Loading...
20-093.02HDREngineeringPinesRdBNSFGradeSeparationProject CONTRACT AMENDMENT TO THE AGREEMENT BETWEEN THE CITY OF SPOKANE VALLEY AND HDR Engineering, Inc. Spokane Valley Contract# 20-093.02 For good and valuable consideration,the legal sufficiency of which is hereby acknowledged, City and the Consultant mutually agree as follows: 1. Purpose: This Amendment is for the Contract for Final Design, Right-of-Way Services and PS&E Services for the Pines Road/BNSF Grade Separation Project No.0223 by and between the Parties,executed by the Parties on May 11, 2020, and which terminates on December 31,2025. Said contract is referred to as the"Original Contract"and its terms are hereby incorporated by reference. 2. Original Contract Provisions: The Parties agree to continue to abide by those terms and conditions of the Original Contract and any amendments thereto which are not specifically modified by this Amendment. 3. Amendment Provisions: The Original Contract is subject to the following amended provisions, which are attached hereto as Appendix"A". All such amended provisions are hereby incorporated by reference herein and shall control over any conflicting provisions of the Original Contract, including any previous amendments thereto. The amendments are summarized as follows: I. Revised Exhibit A of the Original Contract. II. Revisions to the scope of work identified in Exhibit B. III. A revised Appendix C of Exhibit B of the original contract. The total contract amount does not increase. 4. Compensation Amendment History: This is Amendment #2 of the Original Contract. The history of amendments to the compensation on the Original Contract and all amendments is as follows: Date Compensation Original Contract Amount May 11,2020 $2,062,269.14 Amendment#1 August 26,2022 NA Amendment#2 to be executed NA Total Amended Compensation $2,062,269.14 The parties have executed this Amendment to the Original Contract this 3/ day of May,2024 CITY OF P KANE VALLEY: CONSULTANT: 1", .10}1,1 A 61-- --- John H an By: Paul Ferrier City Manager Its: Vice President A VED T ORM: Of e of the Ci Attorney 1 APPENDIX"A" I. Exhibit A—Assurance of Compliance with Applicable Federal Law is amended to include the following language: 9.1 Compliance with provisions of Rebuilding America's Infrastructure with Sustainability and Equity grant program ("RAISE Grant"): Consultant has been provided the draft terms of the 2022 RAISE Grant, and agrees to comply with all provisions applicable to the City's consultants or subconsultants therein. All of the 2022 RAISE Grant provisions applicable to City's consultants and subconsultants are hereby incorporated by reference herein. Upon execution,the final RAISE Agreement between the City and the FRA/USDOT, Consultant shall be provided a copy of the agreement for its records,and the draft terms herein will be replaced with the executed agreement. 13. Provisions Required by 2 CFR Part 200,Appendix II: Consultant is subject all provisions identified in Appendix II to 2 CFR Part 200. Such provisions that are not otherwise identified in the Agreement or this exhibit are identified below: a. Equal Employment Opportunity. During the performance of this Agreement, Consultant agrees as follows: (1) Consultant will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. Consultant will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include,but not be limited to the following: employment,upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Consultant agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) Consultant will, in all solicitations or advertisements for employees placed by or on behalf of Consultant, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) Consultant will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired 2 about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation,proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with Consultant's legal duty to furnish information. (4) Consultant will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers'representatives of Consultant's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) Consultant will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) Consultant will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules,regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of Consultant's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules,regulations, or orders,this contract may be canceled, terminated, or suspended in whole or in part and Consultant may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) Consultant will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1)through(8) in every subcontract or purchase order unless exempted by rules,regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. Consultant will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened 3 with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, Consultant may request the United States to enter into such litigation to protect the interests of the United States. b. Copeland "Anti-Kickback"Act. Consultant shall comply with 40 U.S.C. 3145 as supplemented by 29 C.F.R. Part 3. Consultant acknowledges that it is prohibited from inducing,by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. Consultant agrees to timely report all suspected or reported violations to the LOCAL AGENCY. c. Contract Work Hours and Safety Standards Act. Consultant shall comply with 40 U.S.C. 3701-3708 to the extent applicable. d. Compliance with Environmental Law. Consultant shall comply with all applicable provisions of the Clean Air Act(42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act(33 U.S.C. 1251-1387), as amended. e. Byrd Anti-Lobbying Amendment. Consultant certifies that it has not and will not use Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Consultant must disclose any lobbying using non-Federal funds that takes place in connection with obtaining any Federal award. f. Procurement of Recovered Material. To the extent applicable to the work identified in the Agreement, Consultant shall comply with 2 CFR § 200.323. g. Prohibition on Video Surveillance Equipment from Certain Foreign Entities. To the extent applicable to the work identified in the Agreement, Consultant shall comply with 2 CFR § 200.216. 14. Prohibition on Contracting with Entities With Delinquent Tax Liability or a Felony Conviction Under Federal Law: a. By signing the Agreement, Consultant certifies that Consultant(i) does not have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, (ii) does not have any unpaid Federal tax liability that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and(iii)was not convicted of a felony criminal violation under any Federal law within the preceding 24 months. 4 b. If Consultant has such an unpaid Federal tax liability or Federal felony conviction that was not previously disclosed, then it must immediately notify the LOCAL AGENCY of the same in writing. c. In all contracts entered into by Consultant with third parties in connection with this agreement, Consultant shall require the third party to provide the same certification identified in paragraph 16(a)herein. Before entering into such an agreement with any third party, Consultant shall check the System for Award Management"SAM") at http://www.sam.gov/ for an entry describing that entity. d. If a third party entering into a contract with Consultant that is connected to this Agreement cannot make the certification in paragraph 16(a)herein, then Consultant shall not enter into the contract or continue performance under the contract with the third party unless the USDOT has determined in writing that suspension or debarment of that entity are not necessary to protect the interests of the Government. e. If, after having entered into a contract with a third party, Consultant learns the third party has a delinquent Federal tax liability or Federal felony conviction,then Consultant must (i) immediately notify the LOCAL AGENCY in writing, and(ii) shall not continue performing under the contract unless the USDOT has determined in writing that suspension or debarment of that entity are not necessary to protect the interests of the Government. f. If Consultant enters into agreements with others to provide goods or services in connection with the work identified in the Agreement, then all such agreements shall require the SAM check in paragraph 16(c), certifications in paragraph 16(a), as well as the prohibitions and required notifications identified in paragraphs 16(d) and(e) herein. 15. Text Messaging While Driving: a. Workplace Safety. In accordance with Executive Order 13513, Federal Leadership on Reducing Text Messaging While Driving(Oct. 1, 2009) and DOT Order 3902.10, Text Messaging While Driving (Dec. 30, 2009),the Consultant is encouraged to: 1. Adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving (i) company-owned or-rented vehicles or Government-owned, leased or rented vehicles; or(ii)privately-owned vehicles when on official Government business or when performing any work for or on behalf of the Government. 2. Conduct workplace safety initiatives in a manner commensurate with the size of the business, such as (i) establishment of new rules and programs or re- evaluation of existing programs to prohibit text messaging while driving; and 5 (ii) education, awareness, and other outreach to employees about the safety risks associated with texting while driving. b. Contracts. To the extent permitted by law, the Consultant shall insert the substance of this paragraph 17, including subparagraph(b), in all contracts with third parties to supply goods or services to complete the work identified in this Agreement. This paragraph 17(b) does not apply to contracts for the acquisition of commercially available off-the-shelf items. 16. Prohibition on Providing Funds to the Enemy: a. Consultant must: 1. Exercise due diligence to ensure that none of the funds, including supplies and services,received under this agreement are provided directly or indirectly (including through subcontracts)to a person or entity who is actively opposing the United States or coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities, which must be completed through 2 CFR 180.300 prior to entering into a contract; and 2. Terminate or void in whole or in part any contract with a person or entity listed is SAM as a prohibited or restricted source pursuant to subtitle E of Title VIII of the NDAA for FY 2015,unless the Federal awarding agency provides written approval to continue the contract. b. Consultant may include the substance of this clause, including paragraph(a) of this clause, in contracts under this Agreement that have an estimated value over$50,000 and will be performed outside the United States, including its outlying areas. c. The Federal Railroad Administration(FRA)has the authority to terminate or void this Agreement, in whole or in part, if the FRA becomes aware that Consultant failed to exercise due diligence as required by paragraph 18(a) herein or if the FRA becomes aware that any funds received from the Federal government for work identified in the Agreement have been provided directly or indirectly to a person or entity who is actively opposing coalition forces involved in a contingency operation in which members of the Armed Forces are actively engaged in hostilities. II. The Scope of Services, (Exhibit B)of the Original Contract,is hereby amended to include the following additional tasks and/or services: Task 1.7 is expanded to include coordination and grant reporting with the Federal Railroad Administration (FRA) for compliance with the Rebuilding America's Infrastructure with 6 Sustainability and Equity(RAISE)grant program. For clarity, all items listed under Task 1.7 due to the FRA for compliance with the Consolidated Rail Infrastructure and Safety Improvements (CRISI) grant program, are also due to the FRA, as applicable, for compliance with the Rebuilding America's Infrastructure with Sustainability and Equity grant program. 7 • Scope of Services—Phase 2 Pines Road/BNSF Grade Separation APPENDIX C - ESTIMATED COST OF SERVICES FEE ESTIMATE City of Spokane Valley:Pines RoadiBRSF Underpass Phase 1(Amendment) Teak k Task Description Total Total Total Total From Labor Expenses Subconsultants Spreadsheet I 1 T1 Project Management S 161.675.65 S 20.679.00 S 6,66000 S 189,014.85 i 1 2 T2 Public Involvement S 25,020 28 S 2,629 50 S - S 27,649.78 3 T3 Survey Services 5 13,083.16 S S 10,25700 3 23,340,18 4 T4 Utilities 5 35,610.56 5 5,075.00 S 10.000.00 3 50,588.56 8 Ts Railroad Coordination 5 31,90292 S - S - S 31,902.82 a T6 intersection Plan for Approval S 43.59052 5 31.20 S - 5 43,621.72 7 17 Environmental Services S 2.69234 5 - 5 - 5 2,692,34 0 TO Oeolechnlcal 8 Seismic Design Services S 6.147.04 5 - S 144.01500 $ 150,162.04 a TO Design S 474,825.10 S - S - 5 474,825.10 10 T10 PM Conceptual,Draft Preliminary,Preliminary,100% 5 343.737.49 S - 5 - 5 343,737,49 11 T11 Design Reviews S 16,06300 S 3,302.20 S - $ 20,346.10 12 T12 Right of Way Plans and Legal Descriptions 5 73,402.58 S - S 40,293.00 5 113,695.88 13 T13 Right of Way Valuation,Acquisition,and Relocation Services S 368.645.50 $ 8.750.00 S 113.300.00 S 490,695.60 14 T14 Management Reserve Fund S 100,000.00 5 - 5 - 5 100,000.00 5 2,082,269.14 • 58 l April 29,2020 City of Spokane Valley - Pines Road / BNSF Grade Separation Project 0223 HDR Project Number 10229184 2024-2025 Rate Table Staff Name Billing Rate Cabanilla, Ethel Sadang $122.25 Creaser, James Patrick $100.12 Everett, Sean A $236.62 Folwell, Matthew R $215.61 Frey, Jeanette M $156.74 Graff, Peter J $210.46 Herzog, Mark Thomas (Mark) $103.25 Johnson, Ty M $255.02 Kirera, Davies Ombati $125.23 Kirkman, Brent J $218.44 Marshall, Scott R $292.78 McCammon, Donald L $298.16 Pi, Jake Sung Joon $205.55 Price, Jeffrey William (Jeff) $144.52 Wong, Siew Wen $135.81 Young, Stephen Archiblald (Steve) $246.45 Any additional staff identified outside this rate table will be added using DL x 2.88 multiplier to calculate the 2024-25 billing rate. LABOR ESTIMATE,HDR ENGINEERING STAFF City of Spokane Valley:COSV Pines Rd/BNSF Grd Sep Ph2 F Cabanils,Ethel FohveU,Matthew Frey,Jeanette Kirera,Davies Marshall,Scott Pi,Jake Sung Oren,Peter J Kirkman,Brent J Sedan9 R M Ombeti R Joon Tohl COST TO COMPLETE COST TO COMPLETE TOTAL COST TO Tnneponegon T,. rorlanon Labor SPENT THROUGH Project Role Projedacmunl. Br Project Enoimer Engineer Rai Engimer TrwupaNlion E17 En9lneer Sr Project Manager Traffic Engineer Hours HDR Labor Dollars Subeonsultante COMPLETE CONTRACT BUDGET MARCH 2O24 REMAINING BUDGET 111111n9 Rate 122.25 215.61 156.74 210.46 125.23 218.44 292.78 205.55 1 71 Project Management 37 0 0 0 0 . 0 ' 110 0 147 $ 36,729.05 $ - :;:$ 36,729.05 f 189,014.55 $ 152,481.74 $ (195.94) 2 T2 Public Involvement 0 0 0 0 21 40 38 0 99 ,f 22,493.07 S - $ 22,493.07 $ 27,849.78 f - f 5,158.71 3 T3 Survey Services 0 0 0 0 16 16 8 0 40 $ 7,840.96 $ 28,869.89 $ 34,710.85 S 23,340.18 f 12,740.70 $ (24,111.39) 4 T/Utilities 0 120 0 0 0 120 120 j 0 36D $ 87,219.60 $ - ,1$ 87,219.60 $ 50,535.56 S 120,461.99 S (157,096.03) 6 T5 Rallr089 Cootdlna00n 0 • ' 0 0' .0 . l , , I-EMINENCE $ - $ 31,902.92 $ 2,511.14 $ 29,391.78 6 76 Intersection Plain for Approval 0 0 0 0 0 0 0 D D $ - S - ""$ - S 43,821.72 S 41,028.50 $ 593.22 7 T7 Environmental Services 0 0 0 0 0 0 8 0 8 $ 2,342.21 $ - S 2,342.24 f 2,892.34 8 210.18 S 139.94 8 TB G¢otech&Seismic.Design 0 0 0 0 0 8 8 0 16 $ 4,089.76 $ 21,187.07 `y E 25,270.83 $ 150,162.04 $ 124,458.07 $ 415.14 9 T9 Design 0 0 0 0 I 0 0 I 0 I 0 0 $ - $ - m 474,825.10 $ 5d0,894.54 $ (66,069,44) 10 710 PSBE Concept,Prelim,100% 0 BD I 300 4D 300 300 100 80 1200 $ 221,512.20 $ - S 221,612.20 f 364,755.11 $ 543,333.80 $ (410,089.73) 11 711 Design Reviews 0 0 0 0 8 tD 10 ' 0 28 $ 6,114.04 $ - ?.S 6,114.04 $ 20,346.10 $ 6,354.32 f 7,677.74 12 712 ROW Pia.and Legal Dn500lptions 0 t 0 0 0 0 0 0 0 0 $ - S - '11 S - f 113,895.58 $ 50,122.89 S 61,572.89 13 T13 ROW Valuators Acq and Palo 0 0 0 0 0 1 0 • 0 0 0 f - S - eaS f 490,895.50 f 5,493.49 $ 435,202.01 14 714 Management Reserve Fund 0 i 0 0 0 0 0 0 0 0 f - S - P.E - $ 73,981.38 $ - S 73,981.38 15 715 Value Engineering 0 - 0 0 0 0 0 0 0 o E S --- I - - f - $ 15,000.00 f 14,971A8 f 23.52 0061 Out of Scope-Traff 0 I 0 0 0 0 I 0 I+ 0 0 0 $ - $ - $ - $ - $ 8,634.53 $ (3,634,53) Task Total Hours I 37.00 200.00 300.00 40,00 345.00 ' 494.00 ; 402.00 80.00 11898.00 Task Total Fee 1 S 4,523.25 $ 43,122.00 I S 47 1322.00 $ 8,418A0 $ 43,204.35 $107,909.36 $117,697.58 $ 18,444.00 I$ 388,340.92 $ 48,050.98 $ 436,391.88 $ 2,062,269.14 S 1,625,698.04 $ 179.22 The new billing rates shown above are requested since the original contract rates were a composite of 2020,2021,end 2022 rates with a majority of the work planned to occur in 2020 and 2021.Due to the pandemic and review times,the project has been delayed with a majority of the work occurring in 2022 and 2023.Coordination end design with BNSF and the utility companies has also delayed completion of the roadway design since the underpass bridges will be constructed in 2024 and finalizing the design will be completed In late 2024 end early 2026.New billing rates will be direct labor times a 2.88 multiplier In 2024 and 2025. The overall contract amount remains unchanged for this revision.The estimate hours to complete the sroped tasks result in the project being completed within the overall budget. c\w.orsnr\ ,ottd3esatocuatzsue.cosv_vn.,ebansr Ord se,vnztsmmA.E.a_,,n.,nm Printed 4/1820243:01 PM Page 1 of 2 A R lam® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/ TE(MMDDr ) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Willis Towers Watson Certificate Center NAME: Willis Towers Watson Midwest, Inc. PHONE 1-877-945-7378 FAX 1-888-467-2378 c/o 26 Century Blvd (A/C.No.Extl:P.O. Box 305191 E-MAIL DRESS: certificates@willis.com (A/C,No): Nashville, TN 372305191 USA INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Liberty Mutual Fire Insurance Company 23035 INSURED Ohio Casualty Insurance Company 24074INSURER B: HDR Engineering, Inc. 1917 South 67th Street INSURER C: Liberty Insurance Corporation 42404 Omaha, NE 68106 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:W28939018 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $ 1,000,000 A X Contractual Liability MED EXP(Any one person) $ 10,000 Y Y TB2-641-444950-033 06/01/2023 06/01/2024 PERSONAL&ADVINJURY $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 4,000,000 POLICY X JRO X LOC PRODUCTS $ 4,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $ 2,000,000 X ANY AUTO BODILY INJURY(Per person) $ A OWNED SCHEDULED Y Y AS2-641-444950-043 06/01/2023 06/01/2024 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY (Per accident) B UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 X EXCESSLIAB CLAIMS-MADE Y Y ECO(24)57919363 06/01/2023 06/01/2024 AGGREGATE $ 5,000,000 DED X RETENTION$ 0 WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER C ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBEREXCLUDED? No N/A Y WA7-64D-444950-013 06/01/2023 06/01/2024 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Certificate Holder is named as Additional Insured on General Liability, Automobile Liability and Umbrella/Excess Liability on a Primary, Non-contributory basis where required by written contract. Waiver of Subrogation applies on General Liability, Automobile Liability, Umbrella/Excess Liability and Workers Compensation where required by written contract and as permitted by law. Umbrella/Excess policy is follow form over General Liability, Auto Liability and Employers Liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Spokane Valley AUTHORIZED REPRESENTATIVE Attn: Christine Bainbridge �j�/ 10210 East Sprague Avenue !� / ,1 /k'u Spokane Valley, WA 99206 ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD SR ID: 24107690 BATCH: 2967386 AGENCY CUSTOMER ID: _ LOC#: AcORD ADDITIONAL REMARKS SCHEDULE Page 2 of 2 AGENCY NAMED INSURED HDR Engineering, Inc. Willis Towers Watson Midwest, Inc. 1917 South 67th Street POLICY NUMBER Omaha, NE 68106 See Page 1 CARRIER NAIC CODE See Page 1 See Page 1 EFFECTIVE DATE: See Page 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance Re: City of Spokane Valley - Pines Road/BNSF Grade Separation Phase 2 (Final Design, Right-of-Way Services and PS&E Services) Contract No: 20-093 Additional Insured: City. Employers Liability for the Monopolistic States of ND, OH, WA & WY is provided in the Workers Compensation policy. ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SR ID: 24107690 BATCH:2967386 CERT: W28939018