Loading...
24-159.02WalkerConstructionIncFloraParkCrossCountryCIP#0361Spokane j%11ey 24-159.02 Public Works Department 10210 E Sprague Avenue ♦ Spokane Valley WA 99206 Phone: (509) 720-5000 ♦ Fax: (509) 720-5075 www.spokanevalleywa.gov GMP AMENDMENT #2 CITY OF SPOKANE VALLEY CROSS COUNTRY COMPLEX By signatures below, the Parties agree to the following Guaranteed Maximum Price (GMP) Amendment: 1. Pursuant to Section 6.6.1 of the Agreement, this GMP Amendment incorporates the following terms into the Agreement. To the extent any terms set forth in this GMP Amendment conflict with the Agreement, the terms in this GMP Amendment shall govern. The parties agree to continue to abide by those terms and conditions of the original Agreement and any amendments thereto which are not modified by this GMP Amendment #2. 2. The Design -Builder has submitted to Owner the GMP Proposal pursuant to Section 6.6.1.6 of the Agreement. 3. The Owner has reviewed the GMP Proposal, the parties have reconciled the Owner's Comments pursuant to Section 6.6.1.6 of the Agreement, and the Owner has accepted the GMP Proposal as reconciled. The conformed, reconciled GMP Proposal is attached to this GMP Amendment at Exhibit A and is incorporated as if fully set forth herein. 4. The Owner has decided to exercise its option to enter into Phase 2 of the Agreement pursuant to Section 6.6.1.6.0 of the Agreement. Consistent with the GMP Proposal, the parties hereby establish the following Commercial Terms: Guaranteed Maximum Price $5,588,118 Cost of the Work $5,145,123 Design -Builder's Fee Percentage 8.61% $442,995 Lump Sum General Conditions Costs $470,343 Cost of the Work Contingency Section 6.4.4.1.a $125,000 Design -Builder's Contingency Section 6.4.4.1.b $0 Substantial Completion Date 10/20/25 Final Completion Date 11/20/25 Contract Summary to Date: Validation Amount $210,426 Early Work Package 1 $2,506,775 Previous Total Contract Amount $2,717,201 GMP Amendment #2 Amount w/o sales tax $2,870,917 New Contract Amount w/o sales tax $5,588,118 Other Commercial Terms are set forth pursuant to the following Exhibits: a. Allowances as set forth in Section 6.4.1 of the Agreement are set forth and described in Exhibit B to the GMP Amendment. b. Not to Exceed Sums as set forth in Section 6.4.2 of the Agreement are set forth and described in Exhibit C to the GMP Amendment. 0361 FloraCCC-Walker-GMPAmend 2 Page 1 of 2 24-159.02 C. Lump Sums as set forth in Section 6.4.3 of the Agreement (with the exception of the Design -Builder's Lump Sum Fee set forth above) are set forth and described in Exhibit D to the GMP Amendment. d. Contingencies as set forth in Section 6.4.4 of the Agreement are set forth above and described in Exhibit E to the GMP Amendment. e. Design -Builder's Lump Sum General Conditions Costs as set forth in Section 6.4.5 of the Agreement are set forth above and described in Exhibit F to the GMP Amendment. f. Unit Prices and Hourly Rates as set forth in Section 6.5.6 of the Agreement are described in Exhibit G to the GMP Amendment. g. Liquidated Damages as provided in Section 5.4 — 5.6 of the Agreement are $500 per calendar day. 7. Pursuant to Section 10.2 of the Agreement, Design -Builder shall provide a Payment and a Performance Bond pursuant to RCW Chapter 39.08 equal to one hundred percent (100%) of the amount of the Guaranteed Maximum Price set forth above. In executing this Amendment, Owner and Design -Builder each individually represents that it has the necessary financial resources to fulfill its obligations under this Amendment, and each has the necessary corporate approvals to execute this Amendment, and perform the services described herein. IN WITNESS WHEREOF, the parties hereto have caused this Amendment to be executed on the date set forth below. CITY OF SPOKANE VALLEY By: /��---- John Hohman City Manager Date: Y� WALKER CONSTRUCTION, INC. By: Josh Chrisman Vice President PO Box 3901 Spokane, WA 99220 (509) 535-3354 0361 FloraCCC-Walker-GMPAmend 2 Page 2 of 2 EXHIBIT A 7 WALKER CONSTRUCTION 3.22.2025 (Revision of 03.05.2025 and 03.1202025 proposals to capture civil scope additions and requirements) RE: CoSV Cross Country Complex — Final GMP Package Mike Basinger, Thank you for selecting Walker Construction and SPVV as your design -build partner for the new Cross Country Complex project location at 2697 N. Flora Road. Spokane Valley, Washington. Please review below final GMP Package. This scope of work and associated efforts is for 37 weeks or efforts from February 1, 2025 through October 20, 2025. 1. Complete Design for Site Utilities, Grading, Flora Road, Parking Lot, Irrigation and Landscaping. 2. Project General Conditions for Oversight and Management 3. Construction Quality Management per attached plan dated 3/19/2025. 4. Contract Closeout Approach per attached plan dated 3/19/2025. 5. Civil Grading and Utilities per drawings dated 1/10/2025. 6. Storm Water Infrastructure for one hundred Year Event 7. Irrigation and Landscaping per GMP drawings dated 1/10/2025. 8. Flora Road Improvements including extended improvements per GMP drawings dated 1/10/2025. 9. Parking Lots per GMP drawings dated 1/10/2025. 10. Restroom Building per stamped review dated 1/23/2025. 11. Restroom Building Utility Services and Hardscape 12. Expanded parking lot lighting and CCTV raceway. 13. Electrical engineering 14. Wider 70m start line betterment. 15. Concrete drive entrances betterment 16. Field house water stub betterment 17. Field House gravel road betterment 18. Viewing berm betterment 19. Timing Concrete Pad betterment 20. Upgrade Drive Entrances to Concrete and Incorporate Future Fieldhouse Water Stub by CoSV request email dated 1/24/2025. Remaining CoSV civil design requests from email dated 1/24/2025 have been fully evaluated and incorporated. Walker Construction, Inc is providing a Cost Plus Fee proposal with Guaranteed Maximum Price to complete the scope of work described above and attached documents for a cummulative total of $5,588,118. (Includes $125,000 in cost of work contingency section 6.4.4.4.1.a and none carried for design -builder contingency section 6.4.4.4.1.b as level of buyout and design completeness doesn't warranty carrying any design -builder contingency) Project Safety and Job Site Hazard Analysis provided in Early Work GMP Amendment #1 still applies and is accurate. The project GMP scope and funding has been evaluated and will be completed in a single phase withing schedule defined. All required permits have been secured and no additional permit requirement are anticipated. No differing site conditions are present as extensive site investigation and design review has been completed during validation and early work period. WaIkerConstruction, Inc. IPOBox3901ISpokane,Washington 992201509.535.33541509.534.1440 Assumptions: Spokane Sports grant funded work is independent of this GMP for items such as finish line arch and chute fencing. Items currenity not included in GMP pricing and needs finalized includes the following: Site/Course Signage, Site Fencing/Baracades, Boulder Placement, Natural Gas Service and associated road patching, CCTV, Sleeving beyond defined in pricing, Course Maintenance beyond establishment period of 6 weeks if course is substantially complete but still working on betterment items or waiting on restroom building finalization. No work to be completed on state owned property. Exclusions: Permits/Fees, Sales Tax, Third Party Inspection/Testing, Railway Flagging, Boring Obstructions/Impacts, Restroom Building holding up project substantial completion, Boring Schedule Delays, Easement or property line adjustments, Agreements with utilitity districts (Consolidated & Avista), Utility usage costs Please feel free to contact me with any questions. e�;K e5o2 — Josh Chrisman Vice President Walker Construction Inc. (509) 535-3354 ihrisman(abwalkerconstructioninc.com WALKER CONSTRUCTION INC. Section JOB NAME: C.SV Crow Country C.mpie. BID DATE & TIME: GMP P.... ge 3-5-25 DESCRIPTION LABOR MATERIALS e W1�i KF.F coNsreucr(or SUB TOTAL 1 Div 01 Permits - Excluded 0 0 0 2 Div 01 Sales Tax - Excluded 0 0 Validation 0 3 Div 01 Tnird Party Testing/Inspection - Excluded 0 0 4 Div 01 Rad Crossing - Land Easement Aoq.-t.. - E.muded 0 0 5 Div 01 Electrical Engineering - None in Validation but included In Electrical Main Service Betterment Scope 0 0 0 6 Div 01 Coordination & Deal, Meeting, - Validation 15,861 500 0 - 7 Div 01 Scheduling -Validation 5,000 0 0 • 8 Div 01 GMP Estimate Generation - Validation 8,750 0 0 ' 9 Div 01 Soil Pothole & S.mpia Teating - Validation 1,680 100 850 10 Div 01 SPW - Pre-Constructlon & Validation 0 0 45,000 L5, 11 Div 01 MMEC - Pre-Con,truction & Validation 0 0 26,500 12 Div 01 Cowman - Pra-Conao- ction & Valldatlon 0 0 50,000 13 Div 01 Conman - Top, Survey of Fiora Road - Validation 0 0 6,200 14 Div 02 Copenhaver - Pre -Construction & Validation 0 0 15,000 15 Div 02 Copanhavar - Rahway C....ing Permit Application - Allowance 0 0 13,000 16 Div 16 Energi,,d Electric - Pra-Con,tructlon & Validation 0 0 4,800 17 Div 01 SPW - Design Finag.ation & CA 0 0 80,000 18 Div 01 Coffman - Deal, Finauaatlon & CA (Cour„) 0 0 53,700 _ 19 Div 01 Project Sign,g, - Excluded 0 0 0 0 20 Div 01 Finl,h Line Archway - E.cwdad 0 0 0 0 21 Div 01 Sit. Far-, - Excluded 0 0 0 Amendment 1 0 22 Div 01 E.iating Utility Relocation - Excluded 0 0 0 in 0 23 Div 01 Utility Connection/Service Fees (Coats mracuy to CoSV) 0 0 scope 0 orange 0 24 Div 01 Railroad Flagging (Co t, from Ranroad directly to C,SV) 0 0 0 0 25 Div 01 Boring Obstruction Contingency - Carried by CoSV. 0 0 0 0 26 Div 01 Coffman - Parking Lot and Storm -ter Design 0 0 17,000 27 Div 01 Conman - Fiora Road Daslgn Finagaat 0 0 18,700 1W700 28 Div 02 R„troom Building Procurement 0 0 286,000 d000 29 Div 02 AM Landsnaper - Early Sod Maintenance Costs 0 0 25,000 woo 30 Div 02 Copanhavar - Early GMP Scope 0 0 1,020,377 �377 31 Div 02 Copenhaver - Early GMP Scope - Savings 0 0 -67,345 -67, 1 32 Div 02 Copennaver - On -Sit, Course Impr... m,nts (Boring Only 0 0 345,841 IM41 33 Div 02 Copennaver - Ram- Asphalt and Gravel Patch Back at Fiora for Water Service Connection 0 0 13,093 34 Div 02 Mowing and Temp Gravel 0 0 18,403 8,403 35 Div 16 Enarglted Electric - Base minimum project (200A Single Pnaae Service within 150' of Flora) 0 0 45,696 36 Div 16 Avist, Service 0 0 7,500 37 Div 01 SPW - Co.- routing revi,lon, 0 0 15,810 15,810 38 Div 01 Conman - Cour,a routing r,vi,lon, 0 0 7,854 7,854 39 Div 01 Conman - Track Monitoring Survey 0 0 14,000 14,000 40 Div 01 Conman - State Land boundary staking 0 0 3,500 3,500 41 Div 01 Conman - Reatroom Building Utility Design 0 0 6,000 6,000 42 Div 02 Reatroom Building Upgrade for Sacuritron Lock System 0 0 12,676 12,676 43 Div 02 Restroom Building S„p Di,p...... 0 0 2,666 2,666 44 Div 02 Cop -haver - Remaining On -Sit, Cours, Requirements - Utility services/connection 0 0 99,822 99,822 45 Div 02 Copanhavar - North Access Gravel Road Scope 0 0 25,045 25,045 46 Div 02 Copenhever - Parking Lot 0 0 140,560 140,560 47 Div 02 Copenhaver - Storm Drainage 0 0 58,257 58,257 48 Div 02 Copenhaver Additional tree clearing between parking lot and ,tart line 0 0 14,578 14,578 49 Div 02 Copenhaver - Cours, routing revisions 0 0 100,741 100,741 50 Div 02 Copenhaver - Dig Boring Teat Pits for Budinger method r, mm,ndati,n report 0 0 7,900 7,900 51 Div 02 Copenhaver - R,imbur,em,nt for Rahway Boring Permit Fees with E.p,diting 0 0 15,521 15,521 52 Div 02 Copenhever - Con,olid-c! Required Water System Ch,ngea 0 0 14,952 14,952 53 Div 02 Copennaver - Flor, Road Scope Increase 0 0 9,006 9,006 54 Div 02 Copenhaver - Parking Lot and Gravel Lot Increases 0 0 12,759 12,759 55 Div 02 Copennaver - R..troom Building S,rvlcas and Pad 0 0 45,388 45,388 56 Div 02 AM Landsnap,r - Irrigation Control Wire and Pull Box Procurement 0 0 11,000 11,000 57 Div 02 AM Lend,hapar - Baae Irrigation & Landscaping (If Bond R,guirad ADD $14,320) 0 0 1,239,950 1,239,950 58 Div 02 AM Land,h,par - Cour,a revision,, oettermIrt r,a, dryl,nd seed 0 0 18,960 18,960 59 Div 02 AM Landahaper - Flora Road Parking Lot Land,cape and Irrigation 0 0 114,720 114,720 60 Div 02 AM Landahaper - Bio,w,i„ & Mow Curb 0 0 43,300 43,300 61 Div 02 G,t,s at Gravel Road, off Parking 0 0 20,000 20,000 62 Div 02 Asphalt Parking Lot 0 0 100,650 100,650 63 Div 02 Asphalt Parking Lot - E.ten,ion 0 0 8,900 8,900 64 Div 02 Asphah Striping and algnage - Parking Lot 0 0 12,000 12,000 65 Div 02 Road Asphalt 0 0 42,250 42,250 66 Div 02 Asphalt Striping - Flor, Road 0 0 6,000 6,000 67 Div 03 Concrete Sidewalk Mobili:,tion 0 0 500 500 68 Div 03 Concrete Hard... be around R„[room Building and ad}a... t amenities 0 0 6,720 6,720 69 Div 03 Concrete Curb Mobglaation - Parking Log 0 0 500 500 70 Div 03 Concrete Type A Curb 16" 0 0 50,250 50,250 71 Div 03 Concrete 4" Sidewalk 0 0 15,400 15,400 Page t WALKER CONSTRUCTION INC. JOB NAME: CoSV Cross Cou.,try Complex BID DATE & TIME: GMP P.-ge 3-5-25 0 YY!'f111�.C.1� CUNS'1'RUC'I'I0� Seotio DESCRIPTION LABOR MATERIALS SUB TOTAL 72 Dw 03 Cdoo.ete L., Type 1 Ihi- Swe,e Pad, 0 0 3,250 3,250 73 Di, 03 Coo,.ete C rh eod G tter 0 0 26,815 26,815 74 Di 16 Eoerg-d E-trlo - Parki,g Lot Lighting (lodt,.d- 1" CCTV Empty C11-1 end Head H- ate 1h pole) 0 0 63,857 63,857 75 D� 16 Energized Ei- - - Re,trodm B-dmg Ser !de (125Amp Feeder end Cond-Siee .x) 0 0 13,777 13,777 76 D, 16 Energ,eed E-trld - Eieocride Engineering 0 0 8,000 8,000 77 D,, 02 AM L-c -p- - Viewing Be,-. 0 0 5,350 5,350 78 Di 02 Copenhe..er - Vi.-g Berm, 0 0 12,697 12,697 79 D- 02 Copenh-r Ste ,ng Chute Width to 70 meters (Additidre nei tree mo edin i end grag) 0 0 10,500 10,500 80 Di 02 Cdpe he ar-TimeeE-h,P..Gre eJPrep 0 0 4,671 4,671 81 Di 03 Timing Pad Cdnd - 0 0 4,050 4,050 82 Dw 03 Upgrade parking lot ent.endee to oondr o (qty=3 .sing pity standard 115) 0 0 28,500 28,500 83 Dw 02 Copenha..er - R-i- 2" rater aer..ioe to Reatroom to moiode -b opt for f-re neidho ae. 0 0 1,45 1,450 84 0 0 0 0 335,759 71,253 63,331 470,343 SUBCONTRACTORS 31,291 600 4,506,368 4,538,260 367,051 71,853 4,569,699 5,008,602 INSURANCE RATE 1.5% 1.5% 1.5% INSURANCE BURDEN 5,505.76 1,077.79 68,545 49 75,129 TOTAL 372,556 72,930 4,638,245 5,083,731,45 Perdiam PERDIEM 5,083,731.45 CONTINGENCY 2.5% 125,000.00 5,208,731.45 OH & P 6.00% 312,523.89 BOND 1.11% 66,862.95 Page 2 3/4/2025 2407-056V5 VSCoSV CX Course -Updated GMP Pricing " r ***Justin Hauge Previous Revised Quantity Quantity Units Unit Price Previous Total Revised Total Net Change GENERAL REQUIREMENTS Mobilization 1.00 1.00 LS $ 16,747.42 $ 16,747.42 $ 16,747.42 $ Erosion Control and Water Pollution Prevention 1.00 1.00 LS $ 17,665.33 $ 17,665.33 $ 27,419.33 $ 9,754.00 Project Temporary Traffic Control 1.00 1.00 LS $ 12,408.15 $ 12,408.15 $ 12,408.15 $ - ESC Lead 15.00 15.00 DAY $ 932.42 $ 13,986.30 $ 13,986.30 $ Inlet Protection 9.00 8.00 EA $ 51.01 $ 459.09 $ 408.08 $ (51.01) Project Management 1.00 1.00 LS $ 16,229.89 $ 16,229.89 $ 16,229.89 $ - GENERAL REQUIREMENTS SUBTOTAL $ 77,496.18 $ 87,199.17 $ 9,702.99 XC COURSE - BASE BID $ - $ _ $ Clearing & Grubbing 23.00 21.00 ACRE $ 7,755.09 $ 178,367.07 $ 162,856.89 $ (15,510.18) Stripping Topsoil Incl. Haut 8,357.00 17,199.00 CY $ 5.65 $ 47,217.05 $ 97,174.35 $ 49,957.30 Screening Topsoil 18,000.00 14,912.00 CY $ 2.96 $ 53,280.00 $ 44,139.52 $ (9,140.48) Removing Wire Fence 896.00 896.00 LF $ 3.13 $ 2,804.48 $ 2,804.48 $ Course Excavation Incl. Haul 15,650.00 15,650.00 CY $ 5.19 $ 81,223.50 $ 81,223.50 $ Embankment Compaction 15,000.00 15,000.00 CY $ 2.65 $ 39,750.00 $ 39,750.00 $ - Finish Subgrade- Course (Approximately 90% was Complete) 65,118.00 67,562,00 SY $ 0.79 $ 51,443.22 $ 53,373.98 $ 1,930.76 Storm Pipe 8IN. Diam. 360.00 - LF $ 80.34 $ 28,922.40 $ - $ (28,922.40) HDPE Irrigation Waterline 6 IN. Diam. 10,305.00 8,511.00 LF $ 37.39 $ 385,303.95 $ 318,226.29 $ (67,077.66) Gate Valve 3IN. 45.00 40.00 EA $ 1,498.86 $ 67,448.70 $ 59,954.40 $ (7,494.30) Adjust Valve Box 45.00 40.00 EA $ 158.24 $ 7,120.80 $ 6,329.60 $ (791.20) XC COURSE - BASE BID SUBTOTAL $ 942,881.17 $ 865,833.01 $ (77,048.16) OFF -SITE COURSE REQUIREMENTS (EARLY GMP) Railroad Crossing & Engineering 1.00 1.00 LS $ 345,841.27 $ 345,841.27 $ 345,841.27 $ OFF -SITE FLORA ROAD IMPROVEMENTS (EARLY GMP) Removing Asphalt Conc. Pavement 114.00 SY $ 5.38 $ 613.32 $ 613.32 $ Crushed Surfacing Top Course 325.00 TON $ 38.40 $ 12,480.00 $ 12,480.00 $ OFF -SITE FLORA ROAD IMPROVEMENTS -EARLY GMP SUBTOTAL $ 13,093.32 $ 13,093.32 $ OFF -SITE COURSE REQUIREMENTS (REMAINING FOR GMP) Removing Asphalt Conc. Pavement 639.00 639.00 SY $ 5.36 $ 3,425.04 $ 3,425.04 $ Crushed Surfacing Top Course 194.00 194.00 TON $ 36.64 $ 7,108.16 $ 7,108.16 $ Sewer Stub Cross Start Line (Originally6") 170.00 - LF $ 63.64 $ 10,818.80 $ 10,818.80 $ Connect to Existing Water Main 1.00 1.00 LS $ 8,645.60 $ 8,645.60 $ 8,645.60 $ Off -Site 8" PVC Water Main 455.00 455.00 LF $ 84.07 $ 38,251.85 $ 38,251.85 $ Install Water Vault 1.00 1.00 EA $ 20,840.43 $ 20,840.43 $ 20,840.43 $ Fire Hydrant Assembly (Blow Off) 1.00 - EA $ 10,732.47 $ 10,732.47 $ 10,732.47 $ OFF -SITE COURSE REQUIREMENTS (REMAINING FOR GMP) SUBTOTAL $ 99,822.35 $ 99,822.35 $ ACCESSROAD Finish Subgrade 3,320.00 3,320.00 SY $ 0.94 $ 3,120.80 $ 3,120.80 $ Crushed Surfacing Top Course 1,008.00 1,008.00 TON $ 21.75 $ 21,924.00 $ 21,924.00 $ ACCESS ROAD SUBTOTAL $ 25,044.80 $ 25,044.80 $ PARKING LOT Crushed Surfacing Top Course in Paved Areas 1,163.00 1,163.00 TON $ 35.56 $ 41,356.28 $ 41,356.28 $ Crushed Surfacing Top Course in Gravel Areas 2,184.00 2,184.00 TON $ 32.73 $ 71,482.32 $ 71,482.32 $ Sidewalk Prep 1,471.00 1,471.00 SF $ 1.85 $ 2,721.35 $ 2,721.35 $ Gravel Access Start/Finish Chute 487.00 487.00 TON $ 32.73 $ 15,939.51 $ 15,939.51 $ Electrical Trenching 600.00 600.00 LF $ 12.43 $ 7,458.00 $ 7,458.00 $ Excavate Light Pole Bases 6.00 6.00 EA $ 267.07 $ 1,602.42 $ 1,602.42 $ PARKING LOT SUBTOTAL $ 140,559.88 $ 140,559.88 $ 3/4/2025 2407-056V5 V5CoSV CX Course -Updated GMP Pricing ' ' ***Justin Hauge Previous Revised Quantity Quantity Units Unit Price Previous Total RevlsedTotal Net Change STORM DRAINAGE Type B Drywell 6.00 8.00 EA $ 4,423.37 $ 26,540.22 $ 35,386.96 $ 8,846.74 Type Catch Basin 3.00 - EA $ 2,715.21 $ 8,145.63 $ - $ (8,145.63) Rip Rap Outlet Pad 1.00 EA $ 1,357.45 $ 1,357.45 $ $ (1,357.45) 6" PVC SDR-35 Storm Drain -Parking Areas' 135.00 LF $ 61.27 $ 8,271.45 $ $ (8,271.45) 6" PVC SDR-35 Storm Drain-300 YrAreas 119.00 LF $ 61.30 $ 7,294.70 $ $ (7,294.70) Check Dam 2,824.00 430.00 SF $ 5.49 $ 15,503.76 $ 2,360.70 $ (13,143.06) Swale Excavation - 5,341.00 SF $ 3.84 $ - $ 20,509.44 $ 20,509.44 STORM DRAINAGE SUBTOTAL $ 67,113.21 $ 58,257.10 $ (8,856.11) BASE GMP SUBTOTAL $ 1,711,852.18 $ 1,635,650.90 $ (76,201.28) ADDITIONALSCOPE PERFORMED WITH CHANGE ORDER Additional Tree Clearing between parking lot and start line 1.00 LS $ 14,578.00 $ $ 14,578.00 $ 14,578.00 Course Routing Revisions 1.00 LS $ 100,741.00 $ $ 100,741.00 $ 100,741.00 ADDITIONAL SCOPE PERFORMED WITH CHANGE ORDER SUBTOTAL $ $ 115,319.00 $ 115,319.00 ADDITIONAL SCOPE PERFORMED WITHOUT CHANGE ORDER Test Pits for Bud inger Geo Report & RR Crossing 2.00 DAY $ 3,950.00 $ $ 7,900.00 $ 7,900.00 Railway Boring Permit with Expediting Fees 1.00 Is $ 15,521.00 $ $ 15,521.00 $ 15,521.00 ADDITIONAL SCOPE PERFORMED WITHOUT CHANGE ORDER SUBTOTAL $ $ 23,421.00 $ 23,421.00 OFF -SITE COURSE IMPROVEMENTS (CONSOLIDATED REQUESTED CHANGES) Revised Fire Hydrant Location (Added +/-47 LF) 1.00 EA $ 2,241.43 $ $ 2,241.43 $ 2,241.43 8" WA Ductile Iron Water Pipe 156.00 LF $ 55.61 $ $ 8,675.16 $ 8,675.16 Additional8" Water Main Piping 48.00 LF $ 84.07 $ $ 4,035.36 $ 4,035.36 OFF -SITE CONSOLIDATED REQUESTED ADDITIONAL SCOPE $ $ 14,951.95 $ 14,951.95 OFF -SITE FLORA ROAD IMPROVEMENTS (EXTENSION ADDITIONAL COST) Removing Asphalt Conc. Pavement 11.00 SY $ 5.38 $ $ 59.18 $ 59.18 Crushed Surfacing Top Course 233.00 TON $ 38.40 $ $ 8,947.20 $ 8,947.20 OFF -SITE FLORA ROAD IMPROVEMENTS ADDITIONAL SCOPE $ $ 9,006.38 $ 9,006.38 PARKING LOT SIZE CHANGES Increased Gravel for Larger Paved/Gravel Area 224.00 TON $ 35.56 $ $ 7,965.44 $ 7,965.44 Additional Electrical Trenching in Parking Lot 386.00 LF $ 12.43 $ $ 4,797.98 $ 4,797.98 PARKING LOT SIZE CHANGES SUBTOTAL $ $ 12,763.42 $ 12,763.42 RESTROOM BUILDING SERVICES AND PAD Deduct for Stub Cross Start Line (Originally 6") (170.00) LF $ 63.64 $ $ (10,818.80) $ (10,818.80) Extend sewer torestroombuilding -8" 235.00 LF $ 73.56 $ $ 17,286.60 $ 17,286.60 Extend sewer torestroombuilding -6" 281.00 LF $ 63.64 $ $ 17,882.84 $ 17,882.84 Install 48" SSMH 1.00 EA $ 5,535.23 $ $ 5,535.23 $ 5,535.23 2" Domestic Water to Restroom Building 173.00 LF $ 65.17 $ $ 11,274.41 $ 11,274.41 Restroom Building Slab Prep 309.00 SF $ 13.68 $ $ 4,227.12 $ 4,227.12 RESTROOM BUILDING SERVICES AND PAD SUBTOTAL $ $ 45,387.40 $ 45,387.40 REVISED GMP TOTAL AFTER ADDED SCOPE $ 1,711,852.18 $ 1,856,500.05 $ 144,647.87 BETTERMENT OPTIONS Widen Starting Chute 1.00 LS $ 10,500.00 $ $ 10,500.00 $ 10,500.00 Concrete Event Timing Pad Grade/Gravel Prep 450.00 SF $ 10.38 $ $ 4,671.00 $ 4,671.00 Landscape Berm 1.00 LS $ 12,697.38 $ $ 12,697.38 $ 12,697.38 Water stub and valve to club house 1.00 LS $1,450 $ $ 1,450.00 $ 1,450.00 A.M. LANDSHAPER INC. Contractors AMLAND" 971 DO 8004 N. Market Spokane, WA 99217 PHONE (509)468-4335 FAX (509)468-4225 Date: 02-03-2024 (revised 2-20-25) Walker Construction Attn: Josh Chrisman 1800 E. Trent Ave. Spokane, WA 99202 Proiect Description: Below is our pricing for the Flora Park Cross Country track for landscape and irrigation based on the GMP drawing set. AM Landshaper will provide irrigation laterals and heads per drawings. Irrigation main and wire to be installed by others. AM Landshaper will also spread onsite topsoil (provided by others) for track sod, provide and install landscape and irrigation for parking lot and provide and install bioswale soil. Subgrade and drywells by others. Scope of Work: Following proposal includes all labor, equipment and materials to furnish the above description of the base bid. Cross Country Track Landscape & Irrigation: • Site Mobilization • Temp Facilities • General conditions • Provide and install Irrigation laterals per plan o Connect irrigation valves to ball valve installed by others • Provide and install all heads per plan • Provide and install controller per plan o Connect Wire installed by others • Place and grade Topsoil for track o Install 6" of topsoil for cross country sod • 14,550 cy of onsite topsoil provided by others • Provide and install grass sod for cross country track and other sod areas o Sod grown locally o Installed in big rolls o All sod will be high performance track sod • Sod Maintenance o Mowing 3 times a week for 6 weeks o Spreading fertilizer during 6-week maintenance period • Provide and install dryland seed mix per drawings o Planting in Fall w/ no temporary irrigation or maintenance o Pricing based on quantity on plans Parking Lot area landscape and irrigation: • Provide and install irrigation system per plans o Connected to track controller o Provide and Install sleeves per plan • Install weed barrier fabric in beds • Provide and install Trees, shrubs and grasses per drawings o Provide 6" topsoil in beds o Provide basalt rock mulch o Provide and install river rock mulch per drawings • Provide and install concrete Mow curb per plans • Provide and install bioswale soil o Subgrade and drywells by others • Project construction Bond Landscape and Irrigation GMP = $ 1,441,930.00 Irrigation Wire Change Order = $ 11,000.00 Total GMP = $ 1,452,930.00 Dryland Seed Berm Extra = $ 5,350.00 Exclusions • Washington State Sales Tax • Irrigation Water Main and control wire for Cross country track • Erosion and sediment control • 15,000 of onsite topsoil provided by others • Approx. 1,700 of ditch spoils to remain on site • Vehicle Gate • Compacted gravel for parking lot and gravel road • Bioswale grading and drywells • Bick racks, trash cans and picnic tables • Dryland seed disturbed area is based on plans — waiting for verification Thank You, Justin Carr, Project Manager Phone number: 509-468-4335 Flora Park cost breakout AM Landshaper Moblization Temp Facilities General Conditions CC Track Irrigation heads and laterals CC track Topsoil place 6" CC Track Sod grow and install CC Sod Maintenance Prelim 7-18-24 1 1 Prelim 8-23-24 1 JGMP 2-20-25 $76,700.00 1 $376,350.00 1 $245,650.00 15,000 cy $504,100.00 15 acres $54,950.00 6 weeks Parking Lot prelim budget $472,500.00 Landscape and irrigation 3.5 per Sq ft for 135k Betterment area- 117k sq ft Parking lot topsoil Parking lot plants Parking lot irrigation Bioswales & mow curb Wire Change Order $1,730,250.00 Dry Land seed Berm $77,300.00 $389,500.00 40,750 If $289,200.00 15,000 cy $513,700.00 15 acres $54,950.00 6 weeks $21,200.00 hawthorm and pine tuber & polymer water retention $83,650.00 350 5 gal. shrubs 500 3 gal. shrubs 285 tons rock mulch I $1,429,500.00 1 $77,300.00 1 $367,350.00 32,100 LF $258,100.00 14550 cy $518,250.00 14acres total $43,950.00 6 weeks F I $18,960.00 363k sq ft dry land seed $10, 600.00 150cy $51,420.00 15 trees 135 shrubs 105 tons rock mulch $52,700.00 per plans $43,300.00 285 cy bioswale soil 250 LF of mow curb $11,000.00 $1,452,930.00 $5,350.00 aENERGIZED = NC ELECTRIC INC = February 25, 2025 Walker Construction 1800 E Trent Ave Spokane, WA 99202 RE: Spokane Valley Cross Country Complex Parking Lot Lighting & Rest Room Feeder Attn: Josh Christman Josh, GMP Proposal Parking Lot & Rest Room Feeder Base Contract: $4,800.00 Item #1: Electrical Base Budget Provide 200A Service CO #1 $45 696 00 Current Contract Total: $50, 496.00 Item #2: Add Parking Lot (7ea Poles): $63, 857.00 Item #3: Provide 125A Feeder to Rest Room: $13, 777.00 Item #4: Add Coffman Engineering Design Fee: $8 000 00 Total GMP Proposal: $85, 634.00 Item #2: Parkina Lot 2-18-2025 Dwo RF;7 nn 1) 7-ea Single Head Parking Lot Light Poles (240V) with Bases Included 2) Lights individually controlled by N-Light Air Wireless System, Photo Cell / Motion Control Included 3 1" CCTV Empty Conduit to 6ea Light Poles Included 4 Video Surveillance Hand Hole @ 6ea Pole Bases Included 5) Bond Cost @ 1 % Included 6 Coffman Engineering Design Fee Excluded IN ENERGIZED ELECTRIC INC = Item #3: Provide 125A Feeder to Rest Rnnm R11 777 nn 1) Power & Systems Course Conduit Sleeves Across Course Included 2) Coffman Engineering Design Fee Excluded Item #4: Coffman Engineering & Design Fee $8, 000.00 1) Coffman Engineering Design Fee Included Sincerely, ENERGIZED ELECTRIC, INC. Eric Martin, a 4 5 ' X Q g @ e'� P - v m, S N a 2 � o - m � 'e ID WALKER CONSTRUCTION CONSTRUCTION QUALITY CONTROL & ASSURANCE PLAN Project: Flora Road Cross Country Complex — City of Spokane Valley General Contractor: Walker Construction Inc. Date: March 19, 2025 The Quality Control (QC) & Quality Assurance Plan is Walker Construction's Strategy for ensuring the project scope is fully implemented per the project documentation to the Design team and Owner satisfaction. This plan is to be implemented during the build phase of this design -build project to ensure that the final product is per specified quality ensuring owner satisfaction. Definable Features of Work Definable features of work for the project include; Construction Activities Sub -Contractor ❑ Clearing and Grubbing Copenhaver Construction Inc. ❑ Irrigation Mainline Copenhaver Construction Inc. ❑ Site Civil Construction Copenhaver Construction Inc. ❑ Flora Road Waterline Copenhaver Construction Inc. ❑ Electrical Energized Electric Inc. ❑ Irrigation System and Controls A.M. Landshaper Inc. ❑ Landscaping Construction A.M. Landshaper Inc. ❑ Restroom Building Installation Public Restroom Building ❑ Site Concrete Five Star Concrete Inc. ❑ Paving Inland Asphalt Inc. PHASES OF INSPECTION Pre -Installation Meetings Pre -installation meetings will be performed prior to the beginning of Major Definable Feature of Works as required or needed by Design team and Owner. Pre -installation meetings will be conducted by the General Contractor. Pre -installation meetings will be held by Walker Construction and respective sub -contractors before the construction activity begins and will include an owner representative, design team representative & other sub- contractors affected by activity. Minutes will be recorded on Project Sight -Trimble and distributed by Walker Construction when meetings are completed. End User and Facilities Project Walks Monthly quality control walks and meetings with end users to approve progress and confirm quality of installation is as desired. These will be scheduled monthly and at any critical stage of the project where coordination and design intent confirmation are required. Submittals Submittals will be comprised of the manufacturer's data (material, equipment, etc.), including catalogue cut sheets showing dimensions, performance characteristics, capacities, wiring diagrams, schedules, operation and maintenance manuals and any other relevant information as requested in the project specifications. 1. Submittals shall be reviewed by Walker Construction first to check for conformance to the specifications provided and submitted through Trimble/Project Sight to the Design team. 2. The Design team will review and respond within 10 working days, if the submittal response is approved or approved as noted it is forwarded to the Owner for their review and response. When approved by Owner, submittal response is forwarded to sub -contractor for implementation. 3. If the Design team response is revise and resubmit, the submittal package is sent back to the sub -contractor for revision. Once the submittal is revised by sub -contractor, the revised submittal goes through the review process from step 1 above. The different stages of review above are to ensure that what is going to be installed is per specification and Owner needs. Submittal Log The submittal log will be maintained by Walker Construction. An updated submittal log will be provided to the Owner and Design team on a monthly schedule. Requests for Information (RFI) RFIs will be sent to the Design team and Owner in conditions where there is insufficient information to get an activity completed or where the information provided is unclear or conflicting. RFIs will be generated and sent using Trimble/Project Sight platform to the Design team & Owner for review and respond within 10 working days, unless specific situations need answered quicker. The RFIs will typically have back up pages or information showing the conformed construction documents or in field areas that require clarification. Punch List Once the construction activities have been finalized, Walker Construction will inspect all finished activities together with their sub -contractors and come up with a pre -punch list of items that still have deficiencies and create a pre -punch list. Plan Grid will be the platform used to track and list all the punch list Items with pictures. The Design team & Owner representative will be informed when the pre -punch list is complete at which point the design partners together with the Owner representative will walk the pre -punch list with Walker Construction and add any other punch list Items that they find, that aren't already on the list. This list developed from this walk/meeting will be the final punch list. Walker Construction will track the punch list items through Plan Grid ensuring all sub -contractors rectify each item on the list within their respective scopes. Continuous updates will be provided to the design team and Owner on the status of the punch list and when all Items are completed, they will be signed off by the Design team and Owner as completed/closed. WALKER CONSTRUCTION CoSV Cross Country Complex (2419) - RFI Template Subject RFI Template Discipline Importance Civil Normal Created on Due date 3/20/2025 3/27/2025 Author Seth Ritter Walker Construction, Inc. QUESTION Seth Ritter on 3/20/2025 08:41 AM RFI Question Request for Information Detailed with Comments 2710 North Flora Road Spokane Valley, WA 99216 Status Draft Location Date resolved Resolved by ProjectSight Printed on: 3/20/2025 Page 1 of 1 NCR FORM TEMPLATE Non -Conformance Report Flora Road Cross Country Complex NCR # Civil ❑ Landscaping ❑ Electrical ❑ Other❑ Date: Location: Construction Document: Const. Doc. Details: Non -Conforming Condition: Reported By: Date: Corrective measure: Trade/Sub-Contractor Responsible: Completion Date: Re -Inspected By: Date: Accepted/Confirmed By: Date: WALKER CONSTRUCTION CONTRACT CLOSEOUT PLAN Project: Flora Road Cross Country Complex — City of Spokane Valley General Contractor: Walker Construction Inc. Date: March 19, 2025 The Contract Closeout Plan is Walker Construction's strategy for ensuring this scope is fully implemented and completed to the Owner satisfaction per the project documents. This plan is to be implemented during the project to ensure that all requirements of the contract are complete. Closeout Checklist Closeout Checklist for the project include; Item ❑ Substantial Completion Notice ❑ Punchlist Completion ❑ Complete Project Record Documents (As-Builts) ❑ Removal of Temporary Equipment and Facilities ❑ Certificates of Release from Authorities having Jurisdiction ❑ Final Inspection and Occupancy ❑ Final Cleaning ❑ Warranty, Manual and Training Materials ❑ Fulfillment of Training Requirements ❑ Affidavits Complete/L&I Documentation ❑ Reconcile Financials PROCEDURE OF CONTRACT CLOSEOUT Substantial Completion The project will enter substantial completion when the Owner can occupy/use the property for its intended purpose. Written notice will be given to the Design team and Owner 10 working days prior to substantial completion. Punch List Completion As outlined in the project's Quality Control Plan Walker Construction will track the punch list items through Plan Grid ensuring all sub -contractors rectify each item on the list within their respective scopes. Continuous updates will be provided to the design team and Owner on the status of the punch list and when all Items are completed, they will be signed off by the Design team and Owner as completed/closed. Complete Project Record Documents Legibly marked record drawings and CAD files will be given electronically of the actual construction including the following: Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. Field changes of dimension and detail. Details not on original Contract drawings. Additionally, an electronic file of Walker Construction's Trimble/Project Site logs, submittals, daily reports, meeting notes, RFIs, photos, etc. will be given to the Owner after substantial completion. Completion of Permits/Applicable L&I Documentation Walker Construction will obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. Additionally, Walker Construction will manage and complete all State L&I documentation once substantial completion of the project has been established. Final Inspection Final inspection notice will be given once all punch list items have been addressed at which point the Design team and Owner will walk the facility with Walker Construction. Owner Training Walker Construction will organize operations and maintenance manuals into separate sections for each product and material. Included are source information, product information, maintenance procedures, repair materials and sources, and warranties. These documents will be given electronically unless otherwise requested prior to a formal training session. Onsite training of equipment will be conducted onsite prior to final completion. Walker Construction will coordinate with the Owner's operations and adjust the training schedule as needed to ensure the availability of all pertinent personnel. These training sessions will also be videotaped for record and given to the Owner after their completion. Reconcile Financials Once substantial completion has been accepted by the Owner, final reconciliation of the financials of the project will occur. Final Completion The project will enter final completion when all requirements of the contract have been satisfied. TIWALKER ONSTRUCTION Training Demonstration for : Date: Individuals in attendance: By: Training Sign In Sheet Name Company Signature Walker Authorized Personnel Authorized Acceptance: Date: Owner's Representative TWALKER CONSTRUCTION Training Modules: Develop a learning objective and teaching outline for each module. Include a description of specific skills and knowledge that participant is expected to master. For each module, include instruction for the following as applicable to the system, equipment, or component: 1. Basis of System Design, Operational Requirements, and Criteria: Include the following: a. System, subsystem, and equipment descriptions. b. Performance and design criteria if Contractor is delegated design responsibility. c. Operating standards. d. Regulatory requirements. e. Equipment function. f. Operating characteristics. g. Limiting conditions. h. Performance curves. 2. Documentation: Review the following items in detail: a. Emergency manuals. b. Operations manuals. c. Maintenance manuals. d. Project record documents. e. Identification systems. f. Warranties and bonds. g. Maintenance service agreements and similar continuing commitments. 3. Emergencies: Include the following, as applicable: a. Instructions on meaning of warnings, trouble indications, and error messages. b. Instructions on stopping. c. Shutdown instructions for each type of emergency. d. Operating instructions for conditions outside of normal operating limits. e. Sequences for electric or electronic systems. f. Special operating instructions and procedures. 4. Operations: Include the following, as applicable: a. Startup procedures. b. Equipment or system break-in procedures. c. Routine and normal operating instructions. d. Regulation and control procedures. e. Control sequences. f. Safety procedures. g. Instructions on stopping. h. Normal shutdown instructions. I. Operating procedures for emergencies. j. Operating procedures for system, subsystem, or equipment failure. k. Seasonal and weekend operating instructions. I. Required sequences for electric or electronic systems. m. Special operating instructions and procedures. 5. Adjustments: Include the following: a. Alignments. b. Checking adjustments. c. Noise and vibration adjustments. d. Economy and efficiency adjustments. 6. Troubleshooting: Include the following: a a. Diagnostic instructions b. Test and inspection procedures. 7. Maintenance: Include the following: a. Inspection procedures. b. Types of cleaning agents to be used and methods of cleaning. c. List of cleaning agents and methods of cleaning detrimental to product. d. Procedures for routine cleaning e. Procedures for preventive maintenance. f. Procedures for routine maintenance. g. Instruction on use of special tools. 8. Repairs: Include the following: a. Diagnosis instructions. b. Repair instructions. c. Disassembly; component removal, repair, and replacement; and reassembly instructions. d. Instructions for identifying parts and components. e. Review of spare parts needed for operation and maintenance. WALKCON-04 SSIMPSC 14COR0 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 8/27/2024 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 NAMEACT Stacia Simpson Hub International Northwest LLC PHONE PO Box 3144 INC, No, Et): (509) 319-2912 Spokane, WA 99220 A oR'L . Stacia.Simpson INSURED Walker Construction, Inc. P.O. Box 3901 Spokane, WA 99220 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRTYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MWDDhffYY (POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR _ X X TB2Z91464284084 7/1/2024 7/1/2025 EACH OCCURRENCE $ 1,000,000 DAMAGETOERENTED I occurrence 100,000 $ MED EXP (Any oneperson) $ 10,000 PERSONAL & ADV INJURY_ $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY a jpe LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 B AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTEO�S ONLY AUTOS AUTOS ONLY X AUOTOJ ONL� X X AS7Z91464284074 7/1/2024 7/1/2025 COMBINED SINGLE LIMIT $ 1,000,000 BODILY INJURY Per rson $ JX BODILY INJURY Per accident $ PPerracEciRdent AMAGE $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X TH7Z91464284114 7/1/2024 7/1/2025 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 DED RETENTION $ A WORKERS COMPENSATION ANDEMPLOYERS'LIABILITY AFFICER/ RIETOR EXCLUDED? ECUTIVE Y� (Mandatory In NH) If es, describe under DESCRIPTION OF OPERATIONS below NIA EL2Z91464284064 7/1/2024 7/1/2025 PER X OTH- T ER E.L. EACH ACCIDENT 1,000,000 $ E.L. DISEASE - EA EMPLOYE $ 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 $ C Prof/Poll Liability 52CPIHAO276 7/1/2024 7/1/2025 Each Condition/AGG 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CITY OF SPOKANE VALLEY CROSS COUNTRY COMPLEX PROJECT TITLE: CITY OF SPOKANE VALLEY CROSS COUNTRY COMPLEX CITY OF SPOKANE VALLEY, ITS OFFICERS, DIRECTORS AND EMPLOYEES ARE ADDITIONAL INSURED IN REGARD TO THE GENERAL AND AUTOMOBILE LIABILITY, ALONG WITH A WAIVER OF SUBROGATION FOR ON -GOING AND COMPLETED OPERATIONS PER THE FORM(S) ATTACHED. THE COVERAGE IS PRIMARY AND NON-CONTRIBUTORY WHERE REQUIRED BY A WRITTEN CONTRACT. CITY OF SPOKANE VALLEY 10210 E SPRAGUE AVE. SPOKANE, 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. AUTHORIZED REPRESENTATIVE UT� ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD L' . GENERAL SURETY RIDER To be attached and form a part of Type of Bond: Performance & Payment Bond Bond No.: K41904434 Dated effective: 10/9/2024 (MONTH, DAY, YEAR) executed by: Walker Construction, Inc. , as Principal, (PRINCIPAL) and by: Federal Insurance Company , as Surety, (SURETY) and in favor of: The City of Spokane Valley (OBLIGEE) In consideration of the mutual agreements herein contained the Principal and the Surety hereby consent to changing INFORMATION Increase Bond Amount FROM $ 2,729,877.98 TO $ 6,085,461.50 Nothing herein contained shall vary, alter or extend any provision or condition of this bond except as hei expressly stated. This rider is effective April 10, 2025 (MONTH, DAY, YEAR) Signed and Sealed April 11, 2025 (MONTH, DAY, YEAR) •ein Walker Construction, Inc. PRINCIPAL ci BY: e.sh , p TITL, Federal Insurance Company SURETY BY: y Shelby Groth,Attorney-in- a Surety Phone No.509-747-3121 CHUBS" Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Delaware corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Wm. Dinneen, Shelby Groth, Scott Jones, Kirsten Jordan, Travis Long, Keith H. McNally, Ryan J. Pugh, Sydney Schmidt and Daniel J. Stowe of Spokane, Washington--------------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this Rth day of July, 2024. %Varrcr Eichhorn.Vke President Rupert HD Swindells, Assistant Se cret:an, STATE OF NEW JERSEY County of Hunterdon On this Sm day of July, 2024 before me, a Notary Public of New Jersey, personally came Rupert HD Swindells and Warren Eichhorn, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Rupert HD Swindells and Warren Eichhorn, being by me duly sworn, severally and each for himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal as coHr aieert cNE OF i w"' Z NOTARY PUBLlC OF NEIV JERSEY No S0202369 Commission Expires August 22,2027 Notary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: "RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -in -fact ofthe Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal ofthe Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal ofthe Company or otherwise, such Written Commitments ofthe Company as may be specified in such written appointment; which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf ofthe Company, to delegate in writing to any other officer ofthe Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments ofthe Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Rupert HD Swindells, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies' do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 11 th day of -April, 202 Rupert HD Swindells. Assistant Secretary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US WANY OTHER MATTER, PLEASE CONTACT US AT: Telephone (908) 903- 3493 Fax (908) 903- 3656 a-maih surety@chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19) GENERAL SURETY RIDER To be attached and form a part of Type of Bond: Retainage Bond Bond No.: K41904446 Dated effective: 10/9/2024 (MONTH, DAY, YEAR) executed by: Walker Construction, Inc. , as Principal, (PRINCIPAL) and by: Federal Insurance Company , as Surety, (SURETY) and in favor of : The City of Spokane Vail (OBLIGEE) In consideration of the mutual agreements herein contained the Principal and the Surety hereby consent to changing INFORMATION Increase Bond Amount FROM $ 125,338.75 TO $ 279,405.90 Nothing herein contained shall vary, alter or extend any provision or condition of this bond except as hei expressly stated. This rider is effective April 14, 2025 (MONTH, DAY, YEAR) Signed and Sealed April 15, 2025 (MONTH, DAY, YEAR) •ein Wal er Construction, Inc. 7, j PRINCIPAL TITLE Dash �h05nW VP Federal Insurance Com any SURETY BY: Shelby Groth, orney-in- ac Surety Phone No.509-747-3121 V. CHUBS Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Westchester Fire Insurance Company I ACE American Insurance Company Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC INDEMNITY COMPANY, a Delaware corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the Commonwealth of Pennsylvania, do each hereby constitute and appoint Wm. Dinneen, Shelby Groth, Scott Jones, Kirsten Jordan, Travis Long, Keith H. McNally, Ryan J. Pugh, Sydney Schmidt andDaniel J. Stowe of Spokane, Washington--------------------------------------------------------------------------------------------------------------------------------------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 8th day of July, 2024. Rupert HD Swindells Assistant Se_retam, STATE OF NEW JERSEY County of Hunterdon Ik:nren Elchhom.Vice PreSidenl aft On this "day of July, 2024 before me, a Notary Public of New Jersey, personally came Rupert HD Swindells and Warren Eichhorn, to me known to be Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Rupert HD Swindells and Warren Eichhorn, being by me duly sworn, severally and each for himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that their signatures as such officers were duly affixed and subscribed by like authority. Notarial Seal q "' sift Albert Contursi NOTARY PUBLIC OF NEW JERSEY No SU202369 Commission Expires August 22,2027 N.t.,y Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016; WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20, 2009: 'RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company Is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney -in - fact of the Company with full power and authorityto execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment. which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Rupert HD Swindells, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies') do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect Given under my hand and seals of said Companies at Whitehouse Station, NJ, this 15th day of Apri i, 2025 �. Rupert HD Swindells. Assistant Secretary IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER PLEASE CONTACT US AT: Telephone (908) 903- 3493 Fax (908) 903- 3656 e-mail: surety@chubb.com Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)