Loading...
23-237.00TurnerTownsendHeeryLLCProjectManagerDesignBuildCrossCountry Contract No.23-237.00 AGREEMENT FOR PROFESSIONAL SERVICES Turner& Townsend Heery,LLC THIS AGREEMENT is made by and between the City of Spokane Valley,a code City of the State of Washington, hereinafter"City"and Turner& Townsend Heery, LLC, hereinafter"Consultant,"jointly referred to as"Parties." IN CONSIDERATION of the terms and conditions contained herein,the Parties agree as follows: 1. Services 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. E. Construction Professionals. The Scope of Services, as it relates to the construction, design and consulting efforts of parties engaged by City to perform work on the Project ("Construction Professionals"), will be limited to overseeing and managing the work of the Construction Professionals. Agreement for Professional Services(with professional liability coverage) Page 1 of 9 Contract No.23-237.00 F. Hazardous & Pre-existing Conditions. In no event shall the Scope of Services include the responsibility to detect, handle, remediate or dispose of any hazardous or other pre-existing conditions at a project site. 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 June 30, 2024 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 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 $50,000,as full compensation for everything done under this Agreement, as set forth in Exhibit B. Consultant shall not perform any extra, further, or additional services for which it will request additional compensation from City without a prior written agreement for such services and payment therefore. 4. Payment. Consultant shall be paid monthly upon presentation of an invoice to City. Applications for payment shall be sent to the City Finance Department at the below-stated address. City reserves the right to withhold payment under this Agreement for that portion of the work(if any)which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Scope of Services, City standards, City Code,and federal or state standards. 5. Notice. Notices other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONSULTANT: Name: Marci Patterson, City Clerk Name: David Beaudine,Vice President Phone: (509)720-5000 Phone: 509-714-7167 Address: 10210 East Sprague Avenue Address: 1212 N. Washington St., Ste 219 Spokane Valley,WA 99206 Spokane,WA 99201 6. Applicable Laws and Standards. The Parties, in the performance of this Agreement, agree to comply with all applicable federal, state, and local laws and regulations. Consultant states that its 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; Agreement for Professional Services(with professional liability coverage) Page 2 of 9 Contract No.23-237.00 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. 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 specifically for and delivered to City 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. Consultant shall require the same insurance from its agents,representatives,employees,or subcontractors. A. Scope of Insurance. Consultant's required insurance shall be of the types and coverages as Agreement for Professional Services(with professional liability coverage) Page 3 of 9 Contract No.23-237.00 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 included as an additional insured to the extent of loss attributable to the negligence of Consultant under Consultant's commercial general liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO CG 20 26. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. 4. Professional liability insurance appropriate to Consultant's profession. B.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 of$10,000,000 each occurrence, and $10,000,000 general aggregate, which limits may be provided by any combination of primary and following form excess policies. 3. Professional liability insurance shall be written with limits of$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 to the extent of loss attributable to the negligence of Consultant 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. 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. Agreement for Professional Services(with professional liability coverage) Page 4 of 9 Contract No.23-237.00 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 third party claims, actions, suits, liability, loss,costs,attorney's fees,costs of litigation,expenses, injuries,and damages of any nature whatsoever to the extent 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. 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 Agreement for Professional Services(with professional liability coverage) Page 5 of 9 Contract No.23-237.00 party in any arbitration proceeding between City and any third party that includes a claim or claims that arise out of, or that are related to Consultant's services under this Agreement. Consultant further agrees that the Arbitrator(s)' decision therein shall be final and binding on Consultant and that judgment may be entered upon it in any court having jurisdiction thereof. 18. Cost and Attorney's Fees. The prevailing party in any litigation or arbitration arising out of this Agreement shall be entitled to its attorney's fees and costs of such litigation(including expert witness fees). 19. Entire Agreement. This written Agreement constitutes the entire and complete agreement between the Parties and supersedes any prior oral or written agreements. This Agreement may not be changed, modified,or altered except in writing signed by the Parties hereto. 20.Anti-kickback. No officer or employee of City,having the power or duty to perform an official act or action related to this Agreement shall have or acquire any interest in this Agreement, or have solicited, accepted, or granted a present or future gift, favor, service,or other thing of value from any person with an interest in this Agreement. 21. Business Registration. Consultant shall register with the City as a business prior to commencement of work under this Agreement if it has not already done so. 22. 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 Consultant's obligations under this Agreement and the Acts and the Regulations relative to non-discrimination on the grounds of race,color,or national origin. 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. Agreement for Professional Services(with professional liability coverage) Page 6 of 9 Contract No.23-237.00 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 paragraphs of these Contract Clauses 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 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- Agreement for Professional Services(with professional liability coverage) Page 7 of 9 Contract No.23-237.00 aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems,places of public accommodation,and certain testing entities(42 U.S.C. §§12131- 12189)as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. §47123) (prohibits discrimination on the basis of race,color,national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI,you must take reasonable steps to ensure that LEP persons have meaningful access to your programs(70 Fed.Reg. at 74087 to 74100); and Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities(20 U.S.C. §1681 et seq.). 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. Limitation of Liability. Neither Party shall be liable for any lost or prospective profits or any other indirect, consequential, special, incidental, punitive, or other exemplary losses or damages, whether based in contract, warranty, indemnity, negligence, strict liability or other tort or otherwise, regardless of the foreseeability or the cause thereof. Consultant shall be entitled to rely upon the accuracy and completeness of information provided to it by City or others on City's behalf for the performance of Consultant's Scope of Services. 25. 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 Z!S> day of �` CC ,20 73. Agreement for Professional Services(with professional liability coverage) Page 8 of 9 Contract No.23-237.00 CITY OF SPOKANE VALLEY Consultant: a�--'I -Ily signed by David dine 3=2:1/ ✓�/J 18a 2023.12.15 aft:59-08'00' J///' man, City Manager By: David Beaudine, Vice President Its: Authorized Representative APPROVED AS TO FORM: O = • the City Attorney Agreement for Professional Services(with professional liability coverage) Page 9 of 9 • Turner & Townsend Heeiv 1212 N. Washington, Suite 219 Spokane, Washington 99201 +1 509 714 7167 Tel www.cbreheery.com December 4,2023 City of Spokane Valley Mike Basinger- Director of Economic Development mbasinger@spokanevalleywa.gov RE: Spokane Valley Cross Country Complex- Phase 10wner Rep/Project Management Proposal Mr. Basinger, I appreciate this opportunity to provide you with this proposal to partner with you and the City on this exciting project for the City and our community. Scope of Work It is our understanding after our recent meeting that we will split this project up into two phases,with this first phase being focused on the approval for use of progressive design build (PDB)and the procurement of the design-build team. Scopes of work will include but are not limited to: • Prepare and submit Project Review Committee(PRC)application for use of Progressive Design Build • Develop PRC presentation, prepare City and participate in presentation to PRC committee • Development of PDB RFQ/RFP for release after approval by PRC • Assist in development and review of legal contract documents • Manage the procurement process for the PDB team including all required correspondence • Review and scoring of RFQ's • Prepare for and execute proprietary meetings • Develop RFP and review submissions • Assist City through various design meetings and coordination for the site Staff As proposed,our team will be led by senior project manager Jonathan Miller who will be the main point of contact throughout the entire project. Assisting him with this phase will be Kim Via as administrative support as well as myself, David Beaudine,who will serve as project executive and provide insights and guidance due to understanding of the City and PDB from work on City hall. In addition, I will support the team to make sure we have the resources necessary and are meeting the expectations in which you have of us. Schedule Based upon your current schedule and follow up conversations we are planning to submit the PRC application by the December deadline with a plan the issue the RFQ immediately upon approval by the PRC in January and final selection of the progressive design build team by early April. fee Based upon the aforementioned scope of work and schedule we propose a time spent agreement with a not to exceed in the amount of$50,000, based upon mutually agreed to terms and conditions in line with previously agreed upon contract terms on city hall. This will include all labor and expenses(travel, printing..) to execute the desired scope of work. Our fee was developed based upon expected manhours and that team members billable rate. Below are our proposed team members and their associated 2023 and 2024 (which reflects a 3.5%increase) hourly rates. December 4, 2023 Owner Rep/ Project Management Support City of Spokane Valley—Cross Country Complex Page 2 Rate Name Title 2023 Mth 11 12 Hrs/mth Hours Cost David Beaudine Exec $ 225.00 8 8 $ 1,800.00 Jonathan Miller SME $ 190.00 30 30 $ 5,700.00 Roxann Robinson Financial $ 130.00 0 $ - Nenad Curgus Scheduler $ 175.00 0 $ - Kim Via Admin $ 72.00 4 4 $ 288.00 ODC 100 $ 100.00 $ 7,888.00 Rate Name Title 2024 Mth 1 2 3 4 5 6 7 8 9 10 11 12 Hrs/mth tAt Hours Cost David Beaudine Exec $ 232.88 8 6 12 26 $ 6,054.75 Jonathan Miller SME $ 196.65 60 60 50 170 $ 33,430.50 Roxann Robinson Financial $ 134.55 0 $ - Nenad Curgus Scheduler $ 181.13 0 $ - Kim Via Admin $ 74.52 4 4 4 12 $ 894.24 ODC 100 100 100 $ 300.00 $ 40,679.49 Total: $ 48,567.49 Time Spent Contingency(Approx 3%): $ 1,432.51 GRAND TOTAL: $ 50,000.00 Thank you for the opportunity to provide you with this proposal. We look forward to continue to cultivate the relationship between the City of Spokane Valley and Turner&Townsend Heery with this project. Please do not hesitate to reach out with any questions that you may have. Respectfully submitted, Turner&Townsend Heery,LLC David Beaudine,CCM,Assoc. DBIATM Vice President David.Beaudine@turntown.com 509-714-7167 ��...4, TURN&TO-01 MPERRI ACOOA /Y R DATE(MM/DDYYY) C CERTIFICATE OF LIABILITY INSURANCE 12/11/2023 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 NONTACT Melissa Perri Bartlett&Company,Inc. 1601 Market Street (NCC,No,Ext):(215)546-9660 1jAA/c,No):(215)546-9665 E-Suite 2560 ADDRESS: Philadelphia,PA 19103 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Great Northern Insurance Company 20303 INSURED INSURER B:Federal Insurance Company 20281 Turner&Townsend Heery,LLC INSURER C:Pacific Indemnity Company 20346 3550 Lenox Road NE,Suite 2300 INSURER D: Atlanta,GA 30326 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD IMMIDD/YYYY1 IMM/DDIYYYYI A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 9950-62-05 10/1/2023 10/1/2024 DAMAGETORENTED 1,000,000 X X PREMISES(Ea occurrence) $ MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ ANY AUTO 7351-72-37 10/1/2023 10/1/2024 BODILYINJURY(Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ X HIRED X NON-OWNED PROPERTYDAMAGE AUTOS ONLY _ AUTOS ONLY (Peraccident) $ $ B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 10,000,000 EXCESS LIAB CLAIMS-MADE 7979-93-92 10/1/2023 10/1/2024 AGGREGATE $ 10,000,000 DED X RETENTION$ 0 $ C WORKERS COMPENSATION X PER ATUTE• OOTH AND EMPLOYERS'LIABILITY 7170-90-58 10/1/2023 10/1/2024 1,000,000 ANY YIPROPRIE OR/PARTNER E ECUTIVE ER YIN NIA E.L.EACH ACCIDENT $ OF(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Project Number:HII-2336300 and Project Name:City of Spokane Valley—Cross Country Complex City of Spokane Valley is hereby recognized as Additional Insured under the General Liability where required by written contract. A Waiver of Subrogation is also applicable. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Spokane ValleyTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN P ACCORDANCE WITH THE POLICY PROVISIONS. 10210 East Sprague Avenue Spokane,WA 99206 AUTHORIZED REPRESENTATIVE . ,H-"`�-`✓� ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A D CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YYYY)12/12/2023 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 Jack Turner NAME: PHONE FAX Lockton Companies LLP (A/C.No.Ext): (A/C,No): The St Botolph Building E-MAIL Jack.Turner@lockton.com 138 Houndsditch ADDRESS: London INSURER(S)AFFORDING COVERAGE NAIC# EC3A 7AG INSURER A: Lloyd's Syndicate 386(QBE)-Lead Insurer N/A _ INSURED INSURER B: Lloyd's Syndicate 2488(Chubb) AA-1128488 Turner&Townsend Heery,LLC INSURER C: Allianz Global Corporate and Specialty SE AA-1344102 3550 Lenox Road NE,Ste.2300 Atlanta,GA 30326 INSURER D: Lloyd's Syndicate 1686(Axis) AA-1120156 404.504.7900 INSURER E: Royal and Sun Alliance Insurance Ltd N/A INSURER F: Endurance Worldwide Insurance Ltd AA-1124129 1 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 TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTRINSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE RENTED _ CLAIMS-MADE OCCUR PREMISESO(Ea occurrence) $ MED EXP(Any one person) ' PERSONAL&ADV - $ GEN'L AGGREGATE LIMIT APPLIES PER: GENE REGATE $ POLICY PRO- JECT LOC 'ODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ (Ea accident) ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-0•: AGGREGATE $ DED RETENTION'. $ WORKERS COMPENS• PER OTH- ANDEMPLOYE- ' •=ILITY Y/N STATUTE ER ANYPRO•- OR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OF ' -MEMBEREXCLUDED? N/A andatory In NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Indemnity P3A07008 07/01/2023 06/30/2024 USD 2,000,000 per claim,limited to USD 2,000,000 in the aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Project Number:HII-2336300 Project Name:City of Spokane Valley—Cross Country Complex CERTIFICATE HOLDER CANCELLATION City of Spokane Valley SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 10210 East Sprague Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Spokane,WA 99206 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 441(A-Y. �l I l ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Public Agency Name: City of Spokane Valley Roster Type: Consultant Roster Date: 11/29/2023 Time: 09:43 am Main-Category: Construction Management Sub-Category: Claims Support,Cost Estimating,Greenhouse Consultation and Construction Management, Program Management, Project Controls, Project Management, Project Management Oversight,Scheduling, Staff Augmentation, Utility Coordination Consultant Roster Businesses: ACS Professional Staffing ADP Resources AEI Engineering, Inc. ALLWEST Testing&Engineering Alta Science and Engineering, Inc. Anchor QEA,LLC Apex Mechanical Ilc Ard u rra Art Anderson Associates ATCO Communications Services, LLC ATS Automation Aubrey Silvey Enterprises Inc. Banack Barker Creek Consulting LLC BCRA,Inc. Bernardo Wills Architects PC BHC Consultants, LLC Black&Veatch Blueline BLUESHOES MEDIA LLC dba The Vida Agency Bogard Pascua Engineers,PS Broadband Development Group LTD Burns&McDonnell Cannon Construction LLC Capture Energy Century West Engineering Cobb, Fendley&Associates, Inc. Coho Water Resources Complete Design, Inc. Consor North America,Inc. Cornerstone Architectural Group CON North America Inc. CPH Consultants CRCI, LLC Cross Reiter,Inc. CRW Engineering Group, Inc Cumming Management Group Daramola,Inc. David Evans and Associates, Inc. design2 LAST,inc DOWL LLC,D.B.A. DOWL E&H Engineering,Inc. EA Engineering,Science,and Technology,Inc., PBC EBD Services LLC EHS-International, Inc. Energy EcoSystem LLC Energy Northwest-ES&D Engineering Economics, Inc. Epic Land Solutions, Inc. Erlandsen&Associates Ethos Civil Evergreen Coating Engineers, LLC Exeltech Consulting, Inc. Fehr&Peers FICKETT STRUCTURAL SOLUTIONS, INC. Forte Architects, Inc. Fulcrum Environmental Consulting, Inc. Gray and Osborne, Inc. GreenWorks PC Hainline HDR Engineering, Inc. Hechtman Consulting LLC Hill International, Inc. Horrocks Hutzen and Associates LLC HYTECH ROOFING, INC. Impact Design Integrity Energy Services INW Builders LLC J-U-B ENGINEERS,Inc. Jacobs Engineering Group Inc. James A.Sewell&Associates, LLC JCR Collective Kaiser Bower Design&Consulting KBA,Inc. Keller Associates,Inc. Kleinfelder Klosh Group,Inc Land Expressions Law Logic, LLP Lochner(H.W. Lochner) LSB Consulting Engineers MacKay Sposito Meier Architecture • Engineering Millennium Model Solutions Morrison-Maierle Mott MacDonald, LLC Munn Waterworks Management,LLC MW Consulting Engineers NEXUS bec Nexus Planning Services NorthStar Utility Services LLC OAC Services,Inc. Osborn Consulting Inc Pacific Engineering&Design, PLLC Pacific Surveying and Engineering Services PAE Parametrix Parr Excellence PBS Engineering and Environmental Inc. PCS Technologies,Inc Perteet Inc. PLACE LANDSCAPE ARCHITECTURE LLC Progressive Design-Build LLC R&W Engineering,Inc. Raedeke Associates,Inc. Railstar Engineering LLC Red Line Design, INC Resolve Marine-PNW Richaven Architecture&Preservation ROCK CREEK COMMUNICATIONS GROUP,LLC Rock Project Management Services,L.L.C. Rolluda Architects, Inc. RS&H,Inc Sageland Strategic LLC Saturna Watershed Sciences SBN Planning LLC Schnabel Engineering,LLC SCJ Alliance Site Works Sitts&Hill Engineers, Inc. Skillings,Inc. SoundEarth Strategies,Inc. Soundview Consultants LLC Splice Stantec Surveying And Mapping,LLC Tastad Construction Inc. TD&H Engineering,Inc. Terraphase dba Robinson Noble Tetra Tech,Inc. The Aviation Planning Group The Operational Remedy Toole Design Group LLC Turner&Townsend Heery, LLC Vanir Construction Management Varela Engineering&Management Varius Inc. Veksel Consulting&Contracting, LLC. Verdis VIA-A Perkins Eastman Studio Vikek Environmental Engineers, LLC Welch Comer Engineers Wenaha Group West Coast Code Consultants,Inc Whitewolf Engineering Services WHPacific,Inc. WithersRavenel WRK Engineers WSP USA Inc.