Loading...
25-095.00D'AmatoConversanoIncdbaDCIEngineersBalfourParkSclupture(Wolff Foundation Donation)Contract No. 25-095 AGREEMENT FOR PROFESSIONAL SERVICES D'Amato Conversano, Inc., P.C. dba DCI Engineers THIS AGREEMENT is made by and between the City of Spokane Valley, a code City of the State of Washington, hereinafter "City" and D'Amato Conversano, Inc., P.C. dba DCI Engineers, hereinafter "Consultant," jointly referred to as "Parties." IN CONSIDERATION of the terms and conditions contained herein, the Parties agree as follows: 1. Work to Be Performed. Consultant shall provide all labor, services, and material to satisfactorily complete the Scope of Services, attached as Exhibit A. A. Administration. The City Manager or designee shall administer and be the primary contact for Consultant. Prior to commencement of work, Consultant shall contact the City Manager or designee to review the Scope of Services, schedule, and date of completion. Upon notice from the City Manager or designee, Consultant shall commence work, perform the requested tasks in the Scope of Services, stop work, and promptly cure any failure in performance under this Agreement. B. Representations. City has relied upon the qualifications of Consultant in entering into this Agreement. By execution of this Agreement, Consultant represents it possesses the ability, skill, and resources necessary to perform the work and is familiar with all current laws, rules, and regulations which reasonably relate to the Scope of Services. No substitutions of agreed -upon personnel shall be made without the prior written consent of City. Consultant represents that the compensation as stated in paragraph 3 is adequate and sufficient for the timely provision of all professional services required to complete the Scope of Services under this Agreement. Consultant shall be responsible for the technical accuracy of its services and documents resulting therefrom, and City shall not be responsible for discovering deficiencies therein. Consultant shall correct such deficiencies without additional compensation except to the extent such action is directly attributable to deficiencies in City -furnished information. C. Standard of Care. Consultant shall exercise the degree of skill and diligence normally employed by professional consultants engaged in the same profession, and performing the same or similar services at the time such services are performed. D. Modifications. City may modify this Agreement and order changes in the work whenever necessary or advisable. Consultant shall accept modifications when ordered in writing by the City Manager or designee, so long as the additional work is within the scope of Consultant's area of practice. Compensation for such modifications or changes shall be as mutually agreed between the Parties. Consultant shall make such revisions in the work as are necessary to correct errors or omissions appearing therein when required to do so by City without additional compensation. 2. Term of Contract. This Agreement shall be in full force and effect upon execution and shall remain in effect until completion of all contractual requirements have been met as determined by City. Consultant shall complete its work by December 31, 2025, unless the time for performance is extended in writing by the Parties. Balfour Park Sculpture-DCI Engineers Agrmt Page 1 of 8 Contract No. 25-095 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 J2jLO.00 as full compensation for everything done under this Agreement, as set forth in Exhibit A. Consultant shall not perform any extra, further, or additional services for which it will request additional compensation from City without a prior written agreement for such services and payment therefore. 4. Payment. Consultant shall be paid monthly upon presentation of an invoice to City. Applications for payment shall be sent to the City Finance Department at the below -stated address. City reserves the right to withhold payment under this Agreement for that portion of the work (if any) which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Scope of Services, City standards, City Code, and federal or state standards. 5. Notice. Notices other than applications for payment shall be given in writing as follows: TO THE CITY: Name: Marci Patterson, City Clerk Phone: (509) 720-5000 Address: 10210 East Sprague Avenue Spokane Valley, WA 99206 TO THE CONSULTANT: Name: David Giordano, Principal Phone: (509) 455-4448 Address: 707 W 2nd Avenue 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, consistent with the standard of care set forth in Section 1(C), its designs, construction documents, and services shall conform to all federal, state, and local statutes and regulations. 7. Certification Reeardine Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A. By executing this Agreement, the Consultant certifies to the best of its knowledge and belief that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil j udgment 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; Balfour Park Sculpture -DO Engineers Agrmt Page 2 of 8 Contract No. 25-095 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 the work contemplated by this Agreement may be subject to disclosure pursuant to chapter 42.56 RCW or other applicable public record laws. 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; and provided further that the City has provided written notice to the Consultant stating that the City has received a public records request and that the City will release the requested records unless the Consultant obtains a court order prohibiting such disclosure within a reasonable amount of time. 10. Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Consultant's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit, examine, make excerpts or transcripts from such records, and to make audits of all contracts, invoices, materials, payrolls, and record of matters covered by this Agreement for a period of three years from the date final payment is made hereunder. 11. Insurance. Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Consultant, its agents, representatives, employees, or subcontractors. A. Minimum Scope of Insurance. Consultant's required insurance shall be of the types and coverages as stated below: 1. Automobile liability insurance covering all owned, non -owned, hired, and leased vehicles. Coverage shall be at least as broad as Insurance Services Office (ISO) form CA 0001. 2. Commercial general liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury, and advertising injury. City shall be named as an Balfour Park Sculpture -DO Engineers Agrmt Page 3 of 8 Contract No. 25-095 additional insured under Consultant's commercial general liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO CG 20 26. 3. Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. 4. Professional liability insurance appropriate to Consultant's profession. B. Minimum Amounts of Insurance. Consultant shall maintain the following insurance limits: 1. Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial general liability insurance shall be written with limits no less than $2,000,000 each occurrence, and $2,000,000 general aggregate, which may be achieved through the use of an umbrella or excess policy. 3. Professional liability insurance shall be written with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. C. Other Insurance Provisions. The Consultant's policies are to contain, or be endorsed to contain, the following provisions for automobile liability and commercial general liability insurance: 1. Consultant's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or self -insured pool coverage maintained by City shall be in excess of Consultant's insurance and shall not contribute with it. 2. Consultant shall provide City and all additional insured for this work with written notice of any policy cancellation within two business days of their receipt of such notice. 3. If Consultant maintains higher insurance limits than the minimums shown above, City shall be insured for the full available limits of commercial general and excess or umbrella liability maintained by Consultant, irrespective of whether such limits maintained by Consultant are greater than those required by this Agreement or whether any certificate of insurance furnished to the City evidences limits of liability lower than those maintained by Consultant. 4. Failure on the part of Consultant to maintain the insurance as required shall constitute a material breach of the Agreement, upon which the City may, after giving at least five business days' notice to Consultant to correct the breach, immediately terminate the Agreement, or at its sole discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to City on demand, or at the sole discretion of the City, offset against funds due Consultant from the City. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. Balfour Park Sculpture -DO Engineers Agrmt Page 4 of 8 Contract No. 25-095 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, volunteers, and employees, from any and all claims, actions, suits, liability, loss, costs, attorney's fees, costs of litigation, expenses, injuries, and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts, errors, or omissions in the services provided by Consultant, Consultant's agents, subcontractors, subconsultants, and employees to the fullest extent permitted by law, subject only to the limitations provided below. However, should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability, including the duty and cost to defend, hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51, RCW, solely for the purpose of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 13. Waiver. No officer, employee, agent, or other individual acting on behalf of either Party has the power, right, or authority to waive any of the conditions or provisions of this Agreement. A waiver in one instance shall not be held to be a waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law shall be taken and construed as cumulative and in addition to every other remedy provided herein or by law. Failure of either Party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other Party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 14. Assignment and Delegation. Neither Party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without prior written consent of the other Party. 15. Subcontracts. Except as otherwise provided herein, Consultant shall not enter into subcontracts for any of the work contemplated under this Agreement without obtaining prior written approval of City. 16. Confidentiality. Consultant may, from time -to -time, receive information which is deemed by City to be confidential. Consultant shall not disclose such information without the prior express written consent of City or upon order of a court of competent jurisdiction. 17. Jurisdiction and Venue. This Agreement is entered into in Spokane County, Washington. Disputes between City and Consultant shall be resolved in the Superior Court of the State of Washington in Spokane County. Notwithstanding the foregoing, Consultant agrees that it may, at City's request, be joined as a party in any arbitration proceeding between City and any third party that includes a claim or claims that arise out of, or that are related to Consultant's services under this Agreement. Consultant further agrees that the Arbitrator(s)' decision therein shall be final and binding on Consultant and that judgment may be entered upon it in any court having jurisdiction thereof. Balfour Park Sculpture -DO Engineers Agrmt Page 5 of 8 Contract No. 25-095 18. Cost and Attorney's Fees. The prevailing party in any litigation or arbitration arising out of this Agreement shall be entitled to its reasonable attorney's fees and the costs of such litigation or arbitration (including expert witness fees). 19. Entire Agreement. This written Agreement constitutes the entire and complete agreement between the Parties and supersedes any prior oral or written agreements. This Agreement may not be changed, modified, or altered except in writing signed by the Parties hereto. 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 Consultants's obligations under this Agreement and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports. Consultant shall provide all information and reports required by the Acts, the regulations, and directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the WSDOT to be pertinent to ascertain compliance with such Acts, regulations, and instructions. Where any information required of Consultant is in the exclusive possession of another who fails or refuses to furnish the information, Consultant shall so certify to the City or the WSDOT, as appropriate, and shall set forth what efforts it has made to obtain the information. Balfour Park Sculpture -DO Engineers Agrmt Page 6 of 8 Contract No. 25-095 E. Sanctions for Noncompliance. In the event of a Consultant's noncompliance with the non- discrimination provisions of this Agreement, the City will impose such contract sanctions as it or the WSDOT may determine to be appropriate, including, but not limited to: 1. Withholding payments to Consultant under the Agreement until Consultant complies; and/or 2. Cancelling, terminating, or suspending the Agreement, in whole or in part. F. Incorporation of Provisions. Consultant shall include the provisions of Section 22 of this Agreement in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, regulations and directives issued pursuant thereto. Consultant shall take action with respect to any subcontract or procurement as the City or the WSDOT may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, that if Consultant becomes involved in, or is threatened with litigation by a subcontractor or supplier because of such direction, Consultant may request that the City enter into any litigation to protect the interests of the City. In addition, Consultant may request the United States to enter into the litigation to protect the interests of the United States. G. Pertinent Non -Discrimination Authorities: During the performance of this Agreement, the Consultant agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964 (42 U.S.C. §2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21; and 49 Part 26; The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. §4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); Federal -Aid Highway Act of 1973, (23 U.S.C. §324 et seq.), (prohibits discrimination on the basis of sex); Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. §794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; The Age Discrimination Act of 1975, as amended, (42 U.S.C. §6101 et seq.), (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982, (49 U.S.C. §471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal - aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); Balfour Park Sculpture -DO Engineers Agrmt Page 7 of 8 Contract No. 25-095 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); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. § 1681 et seq.). 23. Severability. If any section, sentence, clause, or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction, such invalidity shall not affect the validity of any other section, sentence, clause, or phrase of this Agreement. 24. Exhibits. Exhibits attached and incorporated into this Agreement are: A. Scope of Services & Fee proposal B. Insurance Certificates 25. Proiect Site. Consultant shall not have control over, charge of, or responsibility for construction means, methods, techniques, sequences or procedures, or for safety precautions and programs in connection with construction of the Project, nor shall Consultant be responsible for any contractor's failure to construct the Project in accordance with the requirements of the construction agreement. Consultant shall have no responsibility for the discovery, presence, handling, removal or disposal of, or exposure of persons to, hazardous materials or toxic substances in any form at the Project site. The Parties have executed this Agreement this day of June 2025. CITY OF SPOKANE VALLEY ,5- ��: 1�,/ �,, 4 � 4- t-.. a r. John Hohm , City Manage APPROVED AS TO FORM: ff, the City LOrney Balfour Park Sculpture-DCI Engineers Agrmt Page 8 of 8 CONSULTANT D'Amato Conversano, Inc., P.C. dba DCI Engineers Al~e Z+.�--- By: David Giordano, Principal Its: Authorized Representative EXHIBIT A Professional Services Agreement May 14, 2025 (Rev. 1) Glenn Ritter, PE City of Spokane Valley 10210 E. Sprague Ave. Spokane Valley, WA 99206 gritter spokanevalleywa.gov Re: Structural Engineering Services Proposal for the Balfour Park Sculpture Foundations in Spokane Valley, WA Project Description: Structural design and detailing for the foundations for the Loves Me sculpture designed and built by artist Bill Simmons. A rendering of the sculpture is below: Scope of Services: DCI Engineers will provide structural calculations, as well as construction documents depicting the foundation construction and anchorage of the LOCAL EXPERTISE, NATIONAL EXPERIENCE. LEARN MORE AT DCI-ENGINEERS.COM 2 individual sculpture pieces. DCI is not providing structural design of the sculpture itself. DCI has previously completed a site visit to the artist's studio to view the sculpture in its as -constructed state and to further understand the artist's intent. During the Construction Administration Phase, DCI will complete the following tasks: • Review submittals, including concrete mix designs and rebar placing drawings. • Respond to requests for information (RFls) and provide Structural Sketches (SSKs) for clarification of design intent. • Review materials testing and inspection reports provided by the materials testing and inspection company. • Provide site visits as requested (up to three (3) visits). Site visits will be completed on a time and materials basis as noted below. Summary of Professional Service Fees Engineering services will be performed and billed monthly on a fixed fee or hourly basis as proposed below. Unless noted otherwise, reimbursable expenses are separate from our fees and will be billed at 1.10 times direct cost. DCI reserves the right to review and revise all design fees for any proposal accepted more than 90 days after date of submission, and to review and revise all construction administration fees for any project where construction starts more than one year after commencement of design. Our fees are proposed as follows: 1. Construction Documents: $5,000 Hourly to Max 2. Construction Administration: $1,000 Hourly to Max 3. Site Visits (up to three (3)): $1,750 Hourly to Max Professional services for this project shall be provided according to this proposed professional services agreement (the 'Agreement'9. This Agreement shall become effective immediately upon the earlier of execution by the Client or by the Client's communication of a direction to proceed with the services, including by electronic mail, and shall remain in effect unless and until amended or superseded by a written agreement executed by both parties. �LA U m W W 0W 1111W LOCAL EXPERTISE, NATIONAL EXPERIENCE. LEARN MORE AT DCI-ENGINEERS.COM Sincerely, DO Engineers David Giordano, PE, SE Principal 707 W. 2"d Ave. Spokane, WA 99223 509-227-6901 ATTACHMENTS This Agreement is executed with the following attachments which are part of this Agreement: Schedule of Expenses Ln U E W 0W W 1111W LOCAL EXPERTISE, NATIONAL EXPERIENCE. LEARN MORE AT DCI-ENGINEERS.COM SCHEDULE OF EXPENSES - DCI ENGINEERS PROFESSIONAL SERVICES Clerical and Administrative 1000 $80/hr Project Manager 3100 $120/hr Clerical and Administrative 1010 $100/hr Project Manager 3110 $140/hr Clerical and Administrative 1020 $120/hr Project Manager 3120 $160/hr Project Manager 3130 $180/hr Technical Designer 2000 $80/hr Project Manager 3140 $200/hr Technical Designer 2010 $90/hr Project Manager 3150 $220/hr Technical Designer 2020 $100/hr Project Manager 3160 $240/hr Technical Designer 2030 $120/hr Project Manager 3170 $260/hr Technical Designer 2040 $140/hr Senior Project Manager 3200 $140/hr Senior Technical Designer 2100 $100/hr Senior Project Manager 3210 $160/hr Senior Technical Designer 2110 $120/hr Senior Project Manager 3220 $180/hr Senior Technical Designer 2120 $140/hr Senior Project Manager 3230 $200/hr Senior Technical Designer 2130 $160/hr Senior Project Manager 3240 $220/hr Senior Technical Designer 2140 $180/hr Senior Project Manager 3250 $240/hr Senior Technical Designer 2150 $200/hr Senior Project Manager 3260 $260/hr Senior Project Manager 3270 $280/hr Project Designer 2200 $80/hr Project Designer 2210 $100/hr Associate 4000 $160/hr Project Designer 2220 $120/hr Associate 4010 $180/hr Project Designer 2230 $140/hr Associate 4020 $200/hr Project Designer 2240 $160/hr Associate 4030 $220/hr Project Designer 2250 $180/hr Associate 4040 $240/hr Project Designer 2260 $200/hr Associate 4050 $260/hr Associate 4060 $280/hr Project Engineer 3000 $100/hr Project Engineer 3010 $120/hr Associate Principal 4100 $180/hr Project Engineer 3020 $140/hr Associate Principal 4110 $200/hr Project Engineer 3030 $160/hr Associate Principal 4120 $220/hr Project Engineer 3040 $180/hr Associate Principal 4130 $240/hr Project Engineer 3050 $200/hr Associate Principal 4140 $260/hr Associate Principal 4150 $280/hr Senior Project Engineer 3300 $120/hr Associate Principal 4160 $300/hr Senior Project Engineer 3310 $140/hr Senior Project Engineer 3320 $160/hr Principal Engineer 4200 $200/hr Senior Project Engineer 3330 $180/hr Principal Engineer 4210 $220/hr Senior Project Engineer 3340 $200/hr Principal Engineer 4220 $250/hr Senior Project Engineer 3350 $220/hr Principal Engineer 4230 $300/hr Principal Engineer 4240 $350/hr Principal Engineer 4250 $400/hr Principal Engineer4260 $500/hr Principal Engineer 4270 $600/hr REIMBURSABLE SERVICES Out of Office Services/Expenses $1.10x Direct Cost Mileage Reimbursement IRS Standard Mileage Rate This Schedule of Expenses is subject to adjustment in accordance with DCPs normal review practices. For billing purposes, DCI will use the Schedule of Expenses in effect at the time of service. February 2024 Client#: 1607438 DAMATCON1 ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 6/12M/DDN 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services NW CL 601 Union Street, Suite 1000 Seattle, WA 98101 NAME: Janette Smith PHONE 206 441-6300 FAX 610-362-8530 Ext : A/C, No E-MAILo, ADDRESS: janette.smith@usi.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Charter Oak Fire Insurance Company 25615 INSURED D'Amato Conversano, Inc., P.C. 818 Stewart Street, Suite 1000 Seattle, WA 98101-1479 INSURER B : Travelers Property Cas. Co. of America 25674 INSURER C : Beazley Lloyd's syndicate NONAIC INSURER D : Phoenix Insurance Company 25623 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 CONTRACTOR 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 LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 14 OCCUR X X P6303X17526000F24 11/30/2024 11/30/2025 EACH OCCURRENCE $1,000,000 PREMISES (E. occur ence)$1,000,000 MED EXP (Any one person) $15,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: I ECOT LOC GENERAL AGGREGATE $2,000,000 PPOLICY PRODUCTS - COMP/OP AGG $2,000,000 WA Stop Gap $$1,000,000 OTHER: D AUTOMOBILE LIABILITY X X BA3X9675762443G 11/30/2024 11/30/2025 COMBINED SINGLE LIMIT Ea accident $1,000,000 X BODILY INJURY (Per person) $ ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS i Per accident) BODILY INJURY ( ) $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per accident $ B UMBRELLA LIAB OCCUR X X CUP3X1911552443 11/30/2024 11/30/2025 EACH OCCURRENCE s81000,000 �( X AGGREGATE $$ 000 000 EXCESS LIAB CLAIMS -MADE DED I X RETENTION $O $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / NTITE ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? F7N] N / A X UB3X1766742443G 11/30/2024 11/30/2025 X PER OTH- ER E.L. EACH ACCIDENT $1,000000 E.L. DISEASE - EA EMPLOYEE $1,000,000 (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Prof Liability Xt 36P240105 11/30/2024 11/30/202 $5,000,000 Each Claim $6,000,000 Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: DCI's Project #25041-0210.00, Contract #25-095 - Balfour Park Sculpture Foundations, Spokane Valley, WA. The General Liability and Automobile Liability policies include an automatic Additional Insured endorsement that provides Additional Insured status to City of Spokane Valley, only when there is a written contract that requires such status, and only with regard to work performed by or on behalf of the named insured. The (See Attached Descriptions) City of Spokane Valley 10210 E. Sprague Ave. Spokane Valley, WA 99206 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 520 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) 1 of 2 The ACORD name and logo are registered marks of ACORD #S49626732/M49485771 BXFZP DESCRIPTIONS (Continued from Page 1) General Liability and Automobile Liability policies contain a special endorsement with Primary and Noncontributory wording, when required by written contract. SAGITTA 25.3 (2016/03) 2 of 2 #S49626732/M49485771