region Geometrics and Traffic Staff along with Headquarters' Traffic Staff in attendance to discuss the review comments to gain consensus on the roundabout geometrics and agree upon comment resolution. • The CONSULTANT shall then prepare a second IPA for review. April 29,2020 121 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • A second meeting with the aforementioned staff in attendance will held to confirm resolution of the initial geometric design concepts and determine further refinements needed for the roundabout geometrics. • The CONSULTANT shall then prepare the Final IPA for review and approval. Assumptions: • The initial and secondary IPA submittals will include roundabout geometrics and a list of assumptions used for the design along with initial design methodology. The plan will have enough dimensions and notes to allow a geometric review. Splitter islands will not be detailed for this submittal. Truck movement exhibits, speed curves and calculations analysis, and entry angles exhibits will be submitted. • The Final IPA submittal will include the intersection control geometrics and data required in the WSDOT IPA checklist. Splitter Island details, truck movement exhibits, speed curves and calculations analysis, and entry angles exhibits will be submitted as a PDF. • Once WSDOT has reviewed and approved the Final IPA PDF. A hard copy will be provided to WSDOT for signature (22"x34"). Deliverables: • Draft IPA and supporting documents (PDF) • Second IPA and supporting documents (PDF) • Final IPA and supporting documents (PDF) • Final IPA for signature (22"x34") TASK 7 - ENVIRONMENTAL SERVICES The CLIENT is responsible for permitting activities which could include this incomplete list of performing various permitting activities, submitting and obtaining permits such as: • State Environmental Policy Act Documentation • Cultural Resources • ESA Section 7 Documentation • Wetland Delineation • Hazardous Materials • Noise Analysis • Air Quality Analysis • JARPA Preparation • City of Spokane Valley permits • Spokane County permits 22 I April 29,2020 Scope of Services—Phase 2 FyZ Pines Road/BNSF Grade Separation • NPDES Construction Stormwater Permit TASK 7. 1 - ENGINEERING EXHIBITS IN SUPPORT OF PERMITS (HDR) The purpose of this task is for the engineering team to prepare exhibits, as needed, to support the permitting process. Activities: • The CONSULTANT shall prepare engineering exhibits, as needed, to support permit applications. The exhibits will included a description, areas of impact, and quantities of materials, as required by the permitting agencies. Assumptions: • None Deliverables: • Engineering exhibits in support of permits TASK 8 - GEOTECHNICAL & SEISMIC ENGINEERING SERVICES (GEO) The purpose of this task is to provide recommendations for sign bridge foundations, bridge foundation design, design of permanent bridge abutments, wingwalls, and/or retaining walls, pavement thickness design of new right-of-way on Empire Road, on-site stormwater disposal and site preparation and earthwork, based on site exploration, laboratory testing and engineering analyses. METHODOLOGY • Previous explorations, including borings and subcontracted geophysical testing were completed by Budinger&Associates, Inc. in 2003 for preliminary feasibility and conceptual design purposes. In order to meet CLIENT, WSDOT and American Railway Engineering and Maintenance-of-Way Association (AREMA) guidelines for subsurface exploration programs for projects of this scope, we propose to supplement the existing subsurface data with additional explorations borings and test pits near the proposed railway bridge, overhead signs, roadways, and stormwater facilities. Activities: • Contacting the one-call utility notification system and assisting in coordinating with BNSF, WSDOT and private land owners during siting of our explorations relative to underground utilities. • Supporting HDR in obtaining street obstruction permits for explorations within public right-of-way. • Completing a geologic reconnaissance of the site. April 29,2020 123 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • Exploring soil, rock and groundwater conditions underlying the site by drilling borings using a truck-mounted drill rig and excavating test pits using a backhoe. Specifically, explorations will be distributed across the site as follows: o Six(6) borings near the proposed bridges. The exact locations of the borings will depend on site access and underground utilities. The borings will be advanced to depths in the range of about 100 to 150 feet below current site grade. o Four(4) borings within proposed stormwater ponds located north of the proposed roundabout. The borings will be advanced to depths of about 25 feet below current site grade. o Two (2) borings within existing paved portions of Empire Road. The borings will be advanced to depths of about 8 feet below current site grade. o Eight(8) borings near anticipated overhead sign structures and luminaries. The borings will be advanced to depths of about 15 to 20 feet below current site grade. o Eight(8) to ten (10) test pits along the proposed re-aligned Pines Road, Pines Road/SR 290 Roundabout, and Empire Road Extension. The test pits will be excavated to depths in the range of about 5 to 10 feet below site grade. o As a contingency, we also will include scope and fee to drill an additional 4 to 6 borings (one day's worth of drilling) to depths of about 25 feet at alternative stormwater swale locations. This component of our field work will only be completed upon authorization by HDR. o Each boring and test pit will be monitored by an experienced engineer or geologist from GeoEngineers. Soil samples will be collected from the borings at approximate 2'/-, 5-, 10-foot- intervals depending on the depth of exploration. Grab and bulk samples of site soil will be obtained from the test pits. Relatively undisturbed (Shelby tube) samples might be collected if fine-grained (silt or clay) soil is encountered during drilling. Soil samples will be returned to our laboratory for subsequent evaluation. Each boring, following its completion, will be backfilled in accordance with state regulations. Borings completed in public roadways will be patched with like material. Each test pit, upon completion, will be backfilled with excavation spoils, tamped into place, and the ground surface smoothed with the excavator bucket. • Laboratory testing to assess pertinent physical and engineering properties of soil encountered relative to the proposed construction. For budget estimating purposes, we anticipate the testing program could include: 2 R-Value/CBR tests; 2 modified Proctor tests; a combination of 15 gradation analyses and/or Atterburg limits tests; 15 percent fines passing the U.S. No. 200 sieve tests; 10 moisture content/dry density determinations. Laboratory testing will be completed in general accordance with applicable ASTM International (ASTM) standards. • Recommendations for site preparation and fill placement including: criteria for clearing, stripping and grubbing; an evaluation of the suitability of on-site soil for use as structural fill; gradation criteria for imported fill; guidance for preparation of subgrade soil, which will support pavements; and criteria for structural fill placement and compaction. We also will provide recommendations for allowable cut and fill slope inclinations and estimates of settlement caused by embankment construction. 24 1 April 29,2020 Scope of Services—Phase 2 LyZ Pines Road/BNSF Grade Separation • Recommendations for design of driven steel piling at select bridge bent and abutment locations including: capacity versus pile depth (penetration) for downward and uplift load conditions; estimates of single pile settlement; estimates of pile response to lateral loading using LPlle, and group reduction factors, if appropriate. Our results and recommendations will be presented in Allowable Stress Design (ASD)format per the AREMA Manual for Railway Engineering (AREMA). • Recommendations for lateral earth pressure criteria for design of bridge abutment walls, wingwalls, and retaining walls including equivalent fluid densities for the active, at-rest and passive earth pressure states of stress. • Providing geotechnical seismic design criteria based on the AREMA Manual for Railway Engineering (AREMA)for the railroad-related structures. • Recommendations for design of foundations for support of overhead sign structures and luminaires, including allowable lateral bearing pressures which can be used to size standard foundations. We also will provide suitable design criteria for design of shallow spread footings, if needed, using load and resistance factor(LRFD) design criteria. • Conducting pavement layer thickness design for proposed new portions of Empire Road based on vehicle type and traffic volumes provided by CONSULTANT , and recommendations for hot mix asphalt(HMA) pavement construction including: criteria for base course thickness, gradation and required degree of compaction; and thickness and compaction criteria for HMA surfacing. • Recommendations for surface and subsurface drainage, as appropriate, including an evaluation of the feasibility of subsurface disposal of stormwater, and design parameters; if appropriate. Our analyses will be based on correlations of soil grain-size analyses to permeability found in the Spokane Regional Stormwater Manual (SRSM) and the WSDOT Highway Runoff Manual. • A discussion regarding feasibility of temporary shoring systems including engineering soil parameters that may be used by the Contractor's shoring designer for design of temporary shoring. Assumptions: • Laboratory testing and design of pavement thicknesses for SR 290 (Trent Avenue), SR 27(Pines Road), and the SR 290/SR 27(Pines Road) Roundabout will be completed by WSDOT. GeoEngineers will provide exploration logs and soil samples from borings and test pits completed along these alignments at the request of WSDOT. • GeoEngineers will provide pavement thickness design for the north leg of the Roundabout (Empire Road) in accordance with City of Spokane Valley design standards. • Temporary lane closures and traffic control will not be required for most of the field activities (other than placement of signs as needed for work beyond the roadway). Traffic control might be required for drilling at proposed overhead sign structures. We assume that drilling for these structures will occur off of traveled lanes and temporary lane closures will not be required. We assume traffic control will consist of placement of signs and cones for shoulder work. • Railroad Bridge Work plan coordination will be accomplished by HDR • HDR will review the Draft and Final Geotechnical Reports. • Coordinating with BNSF to obtain a Right of Entry Permit is covered under other tasks (HDR) April 29,2020 125 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • The boring locations are accessible to truck-mounted drilling equipment. • Fieldwork will be performed during normal daytime hours (Monday through Friday). Street obstruction permits for explorations in public streets and private land access agreements will allow for 8 am to 6 pm work. • Written permission to access explorations on private property (including BNSF and WSDOT right-of-way [ROW])will be obtained by the CONSULTANT team with assistance from the CLIENT. • BNSF will provide permission to access and drill and/or excavate test pits at proposed locations on BNSF ROW in a timely manner that allow for all drilling and test pit services to be completed under a single mobilization of equipment. • A BNSF-approved lookout or flagger, if required to support our field activities, will be scheduled and provided by others. • Underground utilities located on private property will be located by the current property owner. If this is not possible or acceptable, a private utility locator will be subcontracted for an additional cost. • Temporary road building is not anticipated for truck-equipment access. Hydro-seeding, re vegetation or other improvements are not included in this scope of work. • We understand initial environmental assessments have been conducted by others and that possible recognized environmental concerns (RECs)were not identified. We assume that contaminated soil will not be encountered during drilling of geotechnical borings or excavation of test pits. As such, GeoEngineers will not provide field screening, which is used to assess possible presence of volatile and semi-volatile compounds in soil. If obvious contaminated materials (based on coloration or odor) are encountered, drilling will be stopped, the drill crew will be put on stand-by and GeoEngineers will notify CONSULTANT. • Drill cuttings (non-contaminated)that cannot be returned to completed exploratory borings will be evenly distributed near the borings in undeveloped areas. If on-site disposal is not acceptable to BNSF, GeoEngineers will collect the soil in drums on site and transport them to a facility approved by BNSF within 5 miles of the boring locations. Deliverables: • A draft and final written report containing our findings, conclusions and recommendations. The draft geotechnical report will include enough information to support foundation design calculations and backfill design requirements. The final geotechnical report shall have recommendations consistent with those used in the final structural design. GEO assumes there will be one round of comments to our draft report from CONSULTANT, the CLIENT, WSDOT and BNSF. GEO will address the comments, and submit a final report. TASK 9 - DESIGN (HDR) The purpose of this task is to prepare a design for the CLIENT. This design will begin after the IPA has been approved by WSDOT. A detailed list of expected drawings to be delivered is included in Appendix B. 26 I April 29,2020 Scope of Services—Phase 2 FN Pines Road/BNSF Grade Separation TASK 9. 1 - ROADWAY Pines Road (SR-27) crosses under the BNSF tracks at a skew oriented southwest to northeast and intersects Trent Avenue (SR-290) between the existing Pines Road/Trent Avenue intersection and the Spokane River Bridge. Pines Road will be substantially lower than existing to provide clearance at the railroad underpass. Trent Avenue will remain at its existing elevations. The East Portland Avenue will terminate at a new cul-de-sac easterly of Portland Avenue that provides access to properties. The north leg of the roundabout will connect to Empire Lane/Avenue and create a four- legged intersection at Trent Avenue and Pines Road. The Pines Road/ East Pinecroft Way intersection may be eliminated and westbound East Pinecroft Way may terminate at a cul-de-sac. Assumptions: • Total width of the roadway approaches and bridge overpass will depend on the dimensions of walls/traffic barriers, sidewalks, shared use path, bike lanes, travel lanes, and shoulders. Deliverables: • See Task 10 TASK 9.2 - RAILROAD BRIDGE The railroad bridge structure will accommodate the near term and long term BNSF main line track configuration, including approaching access roads, and maintenance walkways, which will all be coordinated with BNSF. The railroad bridge structure will span the travel lanes, shoulders, sidewalk, and bike lane (and shared use path) of Pines Road. A detailed evaluation and coordination with BNSF of the railroad bridge superstructure and foundation types will be performed as part of this task. Deliverables: • See Task 10 TASK 9.3 - ALIGNMENT PLAN Activities: • The CONSULTANT shall develop the plans depicting the horizontal and vertical design. • Typical Sections ■ The CONSULTANT shall develop the following Conceptual Roadway Design Typical Section Sheets for: • North Pines Road, SR-27 • Trent Avenue, SR-290 • East Empire Avenue/Lane • East Pinecroft Way • East Portland Avenue • Local Roadway Plans/Profiles • Cement Road April 29,2020 127 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation ■ The CONSULTANT shall develop Plan and Profile Sheets for: • North Pines Road, SR-27 • Trent Avenue, SR 290 • East Empire Avenue • Cement Road • Associated profiles required for the roundabout • The CONSULTANT shall also develop Conceptual design plans for the proposed intersections at: o North Pines Road(SR-27) and Trent Ave(SR-290) (based on the IPA) o North Cement Road and East Empire Avenue o Portland Avenue termination just east of Cement Road. Assumptions: • WSDOT Design manual will be followed except where street section needs to be modified. This will be included in a Design Deviation request. • Alignment changes will not be required since the IPA was approved prior to beginning Conceptual Design. Deliverables: • See Task 10. TASK 9.4 — Project Footprint and Earthwork Quantities Activities: • The CONSULTANT shall model the alignments and roundabout with the proposed typical sections to determine cut/fill lines and PROJECT footprint along with earthwork quantities. The PROJECT footprint will be displayed on the existing R/W base map to identify needs for ROW or easements. Assumptions: • Earthwork will be analyzed 1:1 without shrink/swell factors applied. • The PROJECT is not anticipated to balance and will be a waste project(material from excavation will have to be hauled and disposed of off-site). Deliverables: • InRoads earthwork reports for the Design Documentation Package. 28 I April 29,2020 Scope of Services—Phase 2 LN Pines Road/BNSF Grade Separation r TA SK 9.5 — ROADWAY SECTIONS Activities: • The CONSULTANT shall prepare geometric roadway cross sections from the subgrade to finished grade. Deliverables: • Cross Sections at intervals per the WSDOT Design Manual TASK 9.6 — Hydraulics/Drainage Activities: • The CONSULTANT will meet with Eastern Region(ER)WSDOT Hydraulic Engineer to discuss the design requirements and concepts used to provide runoff treatment and flow control facilities for the PROJECT. • The CONSULTANT shall perform a site visit(two staff). • The CONSULTANT shall obtain and review existing information regarding flow patterns, facilities, and water resource deficiencies within the PROJECT limits and for the tributary basin. This will include the following activities: • Utilize GIS and site survey information to establish existing drainage basins and flow patterns. • Conduct a site visit to verify existing stormwater features. • The CONSULTANT shall develop options for meeting state and city stormwater requirements, including onsite stormwater management, runoff treatment, flow control, and pump design. This will include the following: • Review the Natural Resources Conservation Service soil characterization mapping and geotechnical report to establish existing soil types. • Review infeasibility criteria to determine onsite stormwater management measures applicable to the PROJECT. • Identify potential locations for stormwater facilities. Develop conceptual layouts and sections for facilities at the alternative sites. • Discuss potential locations for facilities with the city and determine where facilities will be situated. • The CONSULTANT shall develop preliminary hydrologic models for estimating flow rates for each stormwater facility proposed for the PROJECT site. This will include: • Develop existing conditions hydrologic models. • Determine design flow rates for sizing facilities. • Size each facility and determine the approximate land area requirements. • The CONSULTANT shall prepare Draft Type A Hydraulics Report meeting meet WSDOT and CLIENT standards. April 29,2020 129 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation Assumptions: • Stormwater analysis and design will be developed in accordance with the Highway Runoff Manual and/or Spokane Regional Stormwater Manual, April 2008, as applicable. • Threshold Discharge Area (TDA) delineations were not included in the scope of work. It is assumed that all runoff infiltrates and is therefore hydrologically connected via ground water. As such, there is only one TDA for this PROJECT and the stormwater design will be developed assuming one TDA. • StormShed 3G will be used to determine the contributing basin flow rates and volumes for sizing BMPs and conveyance features including the storm drain network • The soils are suitable for infiltration for all BMP designs • Curb cuts are assumed for curbed sections and WSDOT inlet spreadsheet will be used to locate curb cuts. • Pines Road (SR-27) is anticipated to have a sag, storm drain pipe system and pumping facility. The Trent Avenue (SR-290) is anticipated to have inlets and curb cuts with runoff treatment and flow control facilities. We anticipate sizing bio-infiltration facilities for runoff treatment and flow control (will design with drywells, if approved by WSDOT). Documentation of the facility designs will be provided in the Draft Type A Hydraulics Report. • No more than two revisions to facilities will be required as part of PROJECT development. Deliverables: • Type A Hydraulics Report(Draft(Region and HQ)) and Final; PDF format and one hard copy with table of responses to WSDOT comments). TASK 9.7 — Roadside Restoration and Site Development Activities: • The CONSULTANT shall develop, review, and finalize design criteria, reports, plans, and specifications related to roadside restoration associated with new or alterations to existing roadway projects. Assumptions: • The RAB center island will be hard-surfaced and not rock-scaped • The roadside ditches are anticipated to be dryland seeded without an irrigation system. • The Pinecroft property to the south will be reseeded or sod with a revised irrigation system. • Parcels affected by the project that have existing irrigation and grass or landscape beds that are impacted will be rehabilitated with revised sod or seed and irrigation system. • Design will include conduit for future irrigation and landscaping option in the roundabout center island. 30 I April 29,2020 Scope of Services—Phase 2 EN Pines Road/BNSF Grade Separation TASK 9.8 — Signing Design Activities: • The CONSULTANT will first conduct the Existing Signing Inventory, then the CONSULTANT Project Manager and Roadway Lead will attend a design assumptions meeting (lasting four hours) at WSDOT Eastern Region to confirm the signing and illumination layout and design prior to beginning the design effort. • The CONSULTANT shall document PROJECT-specific design decisions, deviations, justifications, and other approvals. Request soils investigation, foundation design, and utility service agreement. • The CONSULTANT shall design Traffic Signing along with the sign specification sheets and details, specifications, and construction estimate for the Preliminary Constructability Review. • The CONSULTANT shall prepare the Final Traffic Signing plans along with the sign specification sheets and details, specifications, and construction estimate for the Region Review. Deliverables: • Existing Signing Inventory (PDF format) • See Task 10 TASK 9.9 — Illumination Design Activities: • The CONSULTANT shall design the illumination based on CONSULTANT developed AG132 photometric model developed to determine lighting levels and luminaire placement along the PROJECT limits. Lighting fixture information to will come from the Design Manual. The CONSULTANT shall prepare a technical memo for the illumination design for the PROJECT including calculations summaries and AGI design exhibits. • The CONSULTANT shall document PROJECT-specific design decisions, deviations, justifications, and other approvals. Request soils investigation, foundation design, and utility service agreement. • Soils investigation for foundation design of will be performed in Task 8. • The CONSULTANT shall prepare the Traffic Illumination concept plans for the Conceptual & Draft Preliminary Constructability Review. • The CONSULTANT shall prepare the Preliminary Traffic Illumination plans along with Q-tabs and details, specifications, and construction estimate for the Preliminary Constructability Review. • The CONSULTANT shall prepare the Final Traffic Illumination plans along with Q-tabs and details, specifications, and construction estimate for the Region Review. Deliverables: • Illumination Design Technical Memo • Lighting Level Exhibits • See Task 10 April 29,2020 131 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation TASK 9. 10 — Work Zone Traffic Control (WZTC) — Design Activities: • The CONSULTANT shall plan and facilitate a meeting with the Work Zone Traffic Control (WZTC) design team, CLIENT, and other stakeholders to discuss various traffic control strategies for the PROJECT. • The CONSULTANT shall coordinate this meeting with WSDOT and CITY. The CONSULTANT Project Manager and Transportation Lead will participate in this meeting. This meeting is assumed to last no more than two hours in duration. • The CONSULTANT shall prepare a Transportation Management Plan (TMP)to describe and detail the plans and actions to address the work zone safety and mobility impacts for the PROJECT. This plan will also include the plans and actions for staging strategies and working with the local businesses to maintain access to the adjacent properties. The CONSULTANT shall use the regional template for the TMP, to be provided by WSDOT. • The TMP shall be included in the Draft Preliminary Constructability Review. • The CONSULTANT shall prepare a construction sequence/staging strategy that is efficient, cost- effective, safe, and maintains traffic through the work zone. • The CONSULTANT shall prepare Conceptual, Draft Preliminary, and Preliminary Staging Design, Specifications, and Construction Estimate. • The CONSULTANT shall prepare Final Staging Design, Specifications, and Construction Estimate for the Region Review. • The CONSULTANT shall prepare Conceptual, Draft Preliminary, Preliminary WZTC Design, Specifications, and Construction Estimate. • The CONSULTANT shall prepare Final WZTC Design, Specifications, and Construction Estimate for the Region Review. Deliverables: • WZTC Meeting Summary (PDF format) • Transportation Management Plan (Draft and Final; PDF format) • Staging Design, Specifications, and Construction Estimate in PDF format • WZTC Design, Specifications, and Construction Estimate in PDF format TASK 9. 11 — Design Documentation Package Activities: • The CONSULTANT shall prepare a compilation of assumptions, decisions,justifications, and approvals that support the ultimate design of the PROJECT, to include with the review of the package. This file is designated for long term storage in accordance with WSDOT's document retention policies. • The CONSULTANT shall submit the draft Design Documentation Package to the CLIENT for review. The comments from the reviewers shall be documented and resolved as detailed in the 32 I April 29,2020 Scope of Services—Phase 2 LyZ Pines Road/BNSF Grade Separation Project Deliverables Quality Matrix and Quality Management Plan. The CONSULTANT shall revise/update the Design Documentation Package for final approvals and signatures. Assumptions: • Design Analysis will not be required • Maximum extent feasible will not be required • WSDOT Local Programs and Eastern Region will review the documentation; HQ and Eastern Region will provide approvals Deliverables: • Design Documentation Package as required by WSDOT for approval (Draft and Final; pdf format) • Two hard copy notebooks will be prepared for the CLIENT and WSDOT TASK 9.12 — Railroad Features The purpose of this scope element is to progress the CLIENT selected Alternative 2 bridge design to a Conceptual, Draft Preliminary, Preliminary, and Final level design. For the Draft Preliminary design, the necessary design calculations will be completed and checked with a complete but unchecked plan set. For the Preliminary design, the calculations will be finalized and the plans completely checked. Based on the final design calculations, the geotechnical report, and drainage report and plan both provided by WSDOT, the bridge design will be finalized at Final design. A run list of anticipated General and Project Special Provisions shall be developed and provided as a deliverable. The opinion of probable construction costs shall be updated based on the PROJECT elements developed at each design level. • CONSULTANT will prepare plans for the shoofly track to accommodate the construction of the existing Main 2 track bridge for the Pine Grade Separation Project. The design will include necessary phasing and shoofly removal Activities: • The CONSULTANT shall prepare railroad bridge and track plans, specifications and estimate of probable construction cost for railroad and railroad bridge features for the Draft Preliminary, Preliminary, and Final documents. • Conceptual Design' • The CONSULTANT shall address BNSF comments from CLIENT'S Concept submittal to BNSF. The CONSULTANT shall proceed with the selected structure and develop bridge plans consisting of a general layout and elevation sheet, two typical sections sheets, foundation plan w/borings, and construction staging sheet. • The CONSULTANT shall coordinate with the PROJECT team to establish bridge length, profile, approach interface, and other design elements to advance the PROJECT. • The CONSULTANT shall perform calculations to support the layout of a multi-span, multi-girder bridge supported by deep foundations. • The CONSULTANT shall prepare BNSF Design Phase B design submittal per Task 6 Railroad Coordination. April 29,2020 133 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • The CONSULTANT shall include ground improvements for the bridge or walls as recommended by the geotechnical subconsultant. • The CONSULTANT shall develop a Railroad Bridge Design Criteria document detailing the railroad bridge design standards, policies, and criteria. • The CONSULTANT shall perform an initial design analysis to determine substructure and superstructure quantities. The preliminary substructure foundation design will be based on subconsultant geotechnical preliminary recommendations. The Conceptual preliminary plans will show elevation and plan views with a typical bridge cross section on base mapping showing the roadway alignment configuration to exist during construction and when the PROJECT is completed. Quantities will be developed from this information for use in creating the estimate of probable construction cost. Construction phasing, documented in a construction phasing plan sheet. • Aesthetic and architectural treatments are not included in the bridge design. • Shoofly • CONSULTANT will prepare plans containing the following information for BNSF review, comment and approval: • Plans include all items as described in Task 5.1 BNSF Design Package B Coordination and Submittals submittal plus the following; • Track plans will conform to City of Spokane Valley, WSDOT and BNSF standards. • Typical sections will be included showing all different grading conditions (cut, fill, access roads, ditches, slopes, benching, signal berms) • Cross sections every 100' station showing existing ground line, existing track centerline, new track centerline, existing ROW line, proposed ROW line, grading elevations and offsets, cut/fill slopes (if they vary) & cut/fill end areas • Table of contents, abbreviations, symbols&general notes • Conceptual structure plans (bridge and box culvert layouts, elevations & typical sections) • Conceptual construction estimate • Conduct Field Walk-Through with BNSF • CONSULTANT will conduct a field walk-through with BNSF and provide a memorandum of additional comments made during the field walk-through • This Task will include a single walk-thorough. • Draft Preliminary Design • The CONSULTANT shall address Conceptual preliminary design comments from WSDOT and BNSF and proceed to develop final bridge plans. In the development of the bridge plans, calculations shall be completed and checked for primary load carrying 34 1 April 29,2020 Scope of Services-Phase 2 Ln Pines Road/BNSF Grade Separation r components of the structure for vertical and lateral loads as outlined in the current AREMA Manual for Railway Engineering. • Shoofly ■ CONSULTANT will prepare plans containing the following deliverable information for BNSF review, comment and approval: • plans will include all items from Conceptual submittal plus the following; • revisions from field walk-through and BNSF comments included in the memorandum • road crossing plans and profiles showing road centerline profile, with road grading limits, asphalt limits, new roadway percent grade with vertical curves if necessary • stormwater/erosion control plans and details • track center drain details and locations • survey control plan with control point descriptions and coordinates, and state plane and vertical datum used • Proposed BNSF access roads • Draft Preliminary structure plans • Draft Preliminary Project Manual including schedule of bid items • Draft Preliminary construction estimate • Preliminary Design • The CONSULTANT shall address Draft Preliminary design comments from WSDOT and BNSF and proceed to develop fully completed/checked bridge plans. In the development of the bridge plans, calculations shall be updated and finalized based on WSDOT and BNSF comments received. • Shoofly ■ CONSULTANT will prepare plans containing the following deliverable information for BNSF review, comment and approval: • plans include all items from Draft Preliminary submittal plus the following; • revisions from BNSF comments and any changes due to results of utility negotiations or excessive costs • Preliminary Project Manual including schedule of bid items (will not include BNSF standard specs with submittal) • Preliminary construction estimate • Final structure plans • Final Design April 29,2020 135 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • The CONSULTANT shall address Preliminary design comments from WSDOT and finalize bridge plans. • Shoofly ■ CONSULTANT will prepare plans containing the following deliverable information for BNSF review, comment and approval: • plans include all items from Preliminary submittal plus the following; • revisions from BNSF comments and any changes due to results of utility negotiations or excessive costs • Final Project Manual with final schedule of bid items, BNSF standard specs, and all final details/dates concerning bid info and project schedule • Distribution of plans and project manual will occur with grade separation project as incorporated into the package for bidding. Assumptions: • All bridge and track drafting will be performed utilizing MicroStation V8 in accordance with PROJECT CAD standards. • At Conceptual Design • Initial design analysis will be performed to determine substructure and superstructure quantities. • The preliminary substructure foundation design will be based on subconsultant geotechnical preliminary recommendations. • A single track shoofly will be necessary to divert train traffic around the site during construction of the railroad bridge. • Design criteria follows the BNSF/UPRR Grade Separation Guidelines, AREMA Manual, and industry standard freight railroad design practices. • The approved Conceptual design will be utilized as the basis in preparing the remaining project documents. A final package containing bid documents covering railroad and railroad bridge features will be submitted for inclusion in the overall PROJECT bid documents • At Draft Preliminary design the calculations will be completed and checked. Plans will be completed and reviewed, but not detail checked in full. • Geotechnical analysis open, H-pile deep foundation bents will be completed and provided to CONSULTANT 1-month in advance of the Draft Preliminary submittal to WSDOT. The geotechnical report shall conform with the following: • Be completed in accordance with the 2017 AREMA Manual of Recommended Practice. • Once completed, be signed/stamped by a Professional Engineer, registered in Washington, who is familiar with railroad requirements. • Contain recommendations for the design of the railroad bridges and temporary shoring. • Borings shall be deep enough to support proposed loads. 36 1 April 29,2020 Scope of Services-Phase 2 Ln Pines Road/BNSF Grade Separation r • The geotechnical report shall contain an axial capacity graph (depth vs. capacity), table of LPile parameters for use in the design, suggested seismic parameters for the PROJECT, settlement estimates, slope stability analysis for abutment fills, other construction and design recommendations, and any risks the structures design team or CLIENT should be aware of from the geotechnical perspective. • CONSULTANT will develop the Hydraulics Report and Drainage Plan if required by BNSF. • BNSF standard plans and details will be used by the CONSULTANT as a basis of design, to the extent practical. The CONSULTANT shall provide independent plans and calculations for each element of the bridge. • WSDOT's Standard Specifications for Road, Bridge, and Municipal Construction 2020, Amendments, General Special Provisions, and Project Special Provisions will be used as the basis of construction. For a contractor-built Railroad Bridge, a single Project Special Provision dealing with coordination with BNSF is assumed to be required. • If BNSF Forces agree to build the bridge, the plans and specifications will need to be revisited and work split between BNSF Forces (bridge) and Contractor Forces (roadway). This effort to modify the plans and specifications is not currently included in this scope of work and would be considered additional effort. • Seismic design of the structure shall be limited to 3-level ground motion criteria with an Equivalent Lateral Force (ELF) analysis as outlined in AREMA §9-1.4.5. Alternatively, since the bridge is located in a relatively low seismic area, seismic design may be simplified by considering a Level 3 event only, for a bridge response within the elastic range. • The opinion of probable construction cost shall use an appropriate contingency for the level of design. Costs for a BNSF flagger will be included. Allowance will be made for Construction Management and State Administration. Cost will be based on construction labor at prevailing wage. BNSF will be responsible for providing an estimate of probable construction cost for BNSF crews to construct the bridge. • CLIENT will approve of the Draft Preliminary and Final Submittals before submitted to BNSF. One round of comments on the Draft Preliminary and Final Submittals from BNSF is assumed, with minimal changes being required. • CLIENT will approve of the Draft Preliminary, Preliminary, and Final Submittals before submitted to WSDOT. One round of comments on the Draft Preliminary and Preliminary Submittals from WSDOT is assumed, with minimal changes being required. • Plans will be prepared in accordance with WSDOT Bridge and Structures detailing practice, as stated in Chapter 11 of the WSDOT Bridge Design Manual. Plans will include the WSDOT Bridge and Structures Office standard title block. Plans will be completed in MicroStation. • BNSF double track plans through the limits of the Pines Grade Separation project are unknown at time of scoping regarding the timing of future track construction. If BNSF double track construction occurs prior to the construction of the Pine Grade Separation project, modifications and corrections will need to be made to the shoofly track package and will require change to the documents listed under Task 2. April 29,2020 1 37 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • CONSULTANT will provide general physical arrangement information for the Pine Road grade crossing modification and BNSF track signals for Main 1 and Main 2. BNSF will provide all detailed design information for these features. • The project plans will identify the temporary shoring layout per requirements of the BNSF/UPRR Grade Separation Guidelines. • The Contractor will be responsible for the design, construction and performance of the temporary shoring system in accordance with the BNSF/UPRR Guidelines for Temporary Shoring. Deliverables: • Responses to WSDOT and BNSF comments on the Conceptual, Draft Preliminary, and Preliminary design, as applicable. • Checked design calculation package. • See Task 10. 38 I April 29,2020 Scope of Services-Phase 2 Fn Pines Road/BNSF Grade Separation TASK 9. 13 — Centennial Trail Connection Design The purpose of this scope element is to design a connection to the existing Centennial Trail on the north side of Trent Avenue. There is already a connection to the Centennial Trail, but it appears to be substandard with respect to paved width. Existing grades and ADA compliance is unknown. • ' w' .4pprorimatA conrertlnr ., s'Ir.a Irad• • ')1 1 Activities: • The CONSULTANT will review the existing trail profile grades and design a connection to the existing trail that meets shared-use path standards. • Consultant will prepare an alignment, profile and typical section connecting the shared-use path to Centennial Trail. • The CONSULTANT will evaluate the Avista owned parcels and design a trailhead parking area at this location Assumptions: • The trail typical section will be 2-inches of HMA over 4-inches of CSBC. • The trail will not be modeled for a finished grade contour. • The connection is anticipated to be approximately 200 feet in length and add 5 feet of paved surface (1000 square feet). April 29,2020 139 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • The trail connection will not require a stormwater design for runoff treatment of flow control since the connection already appears to exist and less than 5000 square feet of pollution generating surface will be created. • The trailhead will require one site/paving plan sheet and one grading plan sheet • The trail connection is not within a FEMA flood zone and no hydraulic modeling or permitting is required for shoreline work or floodplain permitting. 4454 F 01 m I � '� 10 PrOjeCt location/connection $��� `ar 4t 2.; 14,13t- Ar'5' 7 p t ,pN° ef, .40 \LP cunaao A Deliverables: • Sheet with plan, profile, and typical section for the proposed trail connection. • Grading and paving plan for trailhead TASK 9.14 — Retaining Wall Design The purpose of this scope element is to design a retaining wall near the northeast corner of the CLIENT owned parcel so as not to impact the adjacent parcel to the east. Activities: • The CONSULTANT will prepare a retaining wall plan and elevation/profile for the wall. • The CONSULTANT will prepare a detail sheet for the design. Assumptions: • The wall structural design will be a WSDOT standard plan drawing utilizing cast-in-place concrete construction since the wall is anticipated to be within the BNSF ROW. Deliverables: • Retaining Wall Plan, Elevation and detail sheet. 40 I April 29,2020 Scope of Services—Phase 2 L�� Pines Road/BNSF Grade Separation r TASK 9.15 — Prepare Engineer's Estimate Probable Construction Cost Activities: • The CONSULTANT shall develop cost estimate for Conceptual, Draft Preliminary, Preliminary, and Final. Assumptions: • These cost estimates will use WSDOT Standard Bid Items to the extent practical. Only major work items will be quantified. Miscellaneous items such as landscaping, barrier, etc. will not be quantified but will be included as a percentage of major work items. Deliverables: • Estimate of Probable Construction Cost TASK 10 — PS&E Conceptual, Draft Preliminary, Preliminary, Final & AD Ready (HDR) Task 9 Deliverables will be at the following submittals per the sheet list in Appendix B: • Conceptual • Draft Preliminary • Preliminary, including Quantity Tabulation Sheets (Qtabs) • Final Specifications, and Cost Estimate • Ad Ready Contract Documents Sheets for some Task 9 design deliverables may be placeholders only at Conceptual and Draft Preliminary. Task 10.1 — Contract Plans Activities: Development of the Contract Plan sheets. The following plan sheets are anticipated for this PROJECT: • Index/Vicinity Map • Summary of Quantities • Quantity Tabulations Sheets • Roadway Section Plans • Grading Section Plans and Details • Stage Construction Plans and Details April 29,2020 141 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • Alignment Plans • Right-of-Way Plans (to WSDOT standards) • Right-of-Way Plans (formatted to CLIENT needs to assist acquisition) • Existing Utility Plans • Utility Relocation Plans (Gas/Petroleum pipelines) • Site Preparations/TESC Plans and Details (Combined) • Roadway Plan and Profiles • Roundabout Curb Profiles • Roundabout Details • Splitter Island Details • Drainage Plans (pump station, plans, profiles, and details) • Roadside Restoration Plans and Details • Paving Plans and Details • Pavement Marking Plans and Details • Signing Specification & Detail Plans • Illumination Plans and Details • WZTC Plans • Railroad Shoofly Track Plans • General Notes, Quantities, Drawing List • General Plan, Elevation and Railroad Profile Grade Diagram • Typical Sections • Construction Phasing Plan (2 phases, shoring limits) • Foundation Plan, Bore Logs and Table • Foundation Details - Pile Tips, Splices, Welds • Abutment General • Abutment Details • Wingwall Details • Bent General • Bent Details • Steel Beam Spans- Framing Plans • Steel Beam Spans - Details • Miscellaneous Steel Details 42 1 April 29,2020 Scope of Services—Phase 2 FN Pines Road/BNSF Grade Separation • Bearing and Lateral Restraint Details • Walkway and Handrailing Layout and Details • Deck Waterproofing Layout and Details • Slope Paving Details • Centennial Trail Connection plan, profile, typical section • Centennial Trailhead (Site/paving plan and grading plan) • Retaining Wall Sheets (plan, elevation and typical section) A sheet list is provided in Appendix B. Task 10.2 — Contract Specifications Activities: • Development of Contract Provisions, Amendments, General Special Provisions, and appendices. • The CONSULTANT shall prepare a runlist for the special provisions to be included in the PROJECT. The CONSULTANT shall use the WSDOT PSE Word program to develop the runlist and the Provisions (P.doc) documents for reviews and submittals. Assumptions: • None Deliverables: • List of GSPs and Special Provisions at Draft Preliminary (PDF) • Final GSPs and Special Provisions (WORD and PDF) Task 10.3 — Working Day Estimate Activities: • The CONSULTANT shall prepare a schedule that details the work to be performed during construction and the total construction duration. • The CONSULTANT shall prepare the Working Day Estimates using Microsoft Project software. The CONSULTANT shall submit a Gantt Chart report in PDF format for the Constructability Reviews. Assumptions: • None Deliverables: • Preliminary Working Day Estimate for Preliminary Constructability Review(PDF) • Final Working Day Estimate for Region PS&E Review(PDF) April 29,2020 143 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation Task 10.4 Bid Support Activities: • The CONSULTANT shall be available to answer question and to assist the CLIENT during the advertising and bidding process. Assumptions: • 40 hours of time is estimated for questions (10 hours for PM, 10 hours for Deputy PM and 20 hours for support staff) Deliverables: • Answers to questions via email or PDF. TASK 11 - DESIGN REVIEWS (HDR) Task 11 . 1 — Conceptual Design Review Meeting Activities: • The CONSULTANT will attend a design review meeting. Discipline task leads will attend the meeting that will be held at the City of Spokane Valley or WSDOT's Eastern Region Office. Deliverables: • Meeting Minutes and responses to review comments in a comment tracking spreadsheet. Task 11 .2 — Draft Preliminary Constructability Review Meeting Activities: • The CONSULTANT will attend a design review meeting. Discipline task leads will attend the meeting that will be held at the City of Spokane Valley or WSDOT's Eastern Region Office. Deliverables: • Meeting Minutes and responses to review comments in a comment tracking spreadsheet. Task 11 .3 — Preliminary Constructability Review Meeting Activities: • The CONSULTANT will attend a design review meeting. Discipline task leads will attend the meeting that will be held at the City of Spokane Valley or WSDOT's Eastern Region Office. Deliverables: • Meeting Minutes and responses to review comments in a comment tracking spreadsheet. 44 I April 29,2020 Scope of Services—Phase 2 LN Pines Road/BNSF Grade Separation Task 11 .4 — Final Contract Plans for Region Review Meeting Activities: • The CONSULTANT will attend a design review meeting. Discipline task leads will attend the meeting that will be held at the City of Spokane Valley or WSDOT's Eastern Region Office. Deliverables: • Meeting Minutes and responses to review comments in a comment tracking spreadsheet. Task 11 .5 — AD Ready Plans Review Meeting Activities: • The CONSULTANT will attend a design review meeting. Discipline task leads will attend the meeting that will be held at the City of Spokane Valley or WSDOT's Eastern Region Office. Deliverables: • Meeting Minutes and responses to review comments in a comment tracking spreadsheet. TASK 12 — RIGHT-OF-WAY (R/W) PLANS AND LEGAL DESCRIPTIONS (HDR/Simpson) Task 12.1 — Right-of-Way Plans per WSDOT Standards (HDR) Activities: • The CONSULTANT will prepare R/W plans to WSDOT standards for review and approval. Please note that the Right of Way plans are listed in Task 10.1 under contract plans. • The R/W plans will reference a R/W basemap that will be prepared by a Washington State licensed professional land surveyor. • The R/W plans will for authorization will be stamped by a Washington State licensed professional engineer. • Simpson will work directly with HDR to review proposed Right of Way plans. It is anticipated that the proposed Right of Way Plans may require multiply iterations and additional data to meet Agency requirements. Simpson Engineers will support HDR to obtain approved WSDOT ROW plans. Assumptions: • Parcels acquired through early acquisition will be incorporated in the ROW plans Deliverables: • Right of Way Plans to WSDOT standards (Listed in Task 10.1). April 29,2020 145 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation Task 12.2 — Right-of-Way Plans for City Acquisition (HDR) Activities: • The CONSULTANT will create a separate set of R/W files that reformat the line types on the R/W plans that are more easily interpreted for use for the CLIENT and during acquisition and appraisal activities. • The R/W plans will reference a RAN basemap that will be prepared by a Washington State licensed professional land surveyor. • The RAN plans will for authorization will be stamped by a Washington State licensed professional engineer. Assumptions: • Files developed in Task 12.1 will be copied and referenced into new files for this task. An additional right-of-way base map will be created to color code the parcels for acquisition, permanent easement, and temporary easement. • The line types will be overridden to the Washington State Department of Transportation workspace line types that were shown in the Barker Grade Separation project. Deliverables: • Right of Way Plans to for City acquisition (Listed in Task 10.1). Task 12.3 — Legal Descriptions (Simpson) Activities: • Simpson will create legal descriptions for Right of Way takes, utility easements, ingress/egress easements, and any other required easements and/or property takes. • Simpson will create exhibit drawings to correspond with the legal descriptions for the acquisition process. Assumptions: • Multiple iterations are assumed to meet WSDOT, City of Spokane Valley, and BNSF standards and requirements. Deliverables: • Signed and sealed legal descriptions • Acquisition exhibits TASK 13 — RIGHT-OF-WAY (R/W) Valuation, Acquisition, and Relocation Services (HDR) The following scope of work details the necessary effort to acquire right-of-way for the PROJECT. CONSULTANT will accomplish this task unless specified otherwise. General Assumptions: 46 1 April 29,2020 Scope of Services—Phase 2 (_N Pines Road/BNSF Grade Separation 11— This scope encompasses services to complete R/W acquisition and relocation for the PROJECT. It is anticipated that the following elements of these services will be completed within a period of 24 months. Scope of services includes the following: • Ongoing management and administration of the R/W process. • CONSULTANT shall coordinate with the CLIENT, as necessary, and in accordance with the Federal Uniform Relocation Assistance and Real Property Acquisitions Policies Act(URA), WSDOT LAG Manual guidelines, applicable State and local laws, and CLIENT administrative rules, to facilitate the acquisition of identified properties. • CLIENT shall provide CONSULTANT with available PROJECT information such as, but not limited to, the CLIENT's State approved R/W and limited access procedures, approved environmental documentation, and any pre-approved CLIENT R/W forms, including legal documents. • CONSULTANT and CLIENT agree to maintain clear lines of communication, determine and document the appropriate decision making process to achieve PROJECT goals and to provide open access to available data that is pertinent to the PROJECT. • All deliverables will be produced in accordance with the approved quality control/quality assurance (QC/QA) process established by the CLIENT and the CONSULTANT team. • All deliverables prepared by CONSULTANT shall be provided to the CLIENT—one electronic version and one hard copy. • Notice to Proceed for each parcel will be given to the CONSULTANT by the CLIENT prior to beginning any ROW work for that parcel. Task 13.1 — Real Estate Services Management HDR will provide general ongoing coordination, administration direction, and guidance for the HDR staff working on this PROJECT. CONSULTANT will provide monthly PROJECT updates on progress of work. CONSULTANT will also perform management and administration for the following real estate services tasks as follows: • Update the R/W Cost Estimate of parcel impacts. • Prepare for and attend R/W kick off meeting and monthly PROJECT update meetings with the CLIENT. • Prepare and provide a landowner list and R/W schedule for the overall PROJECT. • Prepare and provide monthly PROJECT status report to include acquisition and relocation milestones. • Manage CONSULTANT's subconsultants. • Provide QA/QC Services. CLIENT Responsibilities: • Attend RAN kick off meeting and monthly PROJECT update meetings. • Review and approve landowner contact list, preliminary RAN cost estimate, and RAN schedule. • Review monthly status reports and provide comments as needed. April 29,2020 147 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation Assumptions: • R/W cost estimate will be updated up to two times. • Up to four CONSULTANT RES staff will attend the kick off meeting. Staff commitment is estimated at three hours per staff. • Up to one CONSULTANT RES staff will attend up to eighteen recurring monthly client meetings. Staff time commitment is estimated at three hours per staff and per meeting for preparation, participation in the meeting, and notes. • All meetings are anticipated to be held at the City of Spokane Valley. • CONSULTANT shall distribute status reports at least one business day in advance of meetings. • CONSULTANT shall prepare the R/W schedule within seven days of Notice to Proceed and update up to an additional six times as needed. Deliverables: • Preliminary R/W Cost Estimate in Microsoft Excel • R/W Schedule and updates • Landowner Contact List • Project Status Report Task 13.2 — Appraisal and Appraisal Review CONSULTANT will manage the appraisal process for up to thirty-eight acquisitions over twenty-two properties. As part of the appraisal process, CONSULTANT's appraiser shall complete a Project Funding Estimate (PFE). Administrative Offer Summary (AOS) reports will be prepared where appropriate in lieu of appraisals. CONSULTANT's appraiser and review appraiser shall meet all requirements set forth in 49 CFR 24.103. HDR will perform the following work: • Prepare an appraisal schedule for delivery of a PFE, appraisal, and AOS reports. • Prepare one PFE including worksheets. • Develop AOS reports for eligible acquisition parcels. • Assemble all needed appraisal data and appraisal scope for each assigned parcel. • Send out landowner contact letters to all affected parcels in advance of the appraisal, if needed. • Agents will attend appraisal inspections, where possible. • Manage delivery of appraisal services. • Prepare before and after appraisal reports, as needed, and supply all completed reports to the appraisal reviewer selected by CONSULTANT. • Develop appraisal reviews for all parcels that are appraised. CLIENT Responsibilities: • Review and approve appraisal schedule. • Review and approve the PFE. 48 I April 29,2020 Scope of Services—Phase 2 FN Pines Road/BNSF Grade Separation • Approve appraisal reviews via signed Determinations of Value. • Review and approve by signature all AOS reports. Assumptions: • CONSULTANT will manage their appraisal staff to develop the most expeditious schedule for delivery of all valuation deliverables. • CLIENT shall provide all information to CONSULTANT that is required to complete the assigned appraisals. • One draft and one final PFE shall be prepared. • It is anticipated there will be a total of thirty-eight parcel valuations impacting twenty-two properties, with seven complex parcels, eight non-complex parcels to be appraised and five parcels to be valued by AOS reports. • All valuation services will be performed by a WSDOT certified independent appraiser to WSDOT LAG manual standards. • Appraisals will be before and after short form narrative appraisal reports or in AOS report form where appropriate. • It is anticipated there will be up to seven complex appraisal reports, eight non-complex appraisal reports and five AOS reports. If the PFE identifies additional parcels to be appraised, or complex parcels, the cost for the appraisals will be adjusted accordingly. • Any additional appraisals in increase in level of effort will result in additional costs to the CLIENT. • Comparable sales will be researched for four land use types: commercial, SFR, multifamily, and industrial. • NTP for the appraiser will be the date of receipt of sufficient right of way plans or exhibits; title information; and landowner contact information. The estimated delivery schedule for the PFE, appraisal reports and AOS documents is within 4 weeks from the date of NTP. • NTP for the review appraiser will be upon delivery of the appraisal report. Estimated delivery time is 30 days from NTP. Deliverables: • PFE and Appraisal Schedule • PFE Spreadsheet and Worksheets • Administrative Offer Summary Reports • Landowner Contact Letters • Appraisal Reports • Appraisal Reviews April 29,2020 1 49 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation Task 13.3 — Acquisition and Negotiation Services CONSULTANT will prepare offer packages, present offers and negotiate purchases, prepare administrative settlement memos, and prepare executed documents for CLIENT approval and processing for a maximum of thirty-eight parcels impacting twenty-two properties. All acquisition files will be transmitted to the CLIENT with all original documents at the completion of negotiations. Services include: • Prepare and maintain electronic and hard copy parcel files. • Review title reports provided by Simpson and prepare encumbrance reports. • Review R/W plans or exhibits and legal descriptions for up to thirty-eight parcels. • Prepare documents and deeds required for up to thirty-eight parcels. • Prepare and provide all documents required for the assigned parcels including Offer Letters, Deeds, Easements, W9s, Real Property Vouchers, Real Estate Tax Affidavits, Encumbrance Reports, and Negotiator Diaries. • Act as the agent of the CLIENT in negotiations. • Make a minimum of three contacts with each of the impacted landowners in an effort to negotiate a fair settlement. • Acquire easements and fee acquisitions, as approved by the CLIENT. • Provide a justification memorandum for settlements above the approved offering price, for approval by the CLIENT. • Provide a condemnation cover memorandum and parcel file, as approved by the CLIENT. • Process all landowner payments through the CLIENT. • Transmit parcel files to the CLIENT. CLIENT Responsibilities: • Provide CONSULTANT with a copy of WSDOT approved ROW acquisition procedures. • Approve all real estate documents and forms that HDR will use consistent with CLIENT acquisition practice. • Approve offer packages prior to delivery. • Provide written approval for all administrative settlements agreed to by the CLIENT. • Approve all landowner payments, and approve all encumbrances to be cleared or accepted. • Make prompt payment to the owner or Escrow Company for all approved acquisitions. • Review and approve all transmitted files. Assumptions: • CONSULTANT shall make the initial offer to purchase in person if possible, or by certified mail. During the COVID-19 period, CONSULTANT will also send offers via email or regular mail in addition to certified mail. 50 1 April 29,2020 Scope of Services—Phase 2 L�� Pines Road/BNSF Grade Separation r • If in-person meetings are requested by the property owner, CONSULTANT will follow COVID-19 safety protocols as outlined in CONSULTANT'S project safety plan. • CONSULTANT shall make a minimum of three good-faith attempts at negotiationsfor each parcel assigned,with those attempts being defined as an in-person visitwith landowner(physical or virtual),a detailed phone conversation,or a substantive correspondence or email exchange. • CONSULTANT's acquisition duties shall be deemed complete if any of the following occur: • A negotiated settlement approved by the CLIENT is reached and the necessary closing documents are executed. • A paid P&U is secured and the acquisition file is transmitted to CLIENT. • A negotiated settlement cannot be reached or a parcel cannot close due to title issues. • The offer to purchase is rescinded. • When the CLIENT receives acceptable documents from CONSULTANT, they will be signed by the CLIENT and returned to CONSULTANT for processing, recording and closing by Escrow Company. • CONSULTANT will manage the closing process in house and contract directly with the escrow company for up to eighteen closings. The escrow costs are based on purchase price up to $95,000 per parcel. Should any purchases go beyond $95,000, the escrow fees will be adjusted accordingly for payment by the CLIENT. • It is anticipated there will be no more than two encumbrance clearances per parcel. • CONSULTANT will be available to assist CLIENT'S legal department with information on any files handed back to CLIENT for condemnation. • The assumed level of effort per parcel is 50 hours for negotiations. Should negotiations exceed this amount, the hours may be renegotiated. Deliverables: • Offer packages • Administrative Settlement Memos • Paid Possession and Use Agreements • Executed Acquisition Documents or files to Condemnation Proceedings • Completed Parcel Files Task 13.4 — Relocation Services CONSULTANT shall make site visits, estimate relocation costs, interview potential displacees, and prepare a Relocation Plan for the PROJECT. CONSULTANT shall also prepare and present all relocation notices and benefit letters, provide relocation services, and prepare executed documents for CLIENT approval and process all relocation payments. At the end of the PROJECT, all relocation files will be transmitted to the CLIENT with all original documents. CONSULTANT services include: • Prepare and maintain electronic and hard copy relocation files. • Interview potential displacees and estimate relocation costs. April 29,2020 151 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation • Update relocation plan as needed. • Prepare and present all relocation documents. • Act as extension of the CLIENT's staff while serving as the CLIENT's relocation agent for affected parcels. • Preparation of Move Bids solicitation. • Obtaining and analyzing move estimates. • Monitor actual relocation of displacees from displacement sites. • Assist displacees with filing claims • Provide advisory assistance as required by law. • Process relocation payments through the CLIENT. • Transmit completed relocation files to the CLIENT. CLIENT Responsibilities: • Review and approve relocation plan. • Approve the format of all documents used. • Review and authorize all relocation payments in advance. • Make prompt payment to displacees for all approved relocations. • Review and approve all transmitted files. • Track any additional claims made by displacee(s) after move is completed and approved relocation payments have been made. Assumptions: • CONSULTANT shall submit a relocation plan to the CLIENT with up to four updates to the plan. • The CLIENT will review and approve the relocation plan prepared by CONSULTANT within ten working days. • There will be up to one non-residential relocation and up to six personal property move only relocations. There will be no residential relocations. • CLIENT will provide any approved relocation forms for CONSULTANT's use. • CONSULTANT shall present relocation notices in person if possible, or by certified mail. During the COVID-19 period, CONSULTANT will also send notices via email or regular mail in addition to certified mail. • If in-person meetings are requested by the displacee, CONSULTANT will follow COVID-19 safety protocols as outlined in CONSULTANT'S project safety plan. • CONSULTANT's participation in any relocation appeal will be limited to supplying supporting documentation and attending two meetings. • Relocation services will be deemed complete if any of the following occur: • The Notice of Eligibility or offer to purchase is rescinded. 52 1 April 29,2020 Scope of Services—Phase 2 LyZ Pines Road/BNSF Grade Separation r • Relocation payments are made and the site is cleared. • The CLIENT allows displacee to maintain tenancy on the site after an approved replacement site has been identified and or relocation payments made. • The CLIENT will be responsible for negotiating any leasebacks. • The CLIENT will be responsible for claims monitoring or additional relocation services after vacation of the site, and relocation payments have been made to any displacee. • At the end of the PROJECT (properties vacated and relocation payments made), all relocation files will be transmitted by CONSULTANT to the CLIENT with all original documents. Deliverables: • Relocation Plan • Relocation documents • Completed relocation files Task 13.5 — Certification The CONSULTANT shall prepare all files for certification to the standards of the WSDOT LAG manual and prepare a certification memo for CLIENT. CONSULTANT Services: • Prepare acquisition files and documents for pre-acquisition review by WSDOT. • Attend the WSDOT pre-acquisition review meeting. • Prepare Post-Acquisition Files for Certification. • Prepare Draft Certification Memo. • Participate in LPA Certification Reviews. CLIENT Responsibilities: • CLIENT shall supply all R/W documentation needed for parcel files to CONSULTANT in advance of all WSDOT reviews. • Review files prior to pre and post-acquisition certification WSDOT review. • Review and approve draft certification memo. • Transmit final certification memo(s) to Highways and Local Programs. • Participate in WSDOT LPA certification reviews. Assumptions: • A maximum of twenty-two acquisition files shall be prepared for certification. Task 13.6 — Condemnation Assistance (Optional) The CONSULTANT will assist with the condemnation process as directed by the CLIENT. April 29,2020 153 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation Assumptions: • The CONSULTANT Deputy PM and the Real Estate Services Lead will assist to a maximum of 60 hours as approved by the CLIENT. TASK 14 - MANAGEMENT RESERVE FUND A Management Reserve Fund (MRF) will be created in accordance with LAG Manual to account for any unanticipated needs outside of the above listed Scope of Services. This fund can only be utilized with advance written authorization by the CLIENT. 54 I April 29,2020 Scope of Services-Phase 2 Ln Pines Road/BNSF Grade Separation APPENDIX A - BASELINE DESIGN SCHEDULE Major Milestones: City of Spokane Valley Notice to Proceed June 1, 2020 Draft IPA Plan August 2020 Approved IPA October 2020 Concept Plans, Specification Outline, and Estimate January 2021 Draft Preliminary Plans, Specifications, and Estimate September 2021 Preliminary Plans, Specifications, and Estimate October 2021 Final Plans, Specifications, and Estimate January 2022 WSDOT Review of Final Plans December 2021 Refine PS&E based on WSDOT comments January 2022 Begin R/W Plan Preparation August 2020 R/W Plans for Authorization September 2021 Property Acquisition Appraisals September 2021 —November 2021 Legal Descriptions November 2021 Property Offers December 2021 Negotiation December 2021 —February 2022 Relocation December 2021 — March 2022 Final Closing or File to condemnation March 2022 Possession September 2022 April 29,2020 155 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation APPENDIX B - ANTICIPATED PLAN SHEETS Task Title HDR Number 10.1.01 Cover Sheet 1 10.1.02 Index 2 10.1.03 Vicinity Map 2 10.1.04 Summary of Quantities 8 10.1.05 Roadway Sections 6 10.1.06 Contour Grading Plans 9 10.1.07 Stage Construction Plan 6 10.1.08 Alignment Plan 9 10.1.09 Quantity Tabulation-Site Preparation 2 10.1.10 Site Preparation and TESC Plans 9 10.1.11 Existing Utilities 9 10.1.12 Roadway Profiles 15 10.1.13 TESC Details 2 10.1.14 Structure Notes-Drainage 4 10.1.15 Drainage Plans 9 10.1.16 Drainage Profiles 11 10.1.17 Drainage Details 2 10.1.18 Underpass Pump System Plans and Details 7 10.1.19 Quantity Tabulation-Utility 2 10.1.20 Utility Plans 9 10.1.21 Utility Details 2 10.1.22 Landscape Plans 9 10.1.23 Quantity Tabulation-Paving 8 10.1.24 Paving Plans 9 10.1.25 Paving Details 14 10.1.26 Quantity Tabulation-Pavement Marking 4 10.1.27 Pavement Marking Plan 9 10.1.28 Pavement Marking Details 2 10.1.29 Illumination Plans 11 10.1.30 Illumination Details 2 10.1.31 Sign Specification Sheets 3 10.1.32 Signing Plans 9 10.1.33 Signing Details 2 10.1.34 Traffic Control Plans 24 10.1.35 Traffic Control Details 2 56 I April 29,2020 Scope of Services—Phase 2 L�� Pines Road/BNSF Grade Separation r 10.1.36 RAN Plans—WSDOT Standards 6 10.1.37 RAN Plans—CITY Formatted for Acquisition/Negotiations 6 10.1.38 Railroad Shoofly-Track Plans 4 10.1.39 Railroad Shoofly-Phasing Plans 6 10.1.40 Railroad Shoofly - Roadway Crossing 2 10.1.41 Railroad Shoofly-Signal/Controls 2 10.1.42 Railroad Shoofly-Cross Sections 6 10.1.43 Bridge Plans-General Notes, Quantities, Dwg List 1 10.1.44 Bridge Plans-General Plan, Elevation and RR profile 1 10.1.45 Bridge Plans-Typical Sections 2 10.1.46 Bridge Plans-Construction Phasing Plan (2 phases,shoring limits) 2 10.1.47 Bridge Plans-Foundation Plan, Bore Logs, and Tables 1 10.1.48 Bridge Plans-Foundation Details-Pile Tips, Splices,Welds 1 10.1.49 Bridge Plans-Abutment General 1 10.1.50 Bridge Plans-Abutment Details 2 10.1.51 Bridge Plans-Wingwall Details 1 10.1.52 Bridge Plans-Bent General 1 10.1.53 Bridge Plans-Bent Details 2 10.1.54 Bridge Plans-Steel Beam Spans-Framing Plans 2 10.1.55 Bridge Plans-Steel Beam Spans-Details 2 10.1.56 Bridge Plans-Miscellaneous Steel Details 1 10.1.57 Bridge Plans-Bearing and Lateral Restraint Details 1 10.1.58 Bridge Plans-Walkway and Handrailing Layout and Details 1 10.1.59 Bridge Plans-Deck Waterproofing Layout and Details 1 10.1.60 Bridge Plans-Slope Paving Details 1 10.1.61 Centennial Trail Connection plan, profile,typical section 1 10.1.62 Centennial Trailhead Site plan and grading plan sheets 2 10.1.63 Retaining Wall Plan, Elevation, and Detail sheets 2 295 April 29,2020 157 Scope of Services—Phase 2 Pines Road/BNSF Grade Separation APPENDIX C - ESTIMATED COST OF SERVICES FEE ESTIMATE City of Spokane Valley: Pines RoadIBNSF Underpass Phase 2(Amendment) -Y Taak• Task Description Total Total Total Total From Labor Expenses Subconsultants Spreadsheet 1 71 Project Management S 161 675 85; 5 20.679 00 1 S 6 660 00 $ 189,014.85 2 72 Public Involvement S 25 020 28 $ 2.629.50 5 - S 27,649.78 3 T3 Survey Services S 13 083 16 $ - I S 10 257 00 S 23,340.18 4 T4 Utilities 5 35.510.56 S 5 075 00 $ 10.000 00 S 50,585.56 I 5 T5 Railroad Coordination S 31 902 92 I S - $ - S 31.902.92 1 8 76 Intersection Plan for Approval S 43 590 52 I $ 31.20 1 S - S 43,621.72 7 77 Environmental Services S 2.692 34 I S - S - S 2,692.34 a 78 Geotechnical&Seismic Design Services S 6.147.04; S - ' S 144 015 00 S 150,142.04 9 79 Design S 474.825 10 I $ - S - S 474,825.10 10 T10 PSBE Conceptual,Draft Preliminary,Preliminary,100% S 343 737 49 I $ - S - S 343,737.41 11 711 Design Reviews S 16.963 90 1 5 3.382.20 S - S 20,348.10 12 712 Right of Way Plans and Legal Descriptions S 73 402 58 S - S 40 293 00 S 113,695.68 13 T13 Right of Way Valuation.Acquisition,and Relocation Services S 368 645 50 1 $ 8.750.00 S 113 300 00 S 490,695.50 14 714 Management Reserve Fund S 100 000 00 I S - , S - S 100,000.00' S 2,042,269.14 i 58 I April 29,2020 DOCUMENTS REQUIRING THIRD-PARTY NOTIFICATION PRIOR TO PUBLIC DISCLOSURE The page(s) entitled "Labor Estimate HDR Engineering Staff" contain(s) confidential cost and rate data and is (are) withheld from public disclosure pursuant to 23 USC 112(2)(E). Prenotification; confidentiality of data. A recipient of funds requesting or using the cost and rate data shall notify any affected firm before such request or use. Such data shall be confidential and shall not be accessible or provided, in whole or in part, to another firm or to any government agency which is not part of the group of agencies sharing cost data under this paragraph, except by written permission of the audited firm. If prohibited by law, such cost and rate data shall not be disclosed under any circumstances. Pursuant to the Washington Public Records Act (RCW 42.56), the City has determined that this record may be available for disclosure upon request for review by a third party. However, pursuant to RCW 42.56.520 and RCW 42.56.540, the City has determined it is appropriate to provide the contracting entity notification of any request for this record to allow them time to determine if they wish to seek to obtain a court order requiring the record to be withheld. Please contact the City Public Records Officer at (509) 720-5102 or visit our website at www.spokanevalley.org to complete a Public Record Request to receive a copy of this record. Contract No. 20-093 Exhibit D—Certification Documents Exhibit D-1 Certification of Consultant Exhibit D-2 Certification Regarding Debarment, Suspension and Other Responsibility Matters Exhibit D-3 Certification Regarding the Restrictions of the Use of Federal Funds for Lobbying Exhibit D-4 Certification of Current Cost or Pricing Data Agreement for Professional Services(with professional liability coverage) Page 12 of 16 Contract No. 20-093 Exhibit D-1 Certification of Consultant I hereby certify that I the duly authorized representative of the firm of HDR Engineering,Inc. whose address is 929 108th Avenue NE Suite 1300.Bellevue,WA 98004-4361 and that neither the above firm nor I have: 1. Employed or retained for a commission, percentage, brokerage, contingent fee, or other consideration,any firm or person(other than a bona fide employee working solely for me or the above consultant)to solicit or secure this Agreement; 2. Agreed, as an express or implied condition for obtaining this contract, to employ or retain the services of any firm or person in connection with carrying out this Agreement;or 3. Paid, or agreed to pay, to any firm, organization, or person (other than a bona fide employee working solely for me or the above consultant)any fee,contribution,donation,or consideration of any kind for,or in connection with,procuring or carrying out this Agreement;except as hereby expressly stated(if any). I acknowledge that this certificate is to be furnished to the City of Spokane Valley and may be furnished to the Federal Railroad Administration and/or USDOT in connection with this Agreement involving participation of FRA funds,and is subject to applicable State and Federal laws,both criminal and civil. HDR Engineering,Inc. Consultant(Firm Name) May 8th,2020 Signature(Authorized Official of Consultant) Date Agreement for Professional Services(with professional liability coverage) Page 13 of 16 Contract No. 20-093 Exhibit D-2 Certification Regarding Debarment,Suspension,and Other Responsibility Matters 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a)Are not presently debarred,suspended,proposed for debarment,declared ineligible,or voluntarily excluded from covered transactions by any Federal department or agency; b) 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 anti-trust statutes or commission of embezzlement, theft, forgery, bribery,falsification or destruction of records,making false statements,or receiving stolen property; c)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 (1)(b) of this certification;and d)Have not within a three year period preceding this application/proposal had one or more public transactions(Federal, State,and local)terminated for cause or default. 2. 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 proposal. HDR Engineering,Inc. Consultant(Firm Name) 4),,,t A 6i)-- May 8th,2020 Signature(Authorized Official of Consultant) Date Agreement for Professional Services(with professional liability coverage) Page 14 of 16 Contract No. 20-093 Exhibit D-3 Certification Regarding Restrictions of the Use of Federal Funds for Lobbying The prospective participant certifies, by signing and submitting this certification, to the best of his or her knowledge and belief,that: 1. No Federal appropriated funds have been paid or will be paid,by or on behalf of the undersigned,to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress,an officer or employee of Congress,or any employee of a Member of Congress in connection with the awarding of any Federal contract,the making of any Federal grant,the making of any Federal loan,the entering into of any cooperative Agreement,and the extension,continuation,renewal, amendment,or modification of Federal contract,grant, loan or cooperative Agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative Agreement, the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000.00,and not more than$100,000.00,for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier sub-contracts,which exceed$100,000,and that all such sub-recipients shall certify and disclose accordingly. HDR Engineering,Inc. Consultant(Firm Name) a v May 8th,2020 Signature(Authorized Official of Consultant) Date Agreement for Professional Services(with professional liability coverage) Page 15 of 16 Contract No. 20-093 Exhibit D-4 Certificate of Current Cost or Pricing Data This is to certify that,to the best of my knowledge and belief,the cost or pricing data(as defined in section 2.101 of the Federal Acquisition Regulation(FAR)and required under FAR subsection 15.403-4)submitted, either actually or by specific identification in writing, to the City in support of the matters covered in this Agreement,are accurate,complete,and current as of the date of this Agreement. This certification includes the cost or pricing data supporting any advance Agreements and forward pricing rate Agreements between the offeror and the Government that are part of the proposal. HDR Engineering,Inc. Consultant(Firm Name) _Pool May 8th,2020 Signature(Authorized Official of Consultant) Date Agreement for Professional Services(with professional liability coverage) Page 16 of 16 Page 1 of 2 ' 0 A�� DATE(MM/DDrYYYY) CERTIFICATE OF LIABILITY INSURANCE 05/08/2020 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 such endorsement(s). PRODUCER CONTACT Willis Towers Watson Certificate Center NAME: Willis Towers Watson Midwest, Inc. PHONE 1-877-945-7378 FAX 1-888-467-2378 c/o 26 Century Blvd (A/C.No.Ext): (A/C.No): P.O. Box 305191 A DRIESS: certificates@willis.com Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Liberty Mutual Fire Insurance Company 23035 INSURED INSURERB: Ohio Casualty Insurance Company 24074 HER Engineering, Inc. 1917 South 67th Street INSURER C: Liberty Insurance Corporation 42404 Omaha, NE 68106 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1.716440490 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 TYPE OF INSURANCE LTRINSD WVD POLICY NUMBER (MMIDD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 DAMAGE RENTED CLAIMS-MADE X OCCUR PREMISESO(Ea occurrence) $ 1,000,000 A X Contractual Liability MED EXP(Any one person) $ 10,000 Y Y TB2-641-444950-039 06/01/2019 06/01/2020 PERSONAL&ADVINJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X JECT X LOC PRODUCTS-COMP/OPAGG $ 4,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 2,000,000 (Ea accident) X ANY AUTO - BODILY INJURY(Per person) $ A OWNED SCHEDULED Y Y AS2-641-444950-049 06/01/2019 06/01/2020 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ —AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B — X EXCESS!JAB CLAIMS-MADE Y Y EUO(20) 57919363 06/01/2019 06/01/2020 AGGREGATE $ 5,000,000 DED X RETENTION$0 $ WORKERS COMPENSATION X STATUTE OTH- ER AND EMPLOYERS'LIABILITY Y/N 1,000,000 C ANYPROPRIETOR/PARTNER/EXECUTIVE No N/A Y WA7-64D-444950-019 06/01/2019 06/Ol/2020 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? 1,000,000 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Certificate Holder is named as Additional Insured on General Liability, Automobile Liability and Umbrella/Excess Liability on a Primary, Non-contributory basis where required by written contract. Waiver of Subrogation applies on General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation where required by written contract and as permitted by law. Umbrella/Excess policy is Follow Form over General Liability, Auto Liability and Employers Liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Spokane Valley AUTHORIZED REPRESENTATIVE Attn: Christine Bainbridge 10210 East Sprague Avenue >Qyekc Spokane Valley, WA 99206 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 19598020 BATCH: 1674070 AGENCY CUSTOMER ID: LOC#: ACCPRO ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED Willis Towers Watson Midwest, Inc. UDR Engineering, Inc. 1917 South 67th Street POLICY NUMBER Omaha, NE 68106 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Re: City of Spokane Valley - Pines Road/BNSF Grade Separation Phase 2 (Final Design, Right-of-Way Services and PS&E Services) Contract No: 20-093 Additional Insured: City. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 19598020 BATCH: 1674070 CERT: W16440490 Policy Number: TB2-641-444950-039 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Location(s): All locations owned by or rented to the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally b. Claims made or"suits"brought; or obligated to pay as damages caused by "occur- c. Persons or organizations making claims or rences" under Section I —Coverage A, and for all bringing "suits". medical expenses caused by accidents under Section I — Coverage C, which can be attributed 3. Any payments made under Coverage A for only to operations at a single designated "loca- damages or under Coverage C for medical tion'shown in the Schedule above: expenses shall reduce the Designated Loca- tion A separate Designated Location General General Aggregate Limit for that desig- 1. P 9 nated "location". Such payments shall not re- Aggregate Limit applies to each designated duce the General Aggregate Limit shown in "location", and that limit is equal to the the Declarations nor shall they reduce any amount of the General Aggregate Limit other Designated Location General Aggre- shown in the Declarations. gate Limit for any other designated "location" 2. The Designated Location General Aggregate shown in the Schedule above. Limit is the most we will pay for the sum of all 4. The limits shown in the Declarations for Each damages under Coverage A, except damag- Occurrence, Damage To Premises Rented To es because of "bodily injury" or "property You and Medical Expense continue to apply. damage" included in the "products-completed However, instead of being subject to the operations hazard", and for medical expenses General Aggregate Limit shown in the Decla- under Coverage C regardless of the number rations, such limits will be subject to the appli- of: cable Designated Location General Aggre- a. Insureds; gate Limit. CG 25 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 2 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "occur- "products-completed operations hazard" is pro- rences" under Section I—Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be at- the "products-completed operations hazard" will tributed only to operations at a single designated reduce the Products-completed Operations Ag- "location" shown in the Schedule above: gregate Limit, and not reduce the General Ag- 1. Any payments made under Coverage A for gregate Limit nor the Designated Location Gen- damages or under Coverage C for medical eral Aggregate Limit. expenses shall reduce the amount available D. For the purposes of this endorsement, the Defi- under the General Aggregate Limit or the nitions Section is amended by the addition of Products-completed Operations Aggregate the following definition: Limit, whichever is applicable; and "Location" means premises involving the same or 2. Such payments shall not reduce any Desig- connecting lots, or premises whose connection is nated Location General Aggregate Limit. interrupted only by a street, roadway, waterway or right-of-way of a railroad. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 ©Insurance Services Office, Inc., 2008 CG 25 04 05 09 Policy Number: TB2-641-444950-039 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All construction projects not located at premises owned, leased or rented by a Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by "occur- damages or under Coverage C for medical rences" under Section I—Coverage A, and for all expenses shall reduce the Designated Con- medical expenses caused by accidents under struction Project General Aggregate Limit for Section I — Coverage C, which can be attributed that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General Ag- construction project shown in the Schedule gregate Limit shown in the Declarations nor above: shall they reduce any other Designated Con- t. A separate Designated Construction Project struction Project General Aggregate Limit for General Aggregate Limit applies to each des- any other designated construction project ignated construction project, and that limit is shown in the Schedule above. equal to the amount of the General Aggregate 4. The limits shown in the Declarations for Each Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, ex- General Aggregate Limit shown in the Decla- cept damages because of "bodily injury" or rations, such limits will be subject to the appli "property damage" included in the "products- cable Designated Construction Project Gen completed operations hazard", and for medi- eral Aggregate Limit. cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing"suits". CG 25 03 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 2 0 B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "occur- "products-completed operations hazard" is pro- rences" under Section I—Coverage A, and for all vided, any payments for damages because of medical expenses caused by accidents under "bodily injury" or "property damage" included in Section I — Coverage C, which cannot be at- the "products-completed operations hazard" will tributed only to ongoing operations at a single reduce the Products-completed Operations Ag- designated construction project shown in the gregate Limit, and not reduce the General Ag- Schedule above: gregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized contract- Products-completed Operations Aggregate ing parties deviate from plans, blueprints, de- Limit,whichever is applicable; and signs, specifications or timetables, the project will 2. Such payments shall not reduce any Desig- be deemed to be the same construction pro- nated Construction Project General Aggre- ject. gate Limit. E. The provisions of Section III — Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 ©Insurance Services Office, Inc., 2008 CG 25 03 05 09 POLICY NUMBER: TB2-641-444950-039 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to 1. All work, including materials, parts or include as an additional insured the person(s) or equipment furnished in connection with such organization(s) shown in the Schedule, but only work, on the project (other than service, with respect to liability for"bodily injury", "property maintenance or repairs) to be performed by or damage" or "personal and advertising injury" on behalf of the additional insured(s) at the caused, in whole or in part, by: location of the covered operations has been 1. Your acts or omissions; or completed; or 2. The acts or omissions of those acting on your 2. That portion of "your work" out of which the behalf; injury or damage arises has been p ut to its intended use by any person or organization in the performance of your ongoing operations for other than another contractor or subcontractor the additional insured(s) at the location(s) engaged in performing operations for a designated above. principal as a part of the same project. However: C. With respect to the insurance afforded to these 1. The insurance afforded to such additional additional insureds, the following is added to insured only applies to the extent permitted by Section III—Limits Of Insurance: law; and If coverage provided to the additional insured is 2. If coverage provided to the additional insured is required by a contract or agreement, the most we required by a c ontract or agreement, the will pay on behalf of the additional insured is the insurance afforded to such additional insured amount of insurance: will not be broader than that which you are 1. Required by the contract or agreement; or required by the contract or agreement to 2. Available under the applicable Limits of provide for such additional insured. B. With respect to the insurance afforded to these Insurance shown in the Declarations; additional insureds, the following additional whichever is less. exclusions apply: This endorsement shall not increase the This insurance does not apply to "bodily injury" or applicable Limits of Insurance shown in the "property damage" occurring after: Declarations. CG 20 10 04 13 ©ISO Properties, Inc., 2012 Page 1 of 2 0 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any person or organization with whom you have Any location where you have agreed,through agreed, through written contract, agreement or writtencontract, agreement or permit, to provide permit to provide additional insured coverage. additionalinsured coverage Information required to complete this Schedule, if not shown above, will be shown in the Declarations. CG 20 10 04 13 ©Insurance Services Office, Inc., 2012 Page 2 of 2 POLICY NUMBER: TB2-641-444950-039 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization to whom or to which Any location where you have agreed, through you are required to provide additional insured written, contract, agreement or permit, to provide status in a written contract, agreement or permit additional insured coverage for completed except where such contract or agreement is operations. prohibited. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is "property damage"caused, in whole or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contract or agreement; or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 Policy Number TB2-641-444950-039 Issued by THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT—SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule Person or Organization: Where required by written contract. If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule of this endorsement that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV- Conditions will not apply. If the applicable written agreement does not specify on w hat basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV - Conditions will govern. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same"occurrence", claim or"suit". LC 24 20 02 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. POLICY NUMBER: AS2-641-444950-049 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured"for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 Policy Number:AS2-641-444950-049 Issued by:Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED-NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form.This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s)or Organizations(s): Any person or organization where the Named Insured has agreed by written contract to include such person or organization • Regarding Designated Contract or Project: Any Each person or organization shown in the Schedule of this endorsement is an"insured"for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. The following is added to the Other Insurance Condition: If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or"property damage", then this insurance will be primary and we will not seek contribution from such insurance. AC 84 23 08 11 ©2010, Liberty Mutual Group of Companies. All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: TB2-641-444950-039 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by written contract or agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done un der a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 POLICY NUMBER: AS2-641-444950-049 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization for whom you perform work under a written contract of the contract requires you to obtain this agreement from us but only if the contract is executed prior to the injury or damage occurring. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Where required by contract or written agreement prior to loss. Issued by: For attachment to Policy No WA7-64D-444950-019 Effective Date 6/01/2019 Premium Issued to: WC 00 03 13 ©1983 National Council on Compensation Insurance, Inc. Page 1 of 1 Ed.4/1/1984 Policy Number TB2-641-444950-039 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION OR MATERIAL REDUCTION IN COVERAGE TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Name of Other Person(s)/ Email Address or mailing address: Number Days Notice: Organization(s): As required by written contract or As required by written contract or written 30 written agreement agreement A. If we cancel this policy for any reason other than nonpayment of premium, or make a material reduction in coverage, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation or material reduction of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 04 0314 ©2014 Liberty Mutual Insurance.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Policy Number AS2-641-444950-049 Issued by LIBERTY MUTUAL FIRE INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION OR MATERIAL REDUCTION IN COVERAGE TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY—UMBRELLA COVERAGE FORM Schedule Name of Other Person(s)/ Email Address or mailing address: Number Days Notice: Organization(s): Per Schedule on File 30 A. If we cancel this policy for any reason other than nonpayment of premium, or make a material reduction in coverage, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation or material reduction of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 04 03 14 ©2014 Liberty Mutual Insurance.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF MATERIAL CHANGE We will not make changes that reduce the insurance afforded by this policy until written notice of such reduction has been delivered to those scheduled below at least 30 days before the effective date of the material change to the insurance afforded by this policy. Our failure to provide notice under this endorsement will not affect the validity of the changes except as it relates to the person or organization listed below. NAME ADDRESS As required by written contract or written agreement In no event will the notification be less than the minimum days required for notification by state statute. Notification will be provided to all parties in a manner as required by state statute, if any. This endorsement is executed by the Liberty Insurance Corporation Premium: Effective Date:6/1/2019 Expiration Date:6/1/2020 For attachment to Policy No:WA7-64D-444950-019 Countersigned by Authorized Representative End.Serial No. WC 99 20 15 Page 1 of 1 Ed. 09/01/2010 Copyright 2010 Liberty Mutual Group of Companies.All Rights Reserved WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 20 74 (Ed. 12-16) NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule below by email as soon as practical after notifying the first Named Insured. B. This advance email notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. SCHEDULE Name of Other Person(s)/Organization(s): As required by written contract 30 Days or written agreement All otherterms and conditions of this policy remain unchanged. Issued by For attachment to Policy No. WA7-64D-444950-019 Effective Date 6/01/2019 Premium$ Issued to ACORL CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 6/1/2020 5/8/2020 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 such endorsement(s). CONTACT PRODUCER Lockton Companies NAME: 444 W.47th Street,Suite 900 PHONE EMI. FAX,Na): Kansas City MO 64112-1906 E-MAIL (816)960-9000 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Lexington Insurance Company 19437 INSURED HDR ENGINEERING,INC. INSURER B: 1429590 1917 SOUTH 67TH STREET INSURER C: OMAHA NE 68106 INSURER D: INSURER E: INSURER F: COVERAGES * CERTIFICATE NUMBER: 16741405 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 SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD (MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE $ XXXXXXXX DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES Ea occurrence) $ XXXXXXX MED EXP(Any one person) $ XXXXXXX PERSONAL&ADV INJURY $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ XXXXXXX POLICY PRO- JECT LOC PRODUCTS-COMP/OP AGG $ XXXXXXX OTHER: $ AUTOMOBILE LIABILITY NOT APPLICABLE CO accident)SINGLE LIMIT(Ea $ XXXXXXX ANY AUTO BODILY INJURY(Per person) $ XXXXXXX OWNED SCHEDULED AUTOSBODILY INJURY(Per accident) $ XXXXXXX HIREDRED ONLY N NON-OWNED PROPERTY DAMAGE AUTOS ONLY _ AUTOS ONLY (Per accident) $ XXXXXXX $ XXXXXXX UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX EXCESS LIAB CLAIMS-MADE AGGREGATE $ XXXXXXX DED RETENTION$ $ XXXXXXX WORKERS COMPENSATION NOT APPLICABLE PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ XXXX30�X OFFICER/MEMBER EXCLUDED? n N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ XXXXXXX If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A ARCH&ENG N N 061853691 6/1/2019 6/1/2020 PER CLAIM: $5,000,000 PROFESSIONAL AGGREGATE: $5,000,000 LIABILITY DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) CITY OF SPOKANE VALLEY-PINES ROADBNSF GRADE SEPARATION PHASE 2(FINAL DESIGN,RIGHT-OF-WAY SERVICES AND PS&E SERVICES) CERTIFICATE HOLDER CANCELLATION 16741405 CITY OF SPOKANE VALLEY SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE ATTENTION: CHRISTINE BAINBRIDGE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 10210 EAST SPRAGUE AVENUE ACCORDANCE WITH THE POLICY PROVISIONS. SPOKANE VALLEY WA 99206 AUTHORIZED REPRESENTATIV ! _Da Al ©1988 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Page 1 of 2 EBUF!)NN0EE0ZZZZ* DFSUJGJDBUF!PG!MJBCJMJUZ!JOTVSBODF 05/19/2020 UIJT!DFSUJGJDBUF!JT!JTTVFE!BT!B!NBUUFS!PG!JOGPSNBUJPO!POMZ!BOE!DPOGFST!OP!SJHIUT!VQPO!UIF!DFSUJGJDBUF!IPMEFS/!UIJT DFSUJGJDBUF!EPFT!OPU!BGGJSNBUJWFMZ!PS!OFHBUJWFMZ!BNFOE-!FYUFOE!PS!BMUFS!UIF!DPWFSBHF!BGGPSEFE!CZ!UIF!QPMJDJFT CFMPX/!!UIJT!DFSUJGJDBUF!PG!JOTVSBODF!EPFT!OPU!DPOTUJUVUF!B!DPOUSBDU!CFUXFFO!UIF!JTTVJOH!JOTVSFS)T*-!BVUIPSJ\[FE SFQSFTFOUBUJWF!PS!QSPEVDFS-!BOE!UIF!DFSUJGJDBUF!IPMEFS/ JNQPSUBOU;!!Jg!uif!dfsujgjdbuf!ipmefs!jt!bo!BEEJUJPOBM!JOTVSFE-!uif!qpmjdz)jft*!nvtu!ibwf!BEEJUJPOBM!JOTVSFE!qspwjtjpot!ps!cf!foepstfe/ Jg!TVCSPHBUJPO!JT!XBJWFE-!tvckfdu!up!uif!ufsnt!boe!dpoejujpot!pg!uif!qpmjdz-!dfsubjo!qpmjdjft!nbz!sfrvjsf!bo!foepstfnfou/!!B!tubufnfou!po uijt!dfsujgjdbuf!epft!opu!dpogfs!sjhiut!up!uif!dfsujgjdbuf!ipmefs!jo!mjfv!pg!tvdi!foepstfnfou)t*/ DPOUBDU QSPEVDFS Willis Towers Watson Certificate Center OBNF; Willis Towers Watson Midwest, Inc. GBY QIPOF 1-888-467-2378 1-877-945-7378 )B0D-!Op*; )B0D-!Op-!Fyu*; c/o 26 Century Blvd F.NBJM certificates@willis.com P.O. Box 305191 BEESFTT; Nashville, TN 372305191 USA JOTVSFS)T*!BGGPSEJOH!DPWFSBHFOBJD!$ 23035 Liberty Mutual Fire Insurance Company JOTVSFS!B!; JOTVSFE 24074 Ohio Casualty Insurance Company JOTVSFS!C!; HDR Engineering, Inc. Liberty Insurance Corporation 42404 JOTVSFS!D!; 1917 South 67th Street Omaha, NE 68106 JOTVSFS!E!; JOTVSFS!F!; JOTVSFS!G!; W16482102 DPWFSBHFTDFSUJGJDBUF!OVNCFS;SFWJTJPO!OVNCFS; UIJT!JT!UP!DFSUJGZ!UIBU!UIF!QPMJDJFT!PG!JOTVSBODF!MJTUFE!CFMPX!IBWF!CFFO!JTTVFE!UP!UIF!JOTVSFE!OBNFE!BCPWF!GPS!UIF!QPMJDZ!QFSJPE JOEJDBUFE/!!OPUXJUITUBOEJOH!BOZ!SFRVJSFNFOU-!UFSN!PS!DPOEJUJPO!PG!BOZ!DPOUSBDU!PS!PUIFS!EPDVNFOU!XJUI!SFTQFDU!UP!XIJDI!UIJT DFSUJGJDBUF!NBZ!CF!JTTVFE!PS!NBZ!QFSUBJO-!UIF!JOTVSBODF!BGGPSEFE!CZ!UIF!QPMJDJFT!EFTDSJCFE!IFSFJO!JT!TVCKFDU!UP!BMM!UIF!UFSNT- FYDMVTJPOT!BOE!DPOEJUJPOT!PG!TVDI!QPMJDJFT/!MJNJUT!TIPXO!NBZ!IBWF!CFFO!SFEVDFE!CZ!QBJE!DMBJNT/ BEEMTVCS QPMJDZ!FGGQPMJDZ!FYQ JOTS UZQF!PG!JOTVSBODFMJNJUT QPMJDZ!OVNCFS MUS)NN0EE0ZZZZ*)NN0EE0ZZZZ* JOTEXWE DPNNFSDJBM!HFOFSBM!MJBCJMJUZ 2,000,000 FBDI!PDDVSSFODF% EBNBHF!UP!SFOUFE 1,000,000 DMBJNT.NBEFPDDVS% QSFNJTFT!)Fb!pddvssfodf* A10,000 Contractual Liability NFE!FYQ!)Boz!pof!qfstpo*% YY TB2-641-444950-03006/01/202006/01/2021 2,000,000 QFSTPOBM!'!BEW!JOKVSZ% 4,000,000 HFO(M!BHHSFHBUF!MJNJU!BQQMJFT!QFS;HFOFSBM!BHHSFHBUF% QSP. 4,000,000 QPMJDZMPDQSPEVDUT!.!DPNQ0PQ!BHH% KFDU % PUIFS; DPNCJOFE!TJOHMF!MJNJU BVUPNPCJMF!MJBCJMJUZ%2,000,000 )Fb!bddjefou* BOZ!BVUP CPEJMZ!JOKVSZ!)Qfs!qfstpo*% YY A PXOFETDIFEVMFE AS2-641-444950-04006/01/202006/01/2021 CPEJMZ!JOKVSZ!)Qfs!bddjefou*% BVUPT!POMZBVUPT OPO.PXOFE IJSFEQSPQFSUZ!EBNBHF % )Qfs!bddjefou* BVUPT!POMZBVUPT!POMZ % VNCSFMMB!MJBC 5,000,000 FBDI!PDDVSSFODF% PDDVS B YYEUO(21)5791936306/01/202006/01/2021 FYDFTT!MJBC 5,000,000 DMBJNT.NBEFBHHSFHBUF% 0 % EFESFUFOUJPO% QFSPUI. XPSLFST!DPNQFOTBUJPO TUBUVUFFS BOE!FNQMPZFST(!MJBCJMJUZ Z!0!O 1,000,000 C BOZQ!SPQSJFUPS0QBSUOFS0FYFDVUJWF F/M/!FBDI!BDDJEFOU% Y No O!0!B WA7-64D-444950-01006/01/202006/01/2021 PGGJDFS0NFNCFS!FYDMVEFE@ 1,000,000 )Nboebupsz!jo!OI* F/M/!EJTFBTF!.!FB!FNQMPZFF% Jg!zft-!eftdsjcf!voefs 1,000,000 F/M/!EJTFBTF!.!QPMJDZ!MJNJU% EFTDSJQUJPO!PG!PQFSBUJPOT!cfmpx EFTDSJQUJPO!PG!PQFSBUJPOT!0!MPDBUJPOT!0!WFIJDMFT!!)BDPSE!212-!Beejujpobm!Sfnbslt!Tdifevmf-!nbz!cf!buubdife!jg!npsf!tqbdf!jt!sfrvjsfe* Certificate Holder is named as Additional Insured on General Liability, Automobile Liability and Umbrella/Excess Liability on a Primary, Non-contributory basis where required by written contract. Waiver of Subrogation applies on General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation where required by written contract and as permitted by law. Umbrella/Excess policy is Follow Form over General Liability, Auto Liability and Employers Liability. DFSUJGJDBUF!IPMEFSDBODFMMBUJPO TIPVME!BOZ!PG!UIF!BCPWF!EFTDSJCFE!QPMJDJFT!CF!DBODFMMFE!CFGPSF UIF!FYQJSBUJPO!EBUF!UIFSFPG-!OPUJDF!XJMM!CF!EFMJWFSFE!JO BDDPSEBODF!XJUI!UIF!QPMJDZ!QSPWJTJPOT/ City of Spokane Valley BVUIPSJ\[FE!SFQSFTFOUBUJWF Attn: Christine Bainbridge 10210 East Sprague Avenue Spokane Valley, WA 99206 ª!2:99.3127!BDPSE!DPSQPSBUJPO/!!Bmm!sjhiut!sftfswfe/ BDPSE!36!)3127014*Uif!BDPSE!obnf!boe!mphp!bsf!sfhjtufsfe!nbslt!pg!BDPSE SR ID: BATCH: 19631312 1684684 Page 1 of 2 EBUF!)NN0EE0ZZZZ* DFSUJGJDBUF!PG!MJBCJMJUZ!JOTVSBODF 05/19/2021 UIJT!DFSUJGJDBUF!JT!JTTVFE!BT!B!NBUUFS!PG!JOGPSNBUJPO!POMZ!BOE!DPOGFST!OP!SJHIUT!VQPO!UIF!DFSUJGJDBUF!IPMEFS/!UIJT DFSUJGJDBUF!EPFT!OPU!BGGJSNBUJWFMZ!PS!OFHBUJWFMZ!BNFOE-!FYUFOE!PS!BMUFS!UIF!DPWFSBHF!BGGPSEFE!CZ!UIF!QPMJDJFT CFMPX/!!UIJT!DFSUJGJDBUF!PG!JOTVSBODF!EPFT!OPU!DPOTUJUVUF!B!DPOUSBDU!CFUXFFO!UIF!JTTVJOH!JOTVSFS)T*-!BVUIPSJ\[FE SFQSFTFOUBUJWF!PS!QSPEVDFS-!BOE!UIF!DFSUJGJDBUF!IPMEFS/ JNQPSUBOU;!!Jg!uif!dfsujgjdbuf!ipmefs!jt!bo!BEEJUJPOBM!JOTVSFE-!uif!qpmjdz)jft*!nvtu!ibwf!BEEJUJPOBM!JOTVSFE!qspwjtjpot!ps!cf!foepstfe/ Jg!TVCSPHBUJPO!JT!XBJWFE-!tvckfdu!up!uif!ufsnt!boe!dpoejujpot!pg!uif!qpmjdz-!dfsubjo!qpmjdjft!nbz!sfrvjsf!bo!foepstfnfou/!!B!tubufnfou!po uijt!dfsujgjdbuf!epft!opu!dpogfs!sjhiut!up!uif!dfsujgjdbuf!ipmefs!jo!mjfv!pg!tvdi!foepstfnfou)t*/ DPOUBDU QSPEVDFS Willis Towers Watson Certificate Center OBNF; Willis Towers Watson Midwest, Inc. GBY QIPOF 1-888-467-2378 1-877-945-7378 )B0D-!Op*; )B0D-!Op-!Fyu*; c/o 26 Century Blvd F.NBJM certificates@willis.com P.O. Box 305191 BEESFTT; Nashville, TN 372305191 USA JOTVSFS)T*!BGGPSEJOH!DPWFSBHFOBJD!$ 23035 Liberty Mutual Fire Insurance Company JOTVSFS!B!; JOTVSFE 24074 Ohio Casualty Insurance Company JOTVSFS!C!; HDR Engineering, Inc. Liberty Insurance Corporation 42404 JOTVSFS!D!; 1917 South 67th Street Omaha, NE 68106 JOTVSFS!E!; JOTVSFS!F!; JOTVSFS!G!; W20952788 DPWFSBHFTDFSUJGJDBUF!OVNCFS;SFWJTJPO!OVNCFS; UIJT!JT!UP!DFSUJGZ!UIBU!UIF!QPMJDJFT!PG!JOTVSBODF!MJTUFE!CFMPX!IBWF!CFFO!JTTVFE!UP!UIF!JOTVSFE!OBNFE!BCPWF!GPS!UIF!QPMJDZ!QFSJPE JOEJDBUFE/!!OPUXJUITUBOEJOH!BOZ!SFRVJSFNFOU-!UFSN!PS!DPOEJUJPO!PG!BOZ!DPOUSBDU!PS!PUIFS!EPDVNFOU!XJUI!SFTQFDU!UP!XIJDI!UIJT DFSUJGJDBUF!NBZ!CF!JTTVFE!PS!NBZ!QFSUBJO-!UIF!JOTVSBODF!BGGPSEFE!CZ!UIF!QPMJDJFT!EFTDSJCFE!IFSFJO!JT!TVCKFDU!UP!BMM!UIF!UFSNT- FYDMVTJPOT!BOE!DPOEJUJPOT!PG!TVDI!QPMJDJFT/!MJNJUT!TIPXO!NBZ!IBWF!CFFO!SFEVDFE!CZ!QBJE!DMBJNT/ BEEMTVCS QPMJDZ!FGGQPMJDZ!FYQ JOTS UZQF!PG!JOTVSBODFMJNJUT QPMJDZ!OVNCFS MUS)NN0EE0ZZZZ*)NN0EE0ZZZZ* JOTEXWE DPNNFSDJBM!HFOFSBM!MJBCJMJUZ 2,000,000 FBDI!PDDVSSFODF% EBNBHF!UP!SFOUFE 1,000,000 DMBJNT.NBEFPDDVS% QSFNJTFT!)Fb!pddvssfodf* A10,000 Contractual Liability NFE!FYQ!)Boz!pof!qfstpo*% YY TB2-641-444950-03106/01/202106/01/2022 2,000,000 QFSTPOBM!'!BEW!JOKVSZ% 4,000,000 HFO(M!BHHSFHBUF!MJNJU!BQQMJFT!QFS;HFOFSBM!BHHSFHBUF% QSP. 4,000,000 QPMJDZMPDQSPEVDUT!.!DPNQ0PQ!BHH% KFDU % PUIFS; DPNCJOFE!TJOHMF!MJNJU BVUPNPCJMF!MJBCJMJUZ%2,000,000 )Fb!bddjefou* BOZ!BVUP CPEJMZ!JOKVSZ!)Qfs!qfstpo*% YY A PXOFETDIFEVMFE AS2-641-444950-04106/01/202106/01/2022 CPEJMZ!JOKVSZ!)Qfs!bddjefou*% BVUPT!POMZBVUPT OPO.PXOFE IJSFEQSPQFSUZ!EBNBHF % )Qfs!bddjefou* BVUPT!POMZBVUPT!POMZ % VNCSFMMB!MJBC 5,000,000 FBDI!PDDVSSFODF% PDDVS B YYEUO(22)5791936306/01/202106/01/2022 FYDFTT!MJBC 5,000,000 DMBJNT.NBEFBHHSFHBUF% 0 % EFESFUFOUJPO% QFSPUI. XPSLFST!DPNQFOTBUJPO TUBUVUFFS BOE!FNQMPZFST(!MJBCJMJUZ Z!0!O 1,000,000 C BOZQ!SPQSJFUPS0QBSUOFS0FYFDVUJWF F/M/!FBDI!BDDJEFOU% Y No O!0!B WA7-64D-444950-01106/01/202106/01/2022 PGGJDFS0NFNCFS!FYDMVEFE@ 1,000,000 )Nboebupsz!jo!OI* F/M/!EJTFBTF!.!FB!FNQMPZFF% Jg!zft-!eftdsjcf!voefs 1,000,000 F/M/!EJTFBTF!.!QPMJDZ!MJNJU% EFTDSJQUJPO!PG!PQFSBUJPOT!cfmpx EFTDSJQUJPO!PG!PQFSBUJPOT!0!MPDBUJPOT!0!WFIJDMFT!!)BDPSE!212-!Beejujpobm!Sfnbslt!Tdifevmf-!nbz!cf!buubdife!jg!npsf!tqbdf!jt!sfrvjsfe* Certificate Holder is named as Additional Insured on General Liability, Automobile Liability and Umbrella/Excess Liability on a Primary, Non-contributory basis where required by written contract. Waiver of Subrogation applies on General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation where required by written contract and as permitted by law. Umbrella/Excess policy is follow form over General Liability, Auto Liability and Employers Liability. DFSUJGJDBUF!IPMEFSDBODFMMBUJPO TIPVME!BOZ!PG!UIF!BCPWF!EFTDSJCFE!QPMJDJFT!CF!DBODFMMFE!CFGPSF UIF!FYQJSBUJPO!EBUF!UIFSFPG-!OPUJDF!XJMM!CF!EFMJWFSFE!JO BDDPSEBODF!XJUI!UIF!QPMJDZ!QSPWJTJPOT/ City of Spokane Valley BVUIPSJ\[FE!SFQSFTFOUBUJWF Attn: Christine Bainbridge 10210 East Sprague Avenue Spokane Valley, WA 99206 ª!2:99.3127!BDPSE!DPSQPSBUJPO/!!Bmm!sjhiut!sftfswfe/ BDPSE!36!)3127014*Uif!BDPSE!obnf!boe!mphp!bsf!sfhjtufsfe!nbslt!pg!BDPSE SR ID: BATCH: 21107460 2100321 Page 1 of 2 EBUF!)NN0EE0ZZZZ* DFSUJGJDBUF!PG!MJBCJMJUZ!JOTVSBODF 05/09/2023 UIJT!DFSUJGJDBUF!JT!JTTVFE!BT!B!NBUUFS!PG!JOGPSNBUJPO!POMZ!BOE!DPOGFST!OP!SJHIUT!VQPO!UIF!DFSUJGJDBUF!IPMEFS/!UIJT DFSUJGJDBUF!EPFT!OPU!BGGJSNBUJWFMZ!PS!OFHBUJWFMZ!BNFOE-!FYUFOE!PS!BMUFS!UIF!DPWFSBHF!BGGPSEFE!CZ!UIF!QPMJDJFT CFMPX/!!UIJT!DFSUJGJDBUF!PG!JOTVSBODF!EPFT!OPU!DPOTUJUVUF!B!DPOUSBDU!CFUXFFO!UIF!JTTVJOH!JOTVSFS)T*-!BVUIPSJ\[FE SFQSFTFOUBUJWF!PS!QSPEVDFS-!BOE!UIF!DFSUJGJDBUF!IPMEFS/ JNQPSUBOU;!!Jg!uif!dfsujgjdbuf!ipmefs!jt!bo!BEEJUJPOBM!JOTVSFE-!uif!qpmjdz)jft*!nvtu!ibwf!BEEJUJPOBM!JOTVSFE!qspwjtjpot!ps!cf!foepstfe/ Jg!TVCSPHBUJPO!JT!XBJWFE-!tvckfdu!up!uif!ufsnt!boe!dpoejujpot!pg!uif!qpmjdz-!dfsubjo!qpmjdjft!nbz!sfrvjsf!bo!foepstfnfou/!!B!tubufnfou!po uijt!dfsujgjdbuf!epft!opu!dpogfs!sjhiut!up!uif!dfsujgjdbuf!ipmefs!jo!mjfv!pg!tvdi!foepstfnfou)t*/ DPOUBDU QSPEVDFS Willis Towers Watson Certificate Center OBNF; Willis Towers Watson Midwest, Inc. GBY QIPOF 1-888-467-2378 1-877-945-7378 )B0D-!Op*; )B0D-!Op-!Fyu*; c/o 26 Century Blvd F.NBJM certificates@willis.com P.O. Box 305191 BEESFTT; Nashville, TN 372305191 USA JOTVSFS)T*!BGGPSEJOH!DPWFSBHFOBJD!$ 23035 Liberty Mutual Fire Insurance Company JOTVSFS!B!; JOTVSFE 24074 Ohio Casualty Insurance Company JOTVSFS!C!; HDR Engineering, Inc. Liberty Insurance Corporation 42404 JOTVSFS!D!; 1917 South 67th Street Omaha, NE 68106 JOTVSFS!E!; JOTVSFS!F!; JOTVSFS!G!; W28939018 DPWFSBHFTDFSUJGJDBUF!OVNCFS;SFWJTJPO!OVNCFS; UIJT!JT!UP!DFSUJGZ!UIBU!UIF!QPMJDJFT!PG!JOTVSBODF!MJTUFE!CFMPX!IBWF!CFFO!JTTVFE!UP!UIF!JOTVSFE!OBNFE!BCPWF!GPS!UIF!QPMJDZ!QFSJPE JOEJDBUFE/!!OPUXJUITUBOEJOH!BOZ!SFRVJSFNFOU-!UFSN!PS!DPOEJUJPO!PG!BOZ!DPOUSBDU!PS!PUIFS!EPDVNFOU!XJUI!SFTQFDU!UP!XIJDI!UIJT DFSUJGJDBUF!NBZ!CF!JTTVFE!PS!NBZ!QFSUBJO-!UIF!JOTVSBODF!BGGPSEFE!CZ!UIF!QPMJDJFT!EFTDSJCFE!IFSFJO!JT!TVCKFDU!UP!BMM!UIF!UFSNT- FYDMVTJPOT!BOE!DPOEJUJPOT!PG!TVDI!QPMJDJFT/!MJNJUT!TIPXO!NBZ!IBWF!CFFO!SFEVDFE!CZ!QBJE!DMBJNT/ BEEMTVCS JOTSQPMJDZ!FGGQPMJDZ!FYQ UZQF!PG!JOTVSBODFMJNJUT QPMJDZ!OVNCFS MUS)NN0EE0ZZZZ*)NN0EE0ZZZZ* JOTEXWE DPNNFSDJBM!HFOFSBM!MJBCJMJUZ 2,000,000 FBDI!PDDVSSFODF% EBNBHF!UP!SFOUFE 1,000,000 DMBJNT.NBEFPDDVS% QSFNJTFT!)Fb!pddvssfodf* A10,000 Contractual Liability NFE!FYQ!)Boz!pof!qfstpo*% YY TB2-641-444950-03306/01/202306/01/2024 2,000,000 QFSTPOBM!'!BEW!JOKVSZ% 4,000,000 HFO(M!BHHSFHBUF!MJNJU!BQQMJFT!QFS;HFOFSBM!BHHSFHBUF% QSP. 4,000,000 QPMJDZMPDQSPEVDUT!.!DPNQ0PQ!BHH% KFDU % PUIFS; DPNCJOFE!TJOHMF!MJNJU BVUPNPCJMF!MJBCJMJUZ%2,000,000 )Fb!bddjefou* BOZ!BVUP CPEJMZ!JOKVSZ!)Qfs!qfstpo*% YY A PXOFETDIFEVMFE AS2-641-444950-04306/01/202306/01/2024 CPEJMZ!JOKVSZ!)Qfs!bddjefou*% BVUPT!POMZBVUPT OPO.PXOFE IJSFEQSPQFSUZ!EBNBHF % )Qfs!bddjefou* BVUPT!POMZBVUPT!POMZ % VNCSFMMB!MJBC 5,000,000 FBDI!PDDVSSFODF% PDDVS B YYECO(24)5791936306/01/202306/01/2024 FYDFTT!MJBC 5,000,000 DMBJNT.NBEFBHHSFHBUF% 0 % EFESFUFOUJPO% QFSPUI. XPSLFST!DPNQFOTBUJPO TUBUVUFFS BOE!FNQMPZFST(!MJBCJMJUZ Z!0!O 1,000,000 C BOZQ!SPQSJFUPS0QBSUOFS0FYFDVUJWF F/M/!FBDI!BDDJEFOU% Y No O!0!B WA7-64D-444950-01306/01/202306/01/2024 PGGJDFS0NFNCFS!FYDMVEFE@ 1,000,000 )Nboebupsz!jo!OI* F/M/!EJTFBTF!.!FB!FNQMPZFF% Jg!zft-!eftdsjcf!voefs 1,000,000 F/M/!EJTFBTF!.!QPMJDZ!MJNJU% EFTDSJQUJPO!PG!PQFSBUJPOT!cfmpx EFTDSJQUJPO!PG!PQFSBUJPOT!0!MPDBUJPOT!0!WFIJDMFT!!)BDPSE!212-!Beejujpobm!Sfnbslt!Tdifevmf-!nbz!cf!buubdife!jg!npsf!tqbdf!jt!sfrvjsfe* Certificate Holder is named as Additional Insured on General Liability, Automobile Liability and Umbrella/Excess Liability on a Primary, Non-contributory basis where required by written contract. Waiver of Subrogation applies on General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation where required by written contract and as permitted by law. Umbrella/Excess policy is follow form over General Liability, Auto Liability and Employers Liability. DFSUJGJDBUF!IPMEFSDBODFMMBUJPO TIPVME!BOZ!PG!UIF!BCPWF!EFTDSJCFE!QPMJDJFT!CF!DBODFMMFE!CFGPSF UIF!FYQJSBUJPO!EBUF!UIFSFPG-!OPUJDF!XJMM!CF!EFMJWFSFE!JO BDDPSEBODF!XJUI!UIF!QPMJDZ!QSPWJTJPOT/ City of Spokane Valley BVUIPSJ\[FE!SFQSFTFOUBUJWF Attn: Christine Bainbridge 10210 East Sprague Avenue Spokane Valley, WA 99206 ª!2:99.3127!BDPSE!DPSQPSBUJPO/!!Bmm!sjhiut!sftfswfe/ BDPSE!36!)3127014*Uif!BDPSE!obnf!boe!mphp!bsf!sfhjtufsfe!nbslt!pg!BDPSE SR ID: BATCH: 24107690 2967386