Loading...
HomeMy WebLinkAboutCORRESPONDENCE - RFP - 8827 CONSULTING ENGINEERING SERVICES FOR WATER TREATMENT FACILITY DESIGN AND CONSTRUCTION FOR CAPITAL IMPROVEMENTS (6)Utilities Work Order Form Official Purchasing Form Last updated 10/2017 WORK ORDER PURSUANT TO A MASTER AGREEMENT BETWEEN THE CITY OF FORT COLLINS AND HDR ENGINEERING, INC. WORK ORDER NUMBER: 27-inch Poudre Line - HDR - 2 PROJECT TITLE: 27-inch Poudre Line - Crossing 9 Mitigation ORIGINAL BID/RFP NUMBER & NAME: 8827, Consulting Engineering Services for Water Treatment Facility Design & Construction Services MASTER AGREEMENT EFFECTIVE DATE: February 20, 2019 ARCHITECT/ENGINEER: HDR Engineering, Inc OWNER’S REPRESENTATIVE: Amy Johnson WORK ORDER COMMENCEMENT DATE: August 21, 2020 WORK ORDER COMPLETION DATE: January 31, 2021 MAXIMUM FEE: (time and reimbursable direct costs): $68,190.00 PROJECT DESCRIPTION/SCOPE OF SERVICES: Preliminary Design efforts and site investigation for the recommended alternative (Alt 4 Waterline Realignment - Lower Access Road) including: 1) Topographic survey 2) Geotechnical test pits and testing, Geotechnical Investigation Report, preliminary temporary construction support for the existing MSE retaining wall 3) Cost and constructability update, alignment refinement with plan and profile concept drawings, construction permitting updates See attached supporting documentations. Service Provider agrees to perform the services identified above and on the attached forms in accordance with the terms and conditions contained herein and in the Master Agreement between the parties. In the event of a conflict between or ambiguity in the terms of the Master Agreement and this Work Order (including the attached forms) the Master Agreement shall control. The attached forms consisting of ten (10) pages are hereby accepted and incorporated herein, by this reference, and Notice to Proceed is hereby given after all parties have signed this document. SERVICE PROVIDER: HDR Engineering, Inc. By: Date: Name: Title: Page 1 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Brad Martin August 17, 2020 Senior Vice President Utilities Work Order Form Official Purchasing Form Last updated 10/2017 OWNER’S ACCEPTANCE & EXECUTION: This Work Order and the attached Contract Documents are hereby accepted and incorporated herein by this reference. ACCEPTANCE: Date: Amy Johnson, Civil Engineer III REVIEWED: Date: Marisa Donegon, Buyer II REQUISITION ENTERED BY: Date: ACCEPTANCE: Date: Matt Fater, Director, Civil Engineering ACCEPTANCE: Date: Andrew Gingerich, Interim Deputy Director, Water Engineering & Field Services ACCEPTANCE: Date: Mark Kempton, Director, Water Production Operations ACCEPTANCE: Date: Mark Kempton, Interim Deputy Director, Water Resources & Treatment Operations ACCEPTANCE: Date: Kevin Gertig, Utilities Executive Director (if greater than $1,000,000) ACCEPTANCE: Date: Gerry Paul, Purchasing Director (if greater than $60,000) ACCEPTANCE: Date: Darin Atteberry, City Manager (if greater than $1,000,000) ATTEST: Date: City Clerk (if greater than $1,000,000) Page 2 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED August 13, 2020 Shannon Gallegos Requisition 66496 August 14, 2020 August 14, 2020 August 17, 2020 August 17, 2020 August 17, 2020 August 17, 2020 August 17, 2020 Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT A WORK ORDER SCOPE OF SERVICES Page 3 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED 1 Scope of Work Date: Friday, July 31, 2020 Project: Poudre 27” Waterline Exposure, Phase 2 – Site Data and Investigations To: Amy Johnson, PE; Mark Kempton, PE From: Rich Thornton, PE Task 1 – Project Management and Meetings Task 1.1 Project Management, Accounting and Quality Control  Initiate project accounting, budget and resource management tools.  Prepare a project guide that clearly identifies the project work elements, deliverables, budget and schedule.  Prepare monthly invoices and progress reports.  Perform QA/QC reviews of calculations and supporting documents. Task 1.2 Project Coordination Meetings  Hold bi-weekly meetings as needed at City offices or MSTeams to discuss progress, address technical issues, and review submittal comments. Approximately 8, 1-hr progress meetings.  Conduct Stakeholder meetings with COFC Natural Areas, City of Greeley, CDOT, and private land owner to discuss project and identify concerns or constraints. (assume four meetings, 1-hr meetings)  Prepare and maintain action item log. Key Assumptions:  4 month project duration Deliverables:  Action item log  Monthly invoices Task 2 – Data Collection Task 2.1 Topographic Survey and Basemapping  Perform a topographic survey of the limits shown on Figure 1.  Obtain utility locates.  Provide traffic control for Highway 14 survey limits. Coordinate with CDOT Highway 14 survey access.  Provide topographic survey mapping in AutoCAD Civil 3D format with supporting PDF(s) at 1”=30’ scale.  Combine survey data with design drawings and other site information mapping to for the project basemap.  Hold a plan-in-hand site visit to validate surface features shown on the project basemap and develop a refined understanding of design constraints. Page 4 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED 2 Task 2.2 Geotechnical  Perform Subsurface Investigation Observation o Lithos will observe three (3) test pits, with excavation performed by the City or City-contracted Contractor. o Observe and document geotechnical test pits at the locations identified by HDR.  Provide full-time oversight of test pit excavations.  Collect bulk soil samples from the test pits for classification and laboratory testing.  Measure groundwater depth at completion of test pit, if encountered.  Prepare Preliminary Geotechnical Investigation Report  Prepare a Geotechnical Investigation Report (GIR) that provides geotechnical criteria for preliminary design considerations and construction cost estimates. The GIR will include: o A Site Vicinity and test Location Plan Map. o Detailed test pit log describing the results of field exploration. o A summary of soil, bedrock, and groundwater conditions encountered during our subsurface investigation. o Provide preliminary design criteria and construction considerations for the proposed excavations and pipeline. o Suitability of onsite materials for use as pipe bedding and backfill. o Discuss associated risks for alternatives along with recommendations for future final design evaluation, risk mitigation, and tasks that will be required by HDR to issue construction drawings for the project.  Develop Preliminary Temporary Support for MSE Retaining Walls o Evaluate temporary construction support options for the existing MSE retaining wall located adjacent to the proposed pipeline alignment. o Develop preliminary design schematics for which a preliminary construction cost estimate can be established prior to final design. Key Assumptions:  Survey will be scheduled for late August/early September to correspond to lower river water levels.  Test pit excavation is by City crews or contracted directly with the City.  Test pit depth is estimated to be the proposed pipeline design depth (7’ ~ 8’). Duration of test pit excavation and observation is estimated at 1-day. Deliverables:  Topographic Survey (PDF)  Geotechnical Information Report, Draft and Final (PDF)  Preliminary Temporary Support Schematics for MSE wall Task 3 – Cost and Constructability Update Task 3.1 Alignment Refinement  Update the pipeline alignment along the access road based on the project basemap, plan-in-hand site trip, and geotechnical data.  Prepare concept design drawings including: o Plan and profile sheets (3 sheets at 1”=30’, 2,200 lf). Page 5 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED 3 o Cross-sections at 100-ft intervals showing critical survey features including retaining walls, asphalt, edge of bank and the proposed pipeline (2 sheets)  Review drawings with City staff to discuss constructability elements (equipment, material access, excavation limits, etc) and construction risk. Task 3.2 Cost Update  Using the preliminary plan and profile drawings and supporting project geotechnical data, update the cost estimate developed for the BFO process.  Meet with City staff to review cost estimate items, changes from previous BFO estimate, and assumptions. Task 3.3 Construction Permitting Updates  Assist the City in coordination with Larimer County to assess the 1041 process and potential impacts on construction and design schedule. Attend approximately 2 meetings with City and County staff. Facilitate discussions with preliminary plan and profile drawings.  Re-evaluate 404/401 permitting for the project based on preliminary plan and profile drawings, constructability constraints, and recent changes in the USACE permitting regulations. Task 3.4 Prepare Cost and Constructability Memo  Prepare a technical memo summarizing construction cost estimate, 1041 and 404/401 permitting updates. Identify potential impacts to the project schedule based on construction starting fall 2022. Identify risk elements and potential mitigation measures. Include preliminary plan and profile drawings, cross-sections, GIR, and detailed cost estimates. Key Assumptions:  Profile based on assumed depth of existing pipeline at connection points and City design criteria.  Intent of concept design drawings is to present site collected data relative to a refined pipeline alignment. Deliverables:  Cost and Constructability Memo, Draft and Final (PDF) Page 6 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED 4 Figure 1 - Proposed Limits of Survey (white outlined areas) Page 7 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT B WORK ORDER COST DETAIL Page 8 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED HDR Engineering Senior Project Manager, Rich Thornton Senior Project Engineer II, Brandon Luster Project Engineer III Nick Humphrey Project Engineer I Sara Race Construction Mgr John Feldhauser Senior Env Scientist Sirena Brownlee Senior CAD Designer Chuck Wittenmier Senior Project Accountant Clerical Assistant Hours Labor Total Expenses HDR Fee Total Fee WTF On-call 2020 Billing Rates $ 245 $ 200 $ 160 $ 130 $ 130 $ 145 $ 125 $ 125 $ 90 Task Description Task 1 – Management, Coordination and QA/QC Task 1.1 Project Management, Accounting and QA 8 8 4 20 $ 3,320 $ 166 $ 3,486 $ 3,486 Task 1.2 Project Coordination Meetings 4 4 6 6 20 $ 3,520 $ 176 $ 3,696 $ 3,696 Sub-total 12 4 6 6 0 0 0 8 4 40 $ 6,840 $ 342 $ 7,182 $ - $ - $ 7,182 Task 2 – Data Collection Task 2.1 Topographic Survey and Basemapping 2 4 8 8 22 $ 3,170 $ 159 $ 3,329 $ 9,440 $ 12,769 Task 2.2 Geotechnical 2 8 2 12 $ 2,020 $ 101 $ 2,121 $ 19,194 $ 21,315 Sub-total 4 0 12 8 0 0 10 0 0 34 $ 5,190 $ 260 $ 5,450 $ 9,440 $ 19,194 $ 34,084 Task 3 – Cost and Constructability Update Task 3.1 Alignment Refinement 2 4 8 24 60 98 $ 13,190 $ 660 $ 13,850 $ 13,850 Task 3.2 Cost Update 1 2 4 8 16 31 $ 4,405 $ 220 $ 4,625 $ 4,625 Task 3.3 Construction Permitting Updates 1 2 4 12 19 $ 3,025 $ 151 $ 3,176 $ 3,176 Task 3.4 Prepare Cost and Constructability Memo 4 6 8 12 30 $ 5,020 $ 251 $ 5,271 $ 5,271 Sub-total 8 14 24 44 16 12 60 0 0 178 $ 25,640 $ 1,282 $ 26,922 $ - $ - $ 26,922 Hours 24 18 42 58 16 12 70 8 4 252 Fee $5,880 $3,600 $6,720 $7,540 $2,080 $1,740 $8,750 $1,000 $360 $ 37,670 1,884 $ 39,554 $ 9,440 $ 19,194 $ 68,188 TOTAL (ROUNDED) $ 68,190 City of Fort Collins Utilities Poudre River 27" Raw Waterline, Site Data and Investigations King Surveyors Lithos 7/30/2020 Page 9 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED 2625 Redwing Road, Suite 160 Fort Collins, Colorado 80526 970.373.1850 www.LithosEng.com July 9, 2020 Project Number: 19038 HDR 419 Canyon Avenue, Suite 316 Fort Collins, Colorado 80521 Attention: Mr. Rich Thornton, PE Water Resources Project Manager / Vice President Regarding: Proposal Addendum - Preliminary Design Phase City of Fort Collins - 27-Inch Poudre River Pipeline Replacement Larimer County, Colorado Mr. Thornton, Lithos Engineering (Lithos) is pleased to have the opportunity to provide this addendum to our proposal for additional services related to the subject project. As we understand it, the City of Fort Collins Utilities (City) is concerned about two of their existing raw waterlines that cross the Cache la Poudre River (river) just downstream of Gateway Park. One of the waterlines, is exposed in the northern bank of the river while the second pipe does not have sufficient cover under the river. The City is concerned that the lack of cover puts the pipelines at risk and intends to replace a portion of the 27-inch pipelines outside of the river channel. It is our understanding from the predesign phase that the new pipeline alignment will be constructed along the old access road between the south bank of the river and Highway 14. Proposed Scope of Services Based on our understanding of the project and discussions with HDR, Lithos proposes to provide consultation to HDR and the City for replacement of a portion of the existing pipeline with respect the geotechnical components of open cut construction, temporary support alternatives of the existing MSE retaining wall adjacent to the planned excavation, and pipe encasement. This proposal is intended to cover services during the preliminary design phase of the project. Specifically, Lithos will: TASK-1 Subsurface Investigation Observation Lithos will observe three (3) test pits, with excavation performed by a City APDS contractor. Specifically, Lithos will: • Observe and document geotechnical test pits at the locations identified by HDR. o Provide full-time oversight of test pit excavations. o Collect bulk soil samples from the test pits for classification and laboratory testing. o Measure groundwater depth at completion of test pit, if encountered. Page 10 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED HDR Poudre Pipeline Crossings Page 2 of 2 TASK – 2 Preliminary Geotechnical Investigation Report Lithos will prepare a Geotechnical Investigation Report (GIR) that discusses potential alternatives and provides geotechnical criteria for preliminary design considerations and construction cost estimates. The GIR will include: • A Site Vicinity and test Location Plan Map. • Detailed test pit log describing the results of field exploration. • A summary of soil, bedrock, and groundwater conditions encountered during our subsurface investigation. • Provide preliminary design criteria and construction considerations for the proposed excavations and pipeline. • Suitability of onsite materials for use as pipe bedding and backfill. • Discuss associated risks for alternatives along with recommendations for future final design evaluation, risk mitigation, and tasks that will be required by HDR to issue construction drawings for the project. TASK – 3 Preliminary Temporary Support MSE Retaining Walls Lithos will evaluate temporary construction support options for the existing MSE retaining wall located adjacent to the proposed pipeline alignment. The MSE wall is approximately 18.5 ft high and located along the Gate Way Park Entrance Road. Lithos will provide HDR and the City preliminary design schematics for which a preliminary construction cost estimate can be established prior to final design. TASK – 4 Meetings Lithos will attend up to four (4) project meetings with HDR and the City to discuss the subsurface investigation observations, progress and findings, potential mitigation alternatives and geotechnical aspects of those alternatives, and preliminary temporary support options for the existing MSE retaining wall. For budgetary purposes, we have assumed each meeting will require up to four (4) hours, which includes one hour of preparation, travel to the meeting, and meeting time. Fee Estimate Based on our proposed Scope of Services outlined above, we estimate a total fee for our services of $19,194. Lithos proposes to provide these services on a time and expense basis in accordance with our existing contract with HDR for the City. Closing We appreciate the opportunity to submit a proposal for this project and look forward to the opportunity to work with you and your team on this project. For this project, Mr. James Carroll will be your key contact and Project Manager. If you have any questions regarding the contents of this proposal, please contact the undersigned. Sincerely, Lithos Engineering James Carroll, PE Robin Dornfest Project Manager President Page 11 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Detailed Fee Estimate Project Name: Poudre Pipeline Crossings - Proposal Addendum - Preliminary Design Phase Project Number: 19038 Date: 7/9/20 No. Phase Senior Consultant President Vice President Senior Professional II Senior Professional I Professional II Professional I Staff Professional III Staff Professional II Staff Professional I Administrative Rate/Hr $ 200 $ 195 $ 180 $ 175 $ 155 $ 140 $ 125 $ 105 $ 95 $ 90 $ 65 1 Subsurface Investigation Observation 2 2 8 12 $ 1,500 2 Preliminary Geotechnical Investigation Report 2 8 40 50 $ 5,590 3 Preliminary Temporary Support MSE Retaining Wall 2 8 8 20 38 $ 4,930 4 Meetings 16 16 32 $ 5,920 Fee Schedule (20G) Total Hours Total Labor Labor Fees per Position $ - $ 4,290 $ - $ 5,950 $ 1,240 $ - $ - $ - $ 6,460 $ - $ - 132 $ 17,940 No. Phase Driller Lab Testing Traffic Control Fees per Task Mileage $0.58/mi Per Diem Lodging Airline Other Fees per Task 1 Subsurface Investigation Observation $ 1,175 $ - $ - $ 1,175 45 $ 26 assumes two trips for Dylan to o 2 Preliminary Geotechnical Investigation Report $ - $ - $ - $ - 3 Preliminary Temporary Support MSE Retaining Wall $ - $ - 45 $ 26 assumes one trip for Lance to se 4 Meetings $ - $ - $ - $ - $ - 48 $ 28 assumes two trips for robin and Subtotal $ - $ 1,175 $ - $ - $ 1,175 $ 79 $ - $ - $ - $ - $ 79 Markup 0% $ - $ - $ - $ - $ - $ - $ - $ - $ - $ - Total $ - $ 1,175 $ - $ - $ 79 $ - $ - $ - $ - Total Subconsultants $ 1,175 Total Direct Costs $ 79 No. Phase 1 Subsurface Investigation Observation 2 Preliminary Geotechnical Investigation Report 3 Preliminary Temporary Support MSE Retaining Wall 4 Meetings Markup 0% Total $ 17,940 $ 1,175 $ 79 $ 28 FEE SCHEDULE 2020 1. Services will be billed on the time worked by staff personnel as follows unless noted otherwise in the proposal or contract. Overtime hours will be charged a straight time rates. Senior Consultant $200 President $195 Vice President $180 Senior Professional II $175 Senior Professional I $155 Professional II $140 Professional I $125 Staff Professional III $105 Staff Professional II $95 Staff Professional I $90 Administrative $65 2. Direct non-salary expenses will be billed at Lithos Engineering’s cost plus a ten (10) percent markup for the following: a. Reproduction and printing costs for project-related documents b. Transportation and subsistence costs for travel including: rental cars, truck, boats, trains, and other public carriers. c. Express delivers such as UPS. 3. Mileage for use of personal or company vehicles will be billed at $0.70/mile. 4. Subcontractors retained by Lithos Engineering for project-related services will be billed at our cost plus 10 (ten) percent. 5. Payment: Invoices will be submitted about once a month unless otherwise noted in the proposal or contract for services performed. Payment is due upon receipt of the invoice. Interest of two (2) percent per month may be added to the outstanding balance on invoices older than 30 days. In the event that Lithos Engineering must engage collection services to receive payment, Client will reimburse Lithos Engineering for all reasonable collection, attorney’s, and court fees. 6. Billing rates are subject to change at any time unless otherwise noted in the proposal or contract. 20G Page 13 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT C WORK ORDER SCHEDULE DETAIL Page 14 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED ID Task Mode Task Name Duration Start Finish 1 Task 1 – Management, Coordination and QA/QC 80 days Mon 8/17/20Fri 12/4/20 2 Task 1.1 Project Management, Accounting and QA 80 days Mon 8/17/20Fri 12/4/20 3 Task 1.2 Project Coordination Meetings 80 days Mon 8/17/20Fri 12/4/20 4 Task 2 – Data Collection 20 days Mon 8/31/20Fri 9/25/20 5 Task 2.1 Topographic Survey and Basemapping 15 days Mon 9/7/20 Fri 9/25/20 6 Task 2.2 Geotechnical 20 days Mon 8/31/20Fri 9/25/20 7 Field work 5 days Mon 8/31/20Fri 9/4/20 8 Reporting 15 days Mon 9/7/20 Fri 9/25/20 9 Task 3 – Cost and Constructability Update 40 days Mon 9/28/20Fri 11/20/20 10 Task 3.1 Alignment Refinement 20 days Mon 9/28/20Fri 10/23/20 11 Task 3.2 Cost Update 5 days Mon 10/26/20Fri 10/30/20 12 Task 3.3 Construction Permitting Updates 5 days Mon 10/26/20Fri 10/30/20 13 Task 3.4 Prepare Cost and Constructability Memo 15 days Mon 11/2/20Fri 11/20/20 2 9 16 23 30 6 13 20 27 4 11 18 25 1 8 15 22 29 6 Aug '20 Sep '20 Oct '20 Nov '20 Dec '20 Task Split Milestone Summary Project Summary Inactive Task Inactive Milestone Inactive Summary Manual Task Duration-only Manual Summary Rollup Manual Summary Start-only Finish-only External Tasks External Milestone Deadline Progress Manual Progress Page 1 Project: Project1 Date: Wed 7/29/20 Page 15 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Utilities Work Order Form Official Purchasing Form Last updated 10/2017 ATTACHMENT D CERTIFICATE OF INSURANCE CONTRACTOR shall submit Certificate of Insurance in compliance with the Contract Documents. Page 16 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Willis Towers Watson Midwest, Inc. c/o 26 Century Blvd P.O. Box 305191 Nashville, TN 372305191 USA HDR Engineering, Inc. 1917 South 67th Street Omaha, NE 68106 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. City of Fort Collins, Colorado Attn: Purchasing Department PO Box 580 Fort Collins, CO 80522 05/19/2020 1-877-945-7378 1-888-467-2378 certificates@willis.com Liberty Mutual Fire Insurance Company 23035 Ohio Casualty Insurance Company Liberty Insurance Corporation 24074 42404 W16481034 A 2,000,000 1,000,000 Contractual Liability 10,000 2,000,000 4,000,000 4,000,000 Y Y TB2-641-444950-030 06/01/2020 06/01/2021 A 2,000,000 Y Y 06/01/2020 06/01/2021 AS2-641-444950-040 B 5,000,000 0 Y Y EUO(21)57919363 06/01/2020 06/01/2021 5,000,000 WA7-64D-444950-010 C Y 1,000,000 No 06/01/2020 06/01/2021 1,000,000 1,000,000 SR ID: 19631312 BATCH: 1684684 Willis Towers Watson Certificate Center DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Page 1 of 2 HDR Engineering, Inc. 1917 South 67th Street Omaha, NE 68106 Re: AB Water Line Cathodic Protection Construction Engineering Additional Insureds: The City, its officers,, agents and employees 2 2 Willis Towers Watson Midwest, Inc. See Page 1 See Page 1 See Page 1 See Page 1 25 Certificate of Liability Insurance SR ID: 19631312 BATCH: 1684684 CERT: W16481034 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED CG 25 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 Policy Number: TB2-641-444950-030 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED LOCATION(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Location(s): All locations owned by or rented to the Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which can be attributed only to operations at a single designated "loca- tion" shown in the Schedule above: 1. A separate Designated Location General Aggregate Limit applies to each designated "location", and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Location General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damag- es because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Loca- tion General Aggregate Limit for that desig- nated "location". Such payments shall not re- duce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Location General Aggre- gate Limit for any other designated "location" shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Location General Aggre- gate Limit. DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 04 05 09 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which cannot be at- tributed only to operations at a single designated "location" shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Location General Aggregate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Location Gen- eral Aggregate Limit. D. For the purposes of this endorsement, the Defi- nitions Section is amended by the addition of the following definition: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. E. The provisions of Section III – Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 Policy Number: TB2-641-444950-030 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All construction projects not located at premises owned, leased or rented by a Named Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medi- cal expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eral Aggregate Limit. DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section I – Coverage A, and for all medical expenses caused by accidents under Section I – Coverage C, which cannot be at- tributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section III – Limits Of Insur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED CG 20 10 04 13 © ISO Properties, Inc., 2012 Page 1 of 2 POLICY NUMBER: TB2-641-444950-030 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a c ontract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been p ut to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on b ehalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 2 of 2 SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations Any person or organization with whom you have agreed, through written contract, agreement or permit to provide additional insured coverage. Any location where you have agreed, through writtencontract, agreement or permit, to provide additionalinsured coverage Information required to complete this Schedule, if not shown above, will be shown in the Declarations. DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED POLICY NUMBER: TB2-641-444950-030 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations Any person or organization to whom or to which you are required to provide additional insured status in a written contract, agreement or permit except where such contract or agreement is prohibited. Any location where you have agreed, through written, contract, agreement or permit, to provide additional insured coverage for completed operations. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a c ontract or agreement, the insurance afforded to such additional insured will not be br oader than that which you are equired by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Person or Organization: Where required by written contract. Policy Number TB2-641-444950-030 Issued by Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT – SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART Schedule If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule of this endorsement that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV - Conditions will not apply. If the applicable written agreement does not specify on w hat basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV - Conditions will govern. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same "occurrence", claim or "suit". LC 24 20 02 13 © 2013 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED POLICY NUMBER: AS2-641-444950-040 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. SCHEDULE Name Of Person(s) Or Organization(s): As required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section II – Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I – Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Policy Number: AS2-641-444950-040 Issued by: Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED - NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s) or Organizations(s): Any person or organization where the Named Insured has agreed by written contract to include such person or organization Regarding Designated Contract or Project: Any Each person or organization shown in the Schedule of this endorsement is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. The following is added to the Other Insurance Condition: If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or "property damage" , then this insurance will be primary and we will not seek contribution from such insurance. AC 84 23 08 11 © 2010, Liberty Mutual Group of Companies. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED POLICY NUMBER: TB2-641-444950-030 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As required by written contract or agreement Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV – Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done un der a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED POLICY NUMBER: AS2-641-444950-040 COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization for whom you perform work under a written contract of the contract requires you to obtain this agreement from us but only if the contract is executed prior to the injury or damage occurring. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a c ontract with that person or organization. CA 04 44 10 13 © Insurance Services Office, Inc., 2011 Page 1 of 1 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Where required by contract or written agreement prior to loss. Issued by:Liberty Insurance Corporation For attachment to Policy No WA7-64D-444950-010 $ Issued to:HDR Engineering, Inc. Effective Date 06/01/2020 Premium WC 00 03 13 Ed. 4/1/1984 © 1983 National Council on Compensation Insurance, Inc. Page 1 of 1 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Policy Number TB2-641-444950-030 Issued by Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION OR MATERIAL REDUCTION IN COVERAGE TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY – UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Organization(s): Email Address or mailing address: Number Days Notice: Per Schedule on File 30 A. If we cancel this policy for any reason other than nonpayment of premium, or make a material reduction in coverage, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation or material reduction of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 04 03 14 © 2014 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED Policy Number AS2-641-444950-040 Issued by Liberty Mutual Fire Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION OR MATERIAL REDUCTION IN COVERAGE TO THIRD PARTIES This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART MOTOR CARRIER COVERAGE PART GARAGE COVERAGE PART TRUCKERS COVERAGE PART EXCESS AUTOMOBILE LIABILITY INDEMNITY COVERAGE PART SELF-INSURED TRUCKER EXCESS LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART EXCESS COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART COMMERCIAL LIABILITY – UMBRELLA COVERAGE FORM Schedule Name of Other Person(s) / Organization(s): Email Address or mailing address: Number Days Notice: Per Schedule on File 30 A. If we cancel this policy for any reason other than nonpayment of premium, or make a material reduction in coverage, we will notify the persons or organizations shown in the Schedule above. We will send notice to the email or mailing address listed above at least 10 days, or the number of days listed above, if any, before the cancellation becomes effective. In no event does the notice to the third party exceed the notice to the first named insured. B. This advance notification of a pending cancellation or material reduction of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. All other terms and conditions of this policy remain unchanged. LIM 99 04 03 14 © 2014 Liberty Mutual Insurance. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 1 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF MATERIAL CHANGE We will not make changes that reduce the insurance afforded by this policy until written notice of such reduction has been delivered to those scheduled below at least 30 days before the effective date of the material change to the insurance afforded by this policy. Our failure to provide notice under this endorsement will not affect the validity of the changes except as it relates to the person or organization listed below. NAME ADDRESS As required by written contract or written agreement In no event will the notification be less than the minimum days required for notification by state statute. Notification will be provided to all parties in a manner as required by state statute, if any. This endorsement is executed by the Liberty Insurance Corporation Premium: Effective Date: 06/01/2020 Expiration Date 06/01/2021 For attachment to Policy No: WA7-64D-444950-010 Countersigned by Authorized Representative End. Serial No. WC 99 20 15 Page 1 of 1 Ed. 09/01/2010 Copyright 2010 Liberty Mutual Group of Companies. All Rights Reserved DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 20 74 (Ed. 12-16) NOTICE OF CANCELLATION TO THIRD PARTIES A. If we cancel this policy for any reason other than nonpayment of premium, we will notify the persons or organizations shown in the Schedule below by email as soon as practical after notifying the first Named Insured. B. This advance email notification of a pending cancellation of coverage is intended as a courtesy only. Our failure to provide such advance notification will not extend the policy cancellation date nor negate cancellation of the policy. Schedule Name of Other Person(s) / Organization(s): As required by written contract or agreement 30 Days All other terms and conditions of this policy remain unchanged. Issued by Liberty Insurance Corporation For attachment to Policy No. WA7-64D-444950-010 Effective Date 06/01/2020 Premium $ Issued to HDR Engineering, Inc. DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED $ 4,930 Labor Subconsultants $ - $ 5,948 $ - $ 5,920 $ - $ - $ 19,194 Hours per Task $ 4,956 SUBCONSULTANTS and DIRECT COSTS LABOR SUMMARY Total $ 26 $ - $ 26 $ 2,701 $ 5,590 $ - Labor Fees per Task Direct Costs $ 1,175 $ - $ 1,500 $ 5,590 Page 12 of 16 DocuSign Envelope ID: E6CBCC5E-381D-4FE9-8C07-6F04F9A3F9ED