Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
24-129.00MackenzieEngineeringPolicePublicSafetySpacePlanning
Contract No. 24-129 AGREEMENT FOR PROFESSIONAL SERVICES Mackenzie 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 Mackenzie 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 A. A. Administration. The City Manager or designee shall administer and be the primary contact for Consultant. Prior to commencement of work, Consultant shall contact the City Manager or designee to review the Scope of Services,schedule,and date of completion. Upon notice from the City Manager or designee, Consultant shall commence work, perform the requested tasks in the Scope of Services,stop work,and promptly cure any failure in performance under this Agreement. B. Representations. City has relied upon the qualifications of Consultant in entering into this Agreement. By execution of this Agreement, Consultant represents it possesses the ability, skill, and resources necessary to perform the work and is familiar with all current laws, rules, and regulations which reasonably relate to the Scope of Services. No substitutions of agreed-upon personnel shall be made without the prior written consent of City. Consultant represents that the compensation as stated in paragraph 3 is adequate and sufficient for the timely provision of all professional services required to complete the Scope of Services under this Agreement. Consultant shall be responsible for the technical accuracy of its services and documents resulting therefrom, and City shall not be responsible for discovering deficiencies therein. Consultant shall correct such deficiencies without additional compensation except to the extent such action is directly attributable to deficiencies in City-furnished information. C. Standard of Care. Consultant shall exercise the degree of skill and diligence normally employed by professional consultants engaged in the same profession, and performing the same or similar services at the time such services are performed. D. Modifications. City may modify this Agreement and order changes in the work whenever necessary or advisable. Consultant shall accept modifications when ordered in writing by the City Manager or designee, so long as the additional work is within the scope of Consultant's area of practice. Compensation for such modifications or changes shall be as mutually agreed between the Parties. Consultant shall make such revisions in the work as are necessary to correct errors or omissions appearing therein when required to do so by City without additional compensation. 2. Term of Contract. This Agreement shall be in full force and effect upon execution and shall remain in effect until completion of all contractual requirements have been met as determined by City. Consultant shall complete its work by December 31,2025, unless the time for performance is extended in writing by the Parties. Either Party may terminate this Agreement for material breach after providing the other Party with at least PD Space Planning-Mackenzie Agnnt. Page 1 of 8 Contract No. 24-129 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 $122,200.00 as full compensation for everything done under this Agreement, as set forth in Exhibit A. Consultant shall not perform any extra, further, or additional services for which it will request additional compensation from City without a prior written agreement for such services and payment therefore. 4. Payment. Consultant shall be paid monthly upon presentation of an invoice to City. Applications for payment shall be sent to the City Finance Department at the below-stated address. City reserves the right to withhold payment under this Agreement for that portion of the work(if any)which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Scope of Services,City standards, City Code, and federal or state standards. 5.Notice. Notices other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONSULTANT: Name: Marci Patterson, City Clerk Name: Brett Hanson,Principal Phone: (509) 720-5000 Phone: (206) 749-9993 Address: 10210 East Sprague Avenue Address: 500 Union Street,#410 Spokane Valley,WA 99206 Seattle,WA 98101 6. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal, state, and local laws and regulations. Consultant states that its designs, construction documents, and services shall conform to all federal, state, and local statutes and regulations. 7. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Consultant certifies to the best of its knowledge and belief that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible,or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records,making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification; and 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. PD Space Planning-Mackenzie Agrmt. Page 2 of 8 Contract No. 24-129 B. Where the prospective primary participant is unable to certify to any of the statements in this certification,such prospective participant shall attach an explanation to this Agreement. 8. Relationship of the Parties. It is understood and agreed that Consultant shall be an independent contractor and not the agent or employee of City,that City is interested in only the results to be achieved, and that the right to control the particular manner,method, and means in which the services are performed is solely within the discretion of Consultant. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Consultant. The Consultant shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 9. Ownership of Documents. All drawings, plans, specifications, and other related documents prepared by Consultant under this Agreement are and shall be the property of City,and may be subject to disclosure pursuant to chapter 42.56 RCW or other applicable public record laws. The written, graphic, mapped, photographic, or visual documents prepared by Consultant under this Agreement shall, unless otherwise provided, be deemed the property of City. City shall be permitted to retain these documents, including reproducible camera-ready originals of reports,reproduction quality mylars of maps,and copies in the form of computer files,for the City's use. City shall have unrestricted authority to publish,disclose, distribute, and otherwise use,in whole or in part,any reports,data,drawings,images,or other material prepared under this Agreement, provided that Consultant shall have no liability for the use of Consultant's work product outside of the scope of its intended purpose. 10.Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Consultant's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine, make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials,payrolls, and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder. 11.Insurance. Consultant shall procure and maintain for the duration of the Agreement,insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Consultant,its agents,representatives,employees,or subcontractors. A. Minimum Scope of Insurance. Consultant's required insurance shall be of the types and coverages as stated below: 1. Automobile liability insurance covering all owned, non-owned, hired, and leased vehicles. Coverage shall be at least as broad as Insurance Services Office(ISO) form CA 00 01. 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. PD Space Planning-Mackenzie Agrmt. Page 3 of 8 Contract No. 24-129 B. Minimum Amounts of Insurance. Consultant shall maintain the following insurance limits: 1. Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $2,000,000 each occurrence,and$2,000,000 general aggregate. 3. Professional liability insurance shall be written with limits no less than$2,000,000 per claim and$2,000,000 policy aggregate limit. C. Other Insurance Provisions. The Consultant's 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 self-insured pool coverage maintained by City shall be in excess of Consultant's insurance and shall not contribute with it. 2.Consultant shall provide City and all additional insured for this work with written notice of any policy cancellation within two business days of their receipt of such notice. 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 the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Agreement before commencement of the work. 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. PD Space Planning-Mackenzie Agrmt. Page 4 of 8 Contract No. 24-129 However, should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City,its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51,RCW, solely for the purpose of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 13.Waiver. No officer,employee,agent,or other individual acting on behalf of either Party has the power, right,or authority to waive any of the conditions or provisions of this Agreement. A waiver in one instance shall not be held to be a waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law shall be taken and construed as cumulative and in addition to every other remedy provided herein or by law. Failure of either Party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other Party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 14. Assignment and Delegation. Neither Party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without prior written consent of the other Party. 15. Subcontracts. Except as otherwise provided herein, Consultant shall not enter into subcontracts for any of the work contemplated under this Agreement without obtaining prior written approval of City. 16. Confidentiality. Consultant may, from time-to-time,receive information which is deemed by City to be confidential. Consultant shall not disclose such information without the prior express written consent of City or upon order of a court of competent jurisdiction. 17. Jurisdiction and Venue. This Agreement is entered into in Spokane County,Washington. Disputes between City and Consultant shall be resolved in the Superior Court of the State of Washington in Spokane County. Notwithstanding the foregoing, Consultant agrees that it may, at City's request, be joined as a party in any arbitration proceeding between City and any third party that includes a claim or claims that arise out of, or that are related to Consultant's services under this Agreement. Consultant further agrees that the Arbitrator(s)' decision therein shall be final and binding on Consultant and that judgment may be entered upon it in any court having jurisdiction thereof. 18. Cost and Attorney's Fees. The prevailing party in any litigation or arbitration arising out of this Agreement shall be entitled to its attorney's fees and costs of such litigation or arbitration(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. Sections 1-23 of this Agreement control where there are any contradictions between the Exhibits attached/incorporated herein and sections 1-23 of the Agreement. 20.Anti-kickback. No officer or employee of City,having the power or duty to perform an official act or PD Space Planning-Mackenzie Agrmt. Page 5 of 8 Contract No. 24-129 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. Assurance of Compliance with Applicable Federal Law. During the performance of this Agreement, the Consultant,for itself,its assignees,and successors in interest agrees as follows: A. Compliance with Regulations. Consultant shall comply with the federal laws set forth in subsection G, below ("Pertinent Non-Discrimination Authorities") relative to non-discrimination in federally-assisted programs as adopted or amended from time-to-time, which are herein incorporated by reference and made a part of this Agreement. B. Non-discrimination. 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. Consultant shall not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations, either by competitive bidding, or negotiation made by 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 Consultant of Consultants's obligations under this Agreement and the Acts and the Regulations relative to non-discrimination on the grounds of race,color, or national origin. D. Information and Reports. 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, 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. E. 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: 1. Withholding payments to Consultant under the Agreement until Consultant complies; and/or 2. Cancelling,terminating,or suspending the Agreement,in whole or in part. F. Incorporation of Provisions. Consultant shall include the provisions of Section 22 of this Agreement in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts,regulations and directives issued pursuant thereto. Consultant shall take action with respect to any subcontract or procurement as the City or the WSDOT may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, that if PD Space Planning-Mackenzie Agrmt. Page 6 of 8 Contract No. 24-129 Consultant becomes involved in, or is threatened with litigation by a subcontractor or supplier because of such direction, Consultant may request that the City enter into any litigation to protect the interests of the City. In addition, Consultant may request the United States to enter into the litigation to protect the interests of the United States. G. Pertinent Non-Discrimination Authorities: During the performance of this Agreement, the Consultant agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964(42 U.S.C. §2000d et seq.,78 stat.252),(prohibits discrimination on the basis of race,color,national origin);and 49 CFR Part 21;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 U.S.C. §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; PD Space Planning-Mackenzie Agrmt. Page 7 of 8 Contract No. 24-129 Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency(LEP). To ensure compliance with Title VI,you must take reasonable steps to ensure that LEP persons have meaningful access to your programs(70 Fed.Reg. at 74087 to 74100); and Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities(20 U.S.C. §1681 et seq.). 23. 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. 24. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Services/Fee proposal B. Insurance Certificates The Parties have executed this Agreement this 2 2 4'°day of July 2024. CITY OF SPOKANE VALLEY Consultant: Mackenzie Engineering,Inc. Joluf Hohman,City Manager :y: Brett a .on,P cipal I . - • 4 orize. Reprn sentative APPROVED AS TO FORM: A A '4 O e of the City Attorney PD Space Planning-Mackenzie Agrmt. Page 8 of 8 EXHIBIT A MACKENZI E . YEARS SEATTLE • VANCOUVER July 17, 2024 City of Spokane Valley Attention: Glenn Ritter, Senior Engineer/Project Manager 10210 E Sprague Avenue Spokane Valley,WA 99206 Re: Spokane Valley Police and Public Safety Planning Project Number 2240152.00 Dear Mr. Ritter: We are honored to be selected for your Police and Public Safety Planning project. Based on the identified goals and scope of work included within the RFQ we are pleased to present to City of Spokane Valley ("Client") the following Scope of Services and fee proposal. Mackenzie's integrated team of design professionals will provide architectural, interior design, and land use planning services for the above project. In addition, Mackenzie will retain a Professional Cost Estimating consultant to complete the team. See the attached proposal from our consultant (Attachment A). Our Basis of Design along with our detailed Scope of Services by phase is as follows: BASIS OF DESIGN The following describes in detail the elements that define the basis of our proposal. We understand that the City is seeking to determine the Police Department facility demands to support the current and future staffing needs as either a renovation/expansion to the existing facility or relocation to an alternative site.Currently, the City contracts with Spokane County for all public safety services,including Police and District Court services. In addition to considering space planning needs for the Police as a continued contracted service, and the Court uses at the Police building, the City would like to also consider the potential for bringing Police services in-house to the City, and the additional support staff that would require. Project Overview The current facility exists at 12710 East Sprague Avenue, Spokane Valley, WA 99126. The 2.42-acre site is identified as parcel 45222.0227. Client also owns the adjacent 1.08-acre vacant lot to the south which is parcel 45222.0230. Additionally,Client has obtained the adjacent 3.16-acre parcel at 12614 East Sprague Avenue, parcel number 45222.0313, with a leased retail furniture store (roughly 11,000 square feet (SF)) and an existing storage building (roughly 1,000 SF) which was recently converted into an evidence processing area. The adjacent parcel occupied by the Conley's Place restaurant is not owned by Client.The existing building is approximately 21,780 SF and houses the following: 206.749 9993 • 503.228 1285 • MACKENZIE.INC • Logan Building,500 Union Street, #410 Seattle,WA 98101 Mr,, -,-�K� ,rr� .. > • _ ^�e� a., .Lai. as • c ,r:_ ,.: _ _ . ,� -.s ,_ w�,or, F ,vu; ..a�. - rr ■ Portland, Oregon •• Vancouver, Washington •• Seattle, Washington 2024 Mackenzie. All rights reserved. City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 2 • Office and cubicles; roll-call room. ■ Courtroom (2,503 SF of existing building), no jury deliberation room or offices for prosecution or public defenders. • Vehicle maintenance garage (two (2) lifts). • Garage for processing vehicles. • Weightroom. ■ Locker rooms. • Six (6) detention cells (currently used for storage). Client will provide available floor plans of the existing building, which may include a furniture plan or other historic plans. A staffing analysis was contracted in advance of this phase with the resulting recommendations included in the Matrix Consulting Group "Police Calls for Service and Staffing Evaluation" report dated November 2, 2023. It is understood that the initial increased staffing recommendations made in the Matrix Report is currently being implemented.The identified staffing forecasts will be a consideration for facility planning efforts under this project. In support of this initial phase, Client has identified the following goals in Phase 1: 1. Conduct a space needs analysis and develop a program utilizing the Matrix Report, review of the existing Police facilities/operations, and recommendations from the Police Chief and City staff for immediate and future growth. 2. Utilize the space needs program to consider space planning and operational adjacency needs for a renovation/expansion option and/or alternative site(s) representing existing space, new space, or repurposing of other available facilities. 3. Develop preliminary cost estimate for the identified options. Future optional scopes of work in Phase 2 include concept site plans and floor plans for the existing site with options for remaining in the existing building or building new on the existing site. An additional task may include services to assist with alternate site selection and evaluation of options with site planning and architectural design for the selected option. Team Structure J Engagement 1. Point of Contact: It is understood that the primary point of contact with Client will be Glenn Ritter (City Project Manager). A. All communication will be sent through the City Project Manager who will distribute as required for the project. B. Mackenzie will establish a 30-minute standing weekly video conference occurrence with the City Project Manager as a weekly check-in call between Client and Mackenzie Project Manager. C. City Stakeholders:Client Core Team will be comprised of Erik Lamb, Deputy City Manager; Dave Ellis, Police Chief; Morgan Koudelka, Administrative Analyst; Gloria Mantz, City Services Administrator; and John Hohman, City Manager. City Project Manager will coordinate inclusion of the Core Team members into design meetings dependent on the meeting agenda. 2. City Council Engagement: Engagement will occur as directed by Client. At the start of the project, Mackenzie will interview each City council member individually to get their feedback on the goals for the project. Presentations to City Council are an optional service that may be requested by Client. 3. Public Safety Committee: Public Safety Committee is comprised of Tim Hattenburg, deputy mayor; Ben Wick, councilmember; Laura Padden, councilmember. They will be interviewed as a part of the City Council Interviews noted above. City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 3 4. Public Safety Stakeholder Engagement: Stakeholder engagement to be directed by Client. 5. Police Department staff engagement (as desired by Client) will occur throughout the project, with a focused inclusion during the programming workshops. As the project progresses, Client will be provided available deliverables(such as floor plans,reports,etc.)that can be utilized by the Core Team to inform staff and City Council of project progress. 6. Facilities Staff Engagement:Stakeholder engagement via up to one(1)virtual meeting;additional engagement to be directed by Client. 7. Specific meeting milestones for Core Team design meetings and staff engagement have been defined within the outlined Scope of Services. 8. The City will not be hiring an Owner's representative to facilitate the project on the City's behalf. Budget 1. The total project budget(construction and soft costs) has not been established and will be determined during the pre-design phase. A. For the purposes of our Basis of Design and future budget understanding, the total project budget can be viewed in two (2) general categories: Hard Costs and Soft Costs. Hard costs can be generally expected to require 60-65%of a project budget,and would include hard building construction costs,general conditions, bonds/insurance, general contractor overhead/markups, construction contingency, etc. Soft costs can generally be expected to require the remaining 35-40% of the project budget, and would include design costs,specialty consultant costs, permit fees,furnishing,fixtures and equipment(FF&E),moving allowances, sales tax, soft cost contingency, etc. 2. For the purpose of cost estimating,the expected construction start date is second quarter of 2027. Schedule 1. The preliminary project schedule is noted below,which has been designed to concurrently perform selects tasks and complete this first phase expeditiously: A. Project Kick Off: Anticipated August 2024 B. Estimated Project Duration for Phase 1 (Task 1 and Task 2): 10 weeks I. Task 1: Kick off, Existing Facility Review, and City Council Interviews(3-4 weeks). II. Task 2: Needs Analysis, Program Development, Space Planning Diagram, and Cost Estimate (5-6 weeks). C. Additional Optional Project Tasks Duration for Phase 2 (Optional Task 3 and Task 4): 14-18 weeks: I. Optional:The City may elect to do facility tours concurrent to Task 3. II. Optional Task 3: Concept Plan Development and Cost Estimate (6-8 weeks) III. (Optional)Task 4: Evaluation of alternate sites/buildings and Cost Estimate (8-10 weeks).* D. Pre-design Phase 1 Completion: November 2024** *For efficiency of comparison and schedule,the optional future Task 4 of evaluating alternate sites/buildings may be done concurrent with Task 3, Concept Plan Development. **If optional Tasks 3 and 4 are added, estimated completion is February 2025. ■ City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 4 Construction Delivery 1. The Scope of Services and project assumptions is outlined around the understanding that the project delivery will follow a progressive design build construction method. SCOPE OF SERVICES PHASE I -Pre-Design Programming(Tasks 1 and 2) Time Duration:2-3 months The Pre-Design phase will determine program development and analysis for the Police Department, which will serve as foundational data for concept analysis.The following tasks are included for the Pre-Design phase. 1. Meetings—Standing Weekly PM Meetings: During the course of this phase, Mackenzie will communicate via 30- minute weekly conference call check-ins with the City Project Manager. 2. Task 1: Existing Facility Review: A. Existing Drawings: Receive and review architectural plans available through Client and, as needed for illustration, develop electronic drawings that represent the plans of the building. B. Meeting—Core Team: Conduct one (1) in-person kick off project meeting at the existing Police Station to initiate the Pre-Design Phase. Design team attendance will include Mackenzie.This meeting will serve as: I. A project initiation meeting to introduce the Core Team with Mackenzie's point of contact, communication flow, project tasks, and process. II. Review of the developed preliminary project schedule. Major milestone dates, preliminary meeting targets, and next steps will be reviewed and identified. III. Discuss high level facility needs, operational goals, and project vision. IV. Review draft questionnaire document. V. Minutes for this meeting will be prepared by Mackenzie. C. Site Visit: Conduct a site visit including Mackenzie architecture and interior design for general observation of the existing uses of the building. City staff will be on site during the site visit to discuss the history of the building. On site review to include: I. Review exterior envelope including wall and roof surfaces, windows, doors,and fenestrations. II. Observe City staff and daily operations, which will contribute to Task 2 needs analysis and program development. D. City Council Interviews: Mackenzie will conduct individual one-on-one interviews with each of seven (7) City Council members. These interviews will be an opportunity for each council member to share their perspective on the goals and needs of the project. It is anticipated that each interview will be approximately 30-40 minutes and will be conducted by Mackenzie utilizing questions developed in collaboration with Client, conducted in person over the course of one to two(1-2) days. E. Questionnaires: Following project kick-off and draft questionnaire review, update the questionnaire and provide to Client for distribution to staff. Client will compile and return completed questionnaires to Mackenzie for review and record. The questionnaire will seek to identify specific functions and activities that take place within the Police Department,as well as equipment and resources required to perform those functions effectively. Questions will additionally focus on qualifying number of personnel,types of vehicles, equipment,and storage needs. F. Facility Evaluation Report: Following review of the existing facility, a summary report will be prepared to document deficiencies identified by Client, general observations of the building walls and windows City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 5 condition and appearance as it relates to space usage, and existing space utilization observed during the site visit. Additionally, the report will include recommendations for potential improvements related to above for keeping the facility functional over the next five (5)years. G. Draft Report:A draft report will be prepared and issued to Client for review and comment. H. Meeting—Core Team: Meet virtually with City stakeholders to review the draft report and discuss updates and new findings. I. Final Report: Client comments will be incorporated into a final report and issued to Client for record. J. Deliverables: Facility Observation Report. Memo to Glenn Ritter outlining comments received in City council interviews. 3. Task 2: Needs Analysis and Program Development A. City Data Review: Review Client provided historical and staffing data. Review Questionnaire responses provided by Client. B. Meeting — Discovery: Provide up to one (1) in-person discovery session at the City with the key City stakeholder group to establish a thorough understanding of the project vision, goals, and objectives and allow for initial staff engagement.We will facilitate dialogue with staff to identify opportunities,challenges, and big picture goals for the project.Content received from the discovery session will be categorized for use in support of the project vision and included in the final report. C. Meeting — Police Programming Interviews: Following receipt of staff questionnaires, the data will be reviewed, and a draft summary program prepared for facilitation of staff interviews. Staff interviews are anticipated to be conducted individually with management positions over the course of a single day. A summary review meeting with the City Project Manager will conclude the programming workshop. D. Meeting— City Court programming: Based on the existing City court uses in the Police precinct building, Mackenzie will develop a programming summary.This will be done with up to two (2)virtual court-related meetings, and additional stakeholder engagement as directed by Client. E. Meeting—Facilities Staff: Up to one(1)virtual meeting with facilities staff. F. Police Adjacency Diagramming: Following programming interviews, and with an understanding of Client's operational flow, up to two (2) adjacency diagrams will be prepared to visually illustrate the spatial relationships between different functions and departments of the Police Department. G. Police Workstation Inventory: Create a Workstation Inventory that lists all current and future staff positions, and all unoccupied workstations. Existing workstation data will be captured in the space needs program document. H. Police Workstation/Space Standards: Based on existing spaces, national standards, and Mackenzie's experience in law enforcement facility design,standardized workstations and office spaces will be reviewed with Client and memorialized for use in defining sizing allocations within the space needs program document. I. Police Programming Document: Utilizing previously compiled data, a space needs program document will be prepared. The spreadsheet will document existing, near term (five (5) years), and future projections of 15 and 30 years. Existing and projected staffing counts by department, space type, size, and quantity of room, area, workstation, and exterior requirements (parking, support functions, etc.) and circulation gross factors will be captured and documented.Additionally,the programming document will include any options for potential future needs for additional support staff space if the City were to bring police services in house, rather than contract services.A draft program will be prepared and issued to Client for review and comment. J. Narrative Summary of Construction Phasing Logistics: A narrative will be provided that describes the logistical challenges for phasing construction on the existing site.This will include a comparative description ■ City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 6 of how the police and vehicle storage will continue to be operational for the options of either locating a new building on the existing site or renovating the existing building. K. Preliminary Rough Order Magnitude (ROM) Cost Estimate: Utilizing information developed in Task 1 and programing forecasts in Task 2, Mackenzie and the cost estimator will prepare an early total project cost range for renovation and new construction of the Police facility. L. Meeting — Core Team: Meet virtually with Core Team to review the draft program and discuss updates. Mackenzie and Cost estimator will attend this meeting. M. Final Programming Document: Client comments will be incorporated into a final programming document and issued to Client for record. N. Presentation: Task 1 and Task 2 deliverables will be presented virtually to City Staff. The attendees at the presentation will be determined by Client.At Client's request,this may be an in-person meeting. O. Deliverables: Questionnaires, Workstation Inventory, Workstation/Space Standards, Adjacency Diagrams, Final Programming Document, ROM Cost Estimate. PHASE II—Pre-Design Concept(Optional Tasks 3 and 4) Time Duration:4-5 months 1. (Optional)Task 3:Concept Plan Development A. Concept Development: Utilizing data from Task 1 and Task 2, Mackenzie will prepare conceptual scenarios for renovation or designing a new building on the existing site. Concept development to include: I. Up to three (3) concept site and floor plan options for renovation/expansion of the existing building and/or for a new building on the existing site of the Police Department. II. In coordination of the concept plan(s), a written preliminary project summary. III. Initial consideration for phasing approach associated to each option, focused on maintaining Police Department operations. B. Meeting—Core Team: Meet with Core Team virtually to review preliminary concept plan options. C. Cost Estimating: Develop project cost estimate for selected concept and phasing Preliminary Cost estimate to include project Hard Costs and projected Soft Costs, including sales tax, project contingencies, and anticipated construction cost escalation. D. Meeting—Core Team: Meet with Core Team virtually to review cost estimate. E. Draft Pre-Design Report: At the completion of Task 3, a draft pre-design report will be prepared, including an executive summary and supporting documentation. The report will be distributed to Client for review and feedback. F. Meeting—Core Team: Meet virtually to review draft report comments. G. Final Pre-Design Report: Complete and release final report. H. Deliverables: Concept Level Site and Floor Plans, Phasing Plan/Description, Pre-Design Report, and Cost Estimate. 2. (Optional)Task 4: Potential Relocation Options: A. Site Selection Options: Working with Client, Mackenzie will identify potential available sites within City limits that fit defined Client criteria and the project programmatic needs established in Task 2. B. Meeting—Core Team: Meet with Core Team virtually to review preliminary site locations. C. Site Evaluation:Site test visit and evaluate up to three(3)sites for relocation of the Police Department and supporting facility needs as defined in Task 2. Floor plan layouts developed in Task 3 will be utilized for the alternate site test fit. Evaluation criteria to include zoning, access/egress, distance to geographic center of City, neighborhood character, potential for shared facilities with other public safety entities, opportunity for future growth, capacity to support program, and operational configurations of a law enforcement City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 7 facility. In support of the site evaluation criteria and site test fitting, Mackenzie's land use planners will prepare site relative information surrounding: I. Location/Address. II. Tax Lot identification number. III. Site ownership(s). IV. Zone/Jurisdiction. V. Allowable Use and land use approval process(es). VI. Requirements of overlay zones or comprehensive corridor plans which may impact the project. VII. Maximum lot coverage. VIII. Minimum landscape percentage. IX. Slopes/Trees. X. Minimum/maximum parking ratio. Xl. Maximum building height/FAR. XII. Building setbacks. XIII. Wetlands/sensitive areas. XIV. Traffic impact review as it pertains to access. XV. Property availability (if information is available). D. Concept Site Plan Development: Develop up to two (2) concept site plans utilizing Task 3 floor plan options for each alternate site location, to a level of development comparative to the site concept plans in Task 3. E. Meeting—Core Team: Meet with Core Team virtually to review concept site plans and cost estimate. F. Draft Pre-Design Report: At the completion of Task 4, an appendix to the draft pre-design report will be prepared. G. Meeting—Core Team: Meet virtually to review draft report comments. H. Final Pre-Design Report: Complete and release final report. I. Deliverables: Preliminary Site Options, Site Test Fit Scenarios, Final Pre-Design Report. 3. Optional Services: A. As defined in the Professional Services Agreement, Extra Work may be requested and will be executed as prescribed in the Agreement. Fees for extra work will be performed on an hourly not-to-exceed (NTE) basis based on provided hourly rates.The following represents identified optional services that may be requested. B. Optional Services Description: I. Facility Tours: During programming, Mackenzie will coordinate with Client to identify up to three (3) recently completed facilities that contain similar programmatic requirements to tour with Client team. Client will contact identified agencies and coordinate staffing and travel logistic to the facilities. All tours are estimated to occur over the course of one to two (1-2) day(s) total, depending on the geographic location of the facilities. City may elect to tour the recommended facilities without Mackenzie and conduct a follow up debrief with Mackenzie after the tour. II. Additional Staff Interviews: During programming, should Client desire to expand the stakeholder group, Mackenzie will perform additional staff interviews with other departments other than the police department. III. Additional Meetings: Mackenzie can provide additional meetings and presentations in person or virtual as requested outside the above defined base scope of services. ■ City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 8 FEE SUMMARY Our hourly not-to-exceed (NTE) fee and Client contingency fee for the disciplines and related design services described above are as follows: Phase One: Existing Facility Analysis and Programming (Tasks 1 and 2) $89,200 Management Reserve (NTE)*: $25,000 Estimated Reimbursables (NTE)**: $8,000 TOTAL: $122,200 Optional Services: Phase Two: Task 3—Concept Design options for existing site $54,160 Task 4—Alternate site evaluation and concept plan, per site $21,925 Facility Tour, per facility $1,500 Additional in-person presentations $3,500-$4,500 Note: Reimbursable expenses related to Optional Services are not included in the above fees and will be in addition to the stated fee. *The Management Reserve is for additional and/or optional services as requested by Client and must be approved by Client in writing prior to commencing work. ** Reimbursable expenses (printing, copying, deliveries, ride share vehicles, application-based transportation, airfare, mileage,etc.)are included in the fee outlined above and will be invoiced at 1.12 times cost. Reimbursables are estimated and will not be exceeded without Client's approval. ASSUMPTIONS Please review and notify Mackenzie if Client believes that any of the Assumptions listed here are either inaccurate or unreasonable prior to project commencement. Please also notify Mackenzie if any additional clarity is needed for Client to fully understand these Assumptions. In addition to the Scope of Services outlined above, we have assumed the following: 1. Client-Provided Consultant Services 1.a. Client will provide current electronic files of existing building(s), Revit model of existing facilities, land survey (ALTA/Boundary/Topographic) including legal description, geotechnical report, environmental report, any other reports and/or surveys that are available, and other studies and/or reports as may be necessary for completion of the project. 1.b. Scope and fee are based on Client not hiring a third party Client Representative to act on their behalf during any phase(s) of the project. If a third-party PM is hired by Client, Mackenzie reserves the right to estimate scope and fee impacts that will result in additional services. 2. Scope of Service Acknowledgements M . City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 9 2.a. Mackenzie Scope of Service and fees are based on project phases running in sequential order without overlap, delay, pause, or project being put on hold for any reason between phases. 2.b. Fees are based on the estimated schedule duration as defined in phases above. If phase duration(s) are increased for any reason, we will need to assess and address those impacts in terms of scope, fee, and/or schedule as necessary via additional services. 2.c. Subject to the applicable Standard of Care, Mackenzie will design the Project in accordance with applicable laws, including current Federal ADA Accessibility Standards and as required by the Authority Having Jurisdiction (AHJ) for Building Permit per the AHJ's current edition of the governing building code, and by reference therein ANSI ICC/A117.1 ("Building Code") for new construction. Notwithstanding the foregoing sentence, Client acknowledges that various governmental codes and regulations, including without limitation the ADA and FHA, are subject to varying and sometimes contradictory interpretation and that the ADA is not a detailed building code. In the case of such conflicts or differing interpretations, Mackenzie will notify Client thereof and will endeavor to design to the most stringent interpretation acceptable to the AHJ. 3. Existing Conditions 3.a. Building/Site Renovation: Mackenzie will work with Client to align on Client's program for the Project, including goals and objectives, and will develop the design in accordance with applicable codes and laws, subject to and in accordance with the applicable standard of care. Client acknowledges that Projects involving additions and remodels of existing sites/buildings (compared to new construction) create more uncertainty and subjectivity as to code and law interpretation and increases the chance that applicable agencies will have differing interpretations that might require redesign services.Such agency interpretations may not be made known until the Construction Documents and/or Plan Check phase of the Project. Accordingly, Client acknowledges and agrees that Mackenzie expressly excludes any services necessary to address these types of differing code and law interpretation issues from Mackenzie's Scope of Services, and that such services (including any necessary redesign services) will, upon Client's approval, be performed by Mackenzie as an additional service. 3.b. Conditions not depicted on available existing site and/or building documents, provided by Client, or readily visible on project walkthroughs are excluded. Such impacts will be evaluated at the time of discovery and addressed via additional services as necessary. 3.c. Mackenzie will rely on Client-provided existing facilities information for project, including but not limited to type of construction, building area, occupancy classification, and other such parameters affecting design, construction documents, and permitting. 4. Unique Design Services 4.a. Client will not be pursuing sustainability certification for the project(i.e., LEED, Green Globes,WELL, etc.). 5. Graphics/BIM 5.a. Mackenzie will utilize Revit as the documentation platform for the project.Our proposed scope/fee is based on the Revit model Level of Development(LOD)of 200-300 as necessary for Mackenzie to facilitate design and produce Construction Documents. We anticipate that Client consultants/vendors will also utilize Revit for their documentation, will be responsible for modeling and detailing their respective components, and will comply with Mackenzie's expectations for document control standards.Mackenzie will develop the base model file and provide it to the consultant team for coordination. City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 10 6. Mackenzie Consultant Services 6.a. For additional Assumptions related to the Scope of Services of our retained consultants, refer to their attached proposals. EXCLUSIONS Please review and notify Mackenzie if Client believes that any of the Exclusions listed here are to be included in Mackenzie's Scope of Services prior to project commencement. Please also notify Mackenzie if any clarity is needed for Client to fully understand these Exclusions. In addition to any Exclusions outlined within the proposal above,we have also excluded the following from our proposed scope of services.Although excluded from our services these may be required to be provided by Client for execution of the project. 1. Client-Provided Consultant Services 1.a. Land survey,topographic survey,tree survey, or metes and bounds descriptions and related specifications. Lb. Geotechnical Engineering investigation/testing and related specifications. 1.c. Hazardous materials mitigation design. 1.d. Coordination of Client-provided consultants not identified at the date of this proposal. 2. Land Use Review 2.a. Environmental review such as SEPA(State of Washington), DEC., EPA, etc. 2.b. Sensitive lands and/or wetland delineation and/or mitigation design/approvals. 2.c. Appeals, variances, public hearings, land use approvals, conditional use reviews, or any required adjustments other than as specifically outlined within our Scope of Services above. 2.d. Meetings with public agencies or other meetings other than those specifically identified in Scope of Services above. 2.e. Formal Building code interpretation requests and/or appeals. 3. Other Design Disciplines 3.a. Traffic Engineering, Planning,Analysis. 3.b. Acoustical engineering design and/or services. 4. Unique Design Services 4.a. Off-site improvements (such as roads, half street improvements, and utilities). 4.b. Floor vibration analysis and design for footfall impact. 4.c. Vibration analysis and design. (Equipment and/or sources other than footfall impact.) 4.d. Design of seismic bracing, anchorage,or support for equipment or racking systems. 4.e. Furniture selection,specifications, requirements and all related coordination (anticipated as being provided in next Phase). 4.f. Accessibility review of existing Police Department building. 4.g. Sustainability Certification Services. 5. Graphics/BIM 5.a. Presentation-level 3D renderings other than conceptual studies to describe design intent or as utilized as part of Mackenzie's design process unless specifically noted within our Scope of Services above. M . City of Spokane Valley Spokane Valley Police and Public Safety Planning Project Number 2240152.00 July 17, 2024 Page 11 5.b. Marketing materials. 5.c. Use of CAD Drawings or BIM models by any parties other than the design team. 6. Expenses/Billing 6.a. Special billing requirements required by Client outside of Mackenzie's standard billing procedures. It is our understanding the project will start in August 2024. If the proposal is agreeable to you,this proposal can serve as an exhibit to Client's standard agreement. Please note that this proposal is valid for 60 days. We look forward to working with the City of Spokane Valley on this new project. If you need additional information or have any questions, please do not hesitate to call. Sincerely, 'PHI Principal Enclosure(s): Attachment A—Wiggins Proposal dated June 18, 2024 Attachment B— Hourly Billing Rate Schedule Attachment C— Reimbursable Rates Schedule c: Rachel Hedlof, Kim Doyle—Mackenzie Attachment A - Page 1 of 2 b.. WIGGINS ir_..roc UCt10N SERVICES Rachel Hedlof Mackenzie June 18, 2024 Dear Rachel, Thank you for inviting Wiggins Preconstruction Services to join your team on this important project. Below you will find a fee proposal to perform cost estimating services for the Spokane Valley Police Planning. This proposal of$11,550 covers 2 separate deliverables as shown. For additional sitework scheme alternatives please include an additional $990 per site. Estimate Level: Rough Order of Magnitude (two options) Scope Hours Rate Ext. Project Management& Meetings 4 $165.00 $660 ROM Cost Estimating (all scopes) 16 $165.00 $2,640 Estimate Presentation, Adjustments, & Pricing Break Outs 4 $165.00 $660 Fee Subtotal: $3,960 Estimate Level: Concept Estimates (three options) Scope Hours Rate Ext. Project Management& Meetings 4 $165.00 $660 Civil, Architectural, &Structural Cost Estimating 30 $165.00 $4,950 Mechanical, Electrical, & Plumbing Cost Estimating 8 $165.00 $1,320 Estimate Presentation,Adjustments, & Pricing Break Outs 4 $165.00 $660 Fee Subtotal: $7,590 *Fee Total: $11,550 Attachment A - Page 2 of 2 Optional Estimate: Additional Alternate Site Estimate (same building scheme) Scope Hours Rate Ext. Civil/Site Improvements Cost Estimating 6 $165.00 $990 Fee Subtotal: $990 *Estimating Fees Clarifications Fees include all expenses. Fees are for construction cost estimating only. Soft costs estimating is excluded. Respectfully, Matt Wiggins Principal Wiggins Preconstruction Services M: 360.870.5100 E: mattw@wigginsprecon.com Attachment B MACKENZIE . P 206.794.9993 • F 206.749.5565 • v,'MACKENZIE.INC Logan Building,500 Union Street,#545,Seattle,WA 98101 Portland,Oregon • Vancouver,Washington • Seattle,Washington HOURLY BILLING RATE SCHEDULE* PRINCIPALS $ 190— $ 300 ARCHITECTURE/LAN DSCAPE Design Director $ 195—$255 Senior Project Architect $ 190—$275 Project Architect I—III $ 120— $ 215 Architectural Designer II-III $ 95— $ 190 Architectural Designer I $ 65— $ 100 Designer/Drafter $ 60— $ 95 Intern $ 60— $ 90 ENGINEERING Senior Project Engineer $ 160—$250 Project Engineer I—III $ 125—$ 220 Designer I—II $ 90— $ 170 Transportation Analyst I—II $ 75— $ 125 Designer/Drafter $ 85— $ 150 Intern $ 65— $ 100 PLANNING Senior Project Planner $ 150—$ 235 Project Planner I—IV $ 95— $ 220 Permit Coordinator $ 60— $ 100 Assistant Planner $ 75— $ 125 Intern $ 60—$ 90 INTERIOR DESIGN Senior Project Interior Designer $ 150—$ 230 Interior Designer III—V $ 110— $ 180 Interior Designer I—II $ 80— $ 135 Intern $ 60— $ 90 ADMINISTRATION Administrator $ 75— $ 195 Word Processor $ 85— $ 115 Graphic Artist $ 85— $ 130 *Subject to change April 2025 M . P:\WP\WPAdmin\SEA Hourly Billing Rate Schedule-Copy.docx Attachment C MACKENZIE . I'206.794.9993 ■ 206.749.5565 • .V MACKENZIE.INC Logan Building,500 Union Street, #545,Seattle,WA 98101 Portland,Oregon • Vancouver,Washington • Seattle,Washingtor. REIMBURSABLE CHARGES Mackenzie will charge the following standard, cost-based rates for in-house reimbursable items listed below: IN-HOUSE PRINTING Scanning—Black& White Printing/Copying—All Sizes Small Format: $0.25/sheet Black&White: $0.21/sq.ft. (8-1/2 x 11- 11 x 17) Full Color: $4.00/sq.ft. Large Format: $1.00/sheet Fax (Including Half Size) Local: $1.00/sheet Long distance: $1.30/sheet Scanning—Color Small Format: $0.50/sheet (8-1/2 x 11 - 11 x 17) Large Format: $3.00/sheet (Including Half Size) OTHER IN-HOUSE REIMBURSABLE ITEMS Check Generation Fee Data Supplies $25.00 CD documentation: $15.00 DVD documentation: $30.00 Automobile Mileage Billed according to IRS guidelines Report Binder Without tabs: $3.00/book Delivery Service With tabs: $4.00/book Fixed rates: $7.75 to$54.40 (depending on mileage) Foamcore: $4.25/sheet 0:\WP\WP Library\ADMIN-GENERAL OFFICE\Rate and Reimbursable Schedules\Reimbursables-SEA.docx April 2018 ACoRIJ CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 6/21/2024 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 Certificate Unit Edgewood Partners Insurance Center PHONE FAX One California Street (A/C.No.Ext):404-781-1700 (A/C,No): Suite 400 ADDRESS: Certificate@epicbrokers.com San Francisco CA 94111 INSURER(S)AFFORDING COVERAGE NAIC# License#:OB29370 INSURER A:Travelers Property Casualty Co of Amer 25674 INSURED MACKENG-01 INSURER B:Travelers Casualty and Surety Company 19038 Mackenzie Engineering, Inc. 1515 SE Water Ave, Suite 100 INSURERC: Portland OR 97214 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1103364650 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIALGENERALLIABILITY P-630-0L127311-TIL-23 9/1/2023 9/1/2024 EACH OCCURRENCE $1,000,000 DAMAGE TO CLAIMS-MADE X OCCUR PREMISES(EaENTED occurrence) $300,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X FE a LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY BA-4N116118-23-43-G 9/1/2023 9/1/2024 COMBINED SINGLE LIMIT $1,000,000 (Ea accident) ANY AUTO BODILY INJURY(Per person) $ — OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY _ AUTOS ONLY (Per accident) A UMBRELLA LIAB X OCCUR EX-1L64048A-23-43 9/1/2023 9/1/2024 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE N/A E.L.EACH ACCIDENT IM $ OFFICEREMBEREXCLUDED9 (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B A&E Professional Liability 106970374 9/1/2023 9/1/2024 Each Claim $5,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:Project Number 2240152.00 City of Spokane Valley is included as Additional Insured as respects General Liability where required by written contract with the Named Insured.Coverage is primary and non-contributory. 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 10210 E Sprague Avenue AUTHORIZED REPRESENTATIVE Spokane Valley WA 99206 ate- I ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD a� : STALE OF WASHINGTON Department of tabor& Industries Certificate of Workers' Compensation Coverage April 25, 2024 WA UBI No. 601 425 994 L&I Account ID 479,257-01 Legal Business Name MACKENZIE ENGINEERING INC Doing Business As MACKENZIE ENGINEERING INC Workers'Comp Premium Status: Account is current. Estimated Workers Reported Quarter 4 of Year 2023"31 to 50 Workers" (See Description Below) Account Representative Employer Services Help Line, (360)902-4817 Licensed Contractor? No What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. ludustrlal Insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). A��Df CERTIFICATE OF LIABILITY INSURANCE DATE 8/9/2029120(MMIODNYYY) 4 24 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 Edgewood Partners Insurance Center One California Street Suite 400 San Francisco CA 94111 CONTACT NAME: Certificate Unit FAX PHONE 404-781-17DD I ac o cartificatelfiteDicbrokers.cam INSURE 3 AFFORDING COVERAGE NAIC0 INSURER A: Travelers Proceqy Casualty Co of Amer 25674 Licensee: 08 INSURED MACKENG4H Mackenzie Engineering, Inc. 1515 SE Water Ave, Suite 100 INSURER a: Travelers Casualty & Surety Co America 31194 INSURER C: Portland OR 97214 INsuRERo: NSURERE: INSURER F : COVERAGES CERTIFICATE NUMBER: 1741176410 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. WLTR SR 1 TYPEOFINSURANCE A10 ODL SUBR POLICY NUMBER P.OUCY/YEFF MMID Y� LIMBS A X COMMERCIALGENERALLIABILITY CLAIMS -MADE Fx] OCCUR 63DOL127311TIL24 9/1/2024 911/2025 EACH OCCURRENCE $1,000,000 PREMISES Ea 000unence $300.000 MEDEXP(Myone mon) $5,000 PERSONAL 6 ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY O JECT LOC GENERALAGGREGATE $2,000,000 PRODUCTS-COMP/OP AGO $2,000,000 $ OTHER A AUTOMOSILELIABILITY BMN1161182443G 9/1/2024 W1/2025 FO BI SINGLEUMIT $1,000,000 BODILY INJURY (Per person) $ OWNEDO OWNED SCHEDULED AUTOS ONLYNAUTOS HIRED NON-OWND AUTOS ONLY AUTOS ONEYY BODILY INJURY (Per eetldenl) $ X PROPERTYDAMAGE Per aced $ $ A UMBRELLA LIAR EXCESS LIAR X OCCUR CWMS-MADE EXILS404BA2443 9/1/2024 9/1/2025 EACHOCCURRENCE $5.000.000 X AGGREGATE $5,000.000 OED I I RETENTIONS $ WORKERS COMPENSATION AND EMPLOYERS'LIABILITY YIN ANYPROPRIETORIPARTNEWEXECUTIVE OFFICEWMEMBEREXCLUDEDI N/A PER DTI+ STATUTE ER E.L. EACH ACCIDENT $ E.L. DISEASE -EA EMPLOYEE $ (Mandatory In NMI If Yes, deudbe um'm E.L. DISEASE -POLICY LIMIT $ DESCRIPTION OF OPERATIONS below B ASE Professional Lability 106970374 9/1/2024 9H/2025 Each claim $5.000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more spsp Is ragelmd) RE: Project Number 2240152.00 City of Spokane Valley is included as Additional Insured as respects General Liability where required by written contract With the Named Insured. Coverage is primary and non-contributory. City of Spokane Valley 10210 E Sprague Avenue Spokane Valley WA 99206 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHOWiEDREPRESENTATIVE 1&Mu,1B_ X_S- ©1988-201 ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD All rights reserved. w .saif.wm Oregon Workers' Compensation Certificate of Insurance Certificate holder: CITY OF SPOKANE VALLEY 10210 E SPRAGUE AVENUE SPOKANE VALLEY, WA 99206 S 11 f Work. OregLife.on. The policy of insurance listed below has been issued to the insured named below for the policy period indicated. The insurance afforded by this policy is subject to all the terms, exclusions and conditions of such policy; this policy is subject to change or cancellation at any time. Insured Producer/contact Mackenzie Engineering Incorporated PO Box 14310 SAIF Corporation SAIF Corporation Portland, Or 97293-0310 Issued 09/06/2024 Policy 753429 Period 09/01/2024 to 09/01/2025 Limits of liability Bodily Injury by Accident $2,000,000 each accident Bodily Injury by Disease $2,000,000 each employee Body Injury by Disease $2,000,000 policy limit Description of operations/locations/special items All Operations Important This certificate is issued as a matter of information only and confers no rights to the certificate holder. This certificate does not amend, extend or alter the coverage afforded by the policies above. This certificate does not constitute a contract between the issuing insurer, authorized representative or producer and the certificate holder. CANCELLATION: SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED TO THE POLICYHOLDER AND CERTIFICATE HOLDER IN ACCORDANCE WITH THE POLICY PROVISIONS AND OREGON LAW. SAIF WILL ENDEAVOR TO PROVIDE WRITTEN NOTICE WITHIN 30 DAYS WHENEVER POSSIBLE. Authorized representative V ✓. Chip Terhune President and CEO 400 High Street SE Salem, OR 97312 P: 800.285.8525 F: 503.584.9812 Pd1q_oLCA_ce01e0nnw.nw