Loading...
HomeMy WebLinkAboutPW13-267 - Original - Ott Construction Consultants - Briscoe-Desimone Levee Improvements Constructability Review - 11/19/2013 .. z "Records Management , KENT Document 4 WA9XINOTON CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Ott Construction Consultants I Vendor Number: JD Edwards Number ,t-- Contract Number: ' ® r This is assigned by City Clerk's Office Project Name: Briscoe-Desimone Levee Improvements Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 11/19/13 Termination Date: 1/31/14 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Ken Langholz Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): Conduct a constructability review for the project. S:Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT wAsr " „ , CONSULTANT SERVICES AGREEMENT between the City of Kent and Ott Construction Consultants THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Ott Construction Consultants organized under the laws of the State of Washington, located and doing business at 129 E. Lake Sammamish Shorelane NE, Sammamish, WA 98074, Phone: (425) 890-3533/Fax: (425) 868-7415, Contact: William Ott (hereinafter the "Consultant"). I. DESCRIPTION OF WORK. Consultant shall perform the following services for the City in accordance with the following described plans and/or specifications: iI The Consultant shall conduct a constructability review for the Briscoe-Desimone Levee Improvements Project. For a description, see the Consultant's Scope of Work which is attached as Exhibit A and incorporated by this reference. Consultant further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time those services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon the effective date of this Agreement. Consultant shall complete the work described in Section I by January 31, 2014. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Seven Thousand, Six Hundred Dollars ($7,600.00), for the services described in this Agreement. This is the maximum amount to be paid under this Agreement for the work described in Section I above, and shall not be exceeded without the prior written authorization of the City in the form of a negotiated and executed amendment to this agreement. The Consultant agrees that the hourly or flat rate charged by it for its services contracted for herein shall remain locked at the negotiated rate(s) for a period of one (1) year from the effective date of this Agreement. The Consultant's billing rates shall be as delineated in Exhibit A. B. The Consultant shall submit monthly payment invoices to the City for work performed, and a final bill upon completion of all services described in this Agreement. The City shall provide payment within forty-five (45) days of receipt of CONSULTANT SERVICES AGREEMENT - 1 (Under$10,000) an invoice. If the City objects to all or any portion of an invoice, it shall notify the Consultant and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Consultant has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Consultant maintains and pays for its own place of business from which Consultant's services under this Agreement will be performed. C. The Consultant has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Consultant's services, or the Consultant is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Consultant is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Consultant has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Consultant's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Consultant maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. After termination, the City may take possession of all records and data within the Consultant's possession pertaining to this project, which may be used by the City without restriction. If the City's use of Consultant's records or data is not related to this project, it shall be without liability or legal exposure to the Consultant. VI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any subcontract, the Consultant, its subcontractors, or any person acting on behalf of the Consultant or subcontractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Consultant shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. CONSULTANT SERVICES AGREEMENT - 2 (Under $10,000) VII. INDEMNIFICATION. Consultant shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Consultant's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Consultant's work when completed shall not be grounds to avoid any of these covenants of indemnification. 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, agents and volunteers, the Consultant's liability 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 PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Consultant refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Consultant's part, then Consultant shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Consultant's part. The provisions of this section shall survive the expiration or termination of this Agreement. VIII. INSURANCE. The Consultant shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. IX. EXCHANGE OF INFORMATION. The City will provide its best efforts to provide reasonable accuracy of any information supplied by it to Consultant for the purpose of completion of the work under this Agreement. X. OWNERSHIP AND USE OF RECORDS AND DOCUMENTS. Original documents, drawings, designs, reports, or any other records developed or created under this Agreement shall belong to and become the property of the City. All records submitted by the City to the Consultant will be safeguarded by the Consultant. Consultant shall make such data, documents, and files available to the City upon the City's request. The City's use or reuse of any of the documents, data and files created by Consultant for this project by anyone other than Consultant on any other project shall be without liability or legal exposure to Consultant. XI. CITY'S RIGHT OF INSPECTION. Even though Consultant is an independent contractor with the authority to control and direct the performance and details of the work authorized under this Agreement, the work must meet the approval of the City and shall be subject to the City's general right of inspection to secure satisfactory completion. CONSULTANT SERVICES AGREEMENT - 3 (Under$10,000) XII. WORK PERFORMED AT CONSULTANT'S RISK. Consultant shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Consultant's own risk, and Consultant shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XIII. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable, A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section VII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Consultant. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement, However, should any language in any of CONSULTANT SERVICES AGREEMENT - 4 (Under $10,000) the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Consultant agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Consultant's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. I IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONSULTANT: CITY OF KENT: By: By: (si ature) ignature) j Print Name: 'am Print Name: imothy J. LaPorte, P.E. Its: v' Its: Public Works Director (title) ` DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONSULTANT: CITY OF KENT: William Ott Timothy J. LaPorte, P.E. Ott Construction Consultants City of Kent 129 E. Lake Sammamish Shorelane NE 220 Fourth Avenue South Sammamish, WA 98074 Kent, WA 98032 (425) 890-3533 (telephone) (253) 856-5500 (telephone) 425) 868 7415 (facsimile) _(253) 856-6500 (facsimile) Ott Conetroctlan-Briscoe-Desimone Levee/Langholz CONSULTANT SERVICES AGREEMENT - 5 (Under $10,000) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. I By: y ^� For: v�Yn dam• Title: PtoQe-;e Date: i EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 AND WOMEN SUPERSEDES: A SUBJECT: MINORITYpril 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. I I EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. i I By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 EXHIBIT A Langholz, Ken From: Bill Ott <williamott129@yahoo.com> Sent: Monday, November 04, 2013 11:09 PM To: Langholz, Ken Subject: Briscoe-besimone Levee Constructability Review Attachments: 5. OTT Resume.doc; Ott-Firm Summary.doc; Charlie McCoy Resume.doc;Ott Construction Consultants.docx; Olson Resume.doc; Sakai- Resume2.doc Ken, I have received the Plans and Specs that you sent. We can Start on it this week, but assuming that we can have an agreement in place by the end of this week, we could have a report to you no later than Monday morning November 1.8tb, 2013. Based upon our discussion, T would propose the following activities to be addressed in a ConstruetabiIity ReviewNE exercise by.Oft Construction Consultants. Site visit Review Plans and Plan Details for constructability and consistency with current construction methods Review Specifications for consistency and identify/minimize conflicts that may occur within the documents Suggest any modifications that could result in lower construction cost, time , and conflicts, Issue a written report I Meet with the City ( and design firms) to address or explain our recommendations. Our Billing Rate is $190/hr and I think that our involvement would be about 30 hours, however I recornrnend that for the Agreement we use a total of 40 hours, 40 hours @ $190/hr — $7600 Our hourly-billing rate is all inclusive of direct salary, overhead, and fee and are the lowest hourly rates I charge to my preferred clients for this type and size of work. I have attached resumes for myself and 3 employees for your review. If there are any questions you can reach me on my cell phone Thank you Bill William P. Ott r Ott Construction Consultants 129 E. Lake San-mannish Shorelane NE Sammamish, WA 98074 425-890-3533 cell 425-868-7415 home & Fax j i I I I I I z i Ott Construction Consultants Firm Profile Ott Construction Consultants (OTT) is a Small Business Sole Proprietorship that employs part- time several ex-contractor executives, who provide support for the Design and delivery of predominately heavy highway/civil projects.As such, the firm approaches projects from a Contractor's point of view in developing cost estimates, construction schedules, staging and phasing, cost effective construction alternatives, maintenance of traffic, and most importantly to minimize conflicts within the documents that could result in claims and unexpected additional construction costs. The firm provides expertise in Heavy/Civil/Highway construction and specifically assessing construction methods, constructability, traffic staging, scheduling the work activities, estimating construction costs, assessing the risk associated with the various construction methods, project delivery, and support the EIS document preparation, Accelerated construction schedules, construction estimates, construction details are all becoming more and more important in delivering a Project that can meet the Public and Owners timelines, objectives and expectations. To achieve these goals, consideration must be given to many factors that will determine the construction schedule and cost such as maintaining pedestrian and vehicle traffic, property access, safety, environmental requirements, local residents (noise and access). Ott Construction Consultants stay current with construction means and methods so that the design objectives can be constructed in the shortest period and least disruptive to the public and environment. We have provided construction schedules and sequencing for many of the larger projects in the Puget Sound area. Projects include the Alaskan Way Viaduct and Seawall Program, SR 520 Floating Bridge Program, Tacoma-Pierce County HOV Program, SR 519 Phase 2, Fremont Bridge Approaches Replacement, Mercer Corridor Phase 1, Port of Seattle 160th Light Rail Project into the airport, 4th Ave Ramp to Spokane Street Viaduct, Spokane Street Viaduct Widening as well as many other smaller projects, In addition we have provided cost estimates for many of the above projects. William P. Ott has 47 years of construction experience including 32 years with a Heavy Highway General Contractor estimating and constructing over 300 Projects.As Vice President of Mowat Construction Company, Bill was responsible for the scheduling of the project activities, determining economical construction methods, coordinating and allocating construction equipment, estimating projects, and resolving construction issues with the Owners. This work was predominately in urban settings with limited access areas. Bill has also participated as a Disputes Review Board member or chairman on over 100 different construction projects in Washington, Oregon and Idaho. This experience keeps the firm abreast with the current construction issues, construction methods, and costs and difficulties within the contract documents. I ' i I William P. Ott Construction Consultants - 425-868-7415 129 E, Lake Sammamish Shorelane NE, Sammamish, WA 98074 I Charlie McCoy PE- Ott Construction Consultants Mr. McCoy retired from Atkinson Construction as Vice President of Operations in 2010 completing 36 years of experience as a construction engineer and manager, all for Atkinson Construction. He was responsible for estimating, planning and scheduling all Atkinson Construction, LLC operations in the Pacific Northwest Region. Most recently he was the Design Builder's Project Manager on i three of WSDOT's largest design build projects. Has worked closely with the Owners including the City of Everett on the Broadway Bridge work that was constructed as part of the 1-5 Everett HOV Design Build Project Karsten Olson PE- Ott Construction Consultants Karsten Olson retired from Max J Kuney Company as Vice President in January 2010 completing 41 years of experience as a manager and Vice President. He was responsible for estimating, planning and scheduling all of Kuney's operations. In addition, he was responsible for determining economical construction methods, allocating company assists, construction costs and resolving construction issues with the owners, Under Karsten's direction, Kuney has constructed several WSDOT Design-Build project including the first(SR 500-Thurston Way). In addition, he has completed several unique and time sensitive projects such as the Cable Stay Bridge in Tacoma, WA, Deck Replacement of the Lewis and Clark Bridge across the Columbia River, Seismic Retrofit of the St John's Bridge over the Willamette River in Portland, OR, and the replacement of the Sauvie Island Bridge Kevin Sal(ai PE- Oit Construction Consultants: In the 24 years since Kevin graduated from the University of Washington he has worked continuously for construction contractors in the Northwest, largely on road and highway projects. He began his career with Guy F.Atkinson working first on the 520 Floating Bridge, then the First Avenue Bridge Southbound Structures, and subsequently on highway interchanges, bridge rehabilitation projects, and most recently on Alaskan Way Viaduct repair Phase 1 and 2, the SR 519 Intermodal Access at Atlantic Phase 1, and the Pine Street Tunnel extension of the Downtown Seattle Transit Tunnel. Kevin is now providing constructability reviews, construction scheduling, cost estimates on various local bridge and roadway projects. In addition, Kevin also provides estimating and project coordination services to several local contractors when contractors are short handed, I William P. Ott Construction Consultants - 425-868-7415 129 E. Lake Sammamish Shorelane NE, Sammamish, WA 98074 William P. Ott Construction Consultants wi l l la mtt 1290,Vah oo.com 129 E. La/ce Sammamish Shoreline NE Phone: 425-890-3533 Sammamish, WA 98074 Fax 425-868-7415 William P. Ott Proprietor, Senior Construction Specialist Years Experience Professional Experience 46years William P. Ott has 47 years of construction experience including 32 years with a Heavy Highway Education General Contractor estimating and constructing over 300 Projects.As Vice President of Mowat B.S. Civil Engineering, Oregon Construction Company, Bill was responsible for the scheduling of the project activities, State University, 1966 determining economical construction methods, coordinating and allocating construction equipment, estimating projects, and resolving construction issues with the Owners. This work was B.S. Mechanical Technology in'"Xgricufture, Oregon State predominately in urban settings with limited access areas, University, 1966 Bill has also participated as a Disputes Review Board member or chairman on over 120 different cvEP/CRA Experience construction projects in Washington, Oregon and Idaho. This experience keeps the firm abreast • Alaskan Way Viaduct • SR520 Floating Bridge with the current construction issues, construction methods, and costs and difficulties within the • Columbia River contract documents, Crossing • Tacoma HOV 1998 • Present Owner of Ott Construction Consultants • SR 405 Widening • 160th Loop Ramp a Bill provides expertise in Heavy/Civil construction and specifically assessing construction methods, constructability, traffic staging, scheduling the work activities,estimating construction costs, assessing the risk associated with the various construction methods, Key Highlights project delivery, and support the EIS document preparation. • 32 years-Contractor ® p Bill has also has participated as a Disp utes Review Board member or chairman on over construction experience . 16 years consulting design 90 different construction projects in Washington, Oregon and Idaho. projects Local knowledge 1973-1998 Vice President of Mowat Construction Companv . Design-Ruud Projects • Directly involved in estimating, scheduling, construction methods and management of • GCCM contracts Heavy Civil/Highway Projects in Washington, Oregon, California, and Nevada. ® 1983-1998 Managed and coordinated multi state construction operations, This involved scheduling, construction methods, coordinating and hiring technical and supervisory employees, coordinating and allocating equipment to meet specified completion dates, and performing the work within the "limited access areas" required by contracts, a 1973-1983 Project Manager, Estimated and managed numerous bridge, highway, and heavy civil construction projects throughout Washington State. This involved the construction or reconstruction of interchanges, highways, parks, and schools. 1966 e 1973 Guy P. Atkinson Company Office/Field Engineer to Superintendent Project Experience I CONTRACTOR CONTRUCTION EXPERIENCE ® Heavy/Civil: Constructed over 300 projects within the 4 western states(WA, OR, CA, NV) . This ranges from small transit shelters to all types of bridge structures and major Interchanges. CONSULTING PROJECTS-Bill provides expertise in Heavy/Civil/Highway construction and specifically assessing construction methods, constructability, traffic staging, scheduling the work activities, estimating construction costs, assessing the risk associated with the various construction methods, project delivery, and support the EIS document preparation. Typical consulting projects: VE/CEVP/CRA Workshops- Participated as an SME on 20+workshops for WSDOT, including j Alaskan Way Viaduct and Seawall Replacement, SR 620 Floating Bridge Replacement, 1-5- Columbia River Crossing,Tacoma Pierce County HOV project, SR 405 Widening 1-5 to 1-90. WSDOT,Alaskan Way Viaduct and Seawall Replacement Program: (2001 to Present); Construction Specialist; $4.5 Billion program; Construction Completion Date: 2018; Design work; 2001 to current, Seattle, WA Subconsultant to PB Americas. The AWV Team developed well over 100 alternative/options for the Program, including large bore tunnel, cut and cover tunnels, viaduct retrofit, replacement with double level viaduct, replacement with single level viaduct, a signature bridge. Bill has provided construction scheduling and phasing, traffic sequencing for the construction staging, constructability resolution, developed flowcharts for the risk assessment workshops, participated in the risk assessment workshops and value engineering workshops, Plan and specification document reviews, and support of the EIS team in the preparation of the EIS submittal documents. Client/Prime Consultant: Parsons Brinckerhoff; Mike Rigsby,VP&Program Leader; 206-382-6352. Owner: WSDOT; Ron Paananen, Program Director; 206-826-7497 WSDOT, SR520 Floating Bridge Replacement, Seattle,WA. Subconsultant to HDR . This $4 Billion GEC Program contract replaces and widens SR520 between 1-6 and SR405. The Program will be broken into several construction contracts including the replacement of the existing Portage Bay Bridge (2870 LF), the Floating Bridge Approaches, and the new 660 LF replacement of the SR52O Floating Bridge. Alternatives included Segmental Box Girders, Steel Box Girders, P/C Girders, Bascule Bridge and Immersed Tube Tunnel and Bored Tunnel. Port of Seattle,S. 160th Loop RamplNER Phase 1 $95 million project; Construction Completion Date: 2010 Bill developed an independent bid item list and the construction estimate for this Sound Transit j and Port of Seattle to use in the determination of each parties share of the Project. In addition, we developed the construction sequencing and phasing that would allow continuous flow of traffic into and out of the Airport and Parking garage. Bill participated in the Cost Risk Analysis and Constructability Workshops and provided document reviews Consultant to Port of Seattle, ClientlOwner:Port of Seattle; George England, Program Leader; 206-988-5529 or Ralph Wessels, 206-988-5529 j William p. Ott - Page 2 i Charlie McCoy, PE Ott Construction Consultants 129 E.Lk, Sammamish Shorelane N.E. Sammamish, Washington98074 (425-890-3533) wi Manion 129(i yahoo.com Mr. McCoy retired from Atkinson Construction as Vice President of Operations completing 36 years of experience as an estimator, project manager. He was responsible for estimating,planning and scheduling all Atkinson Construction, LLC operations in the Pacific Northwest Region. Most recently he was the Design Builder's Project Manager on three of WSDOT's largest design build projects i Professional Registrations; PE:Washington(1985), California (1978), and Florida(1987) Education; BS/1974/Civil Engineering, California State University, Long Beach Consulting Experience (2010 - 2012) City of Tacoma-Cost Estimate for Puyallup River Bridge Replacement—2011: City of Tacoma; Dan Soderlind, Project Manager(253-591-5263), Provide an independent construction estimate for the Puyallup River Bridge Sellwood Bridge Replacement -2011-present; Owner:Multnomah County, Portland, OR/Contact; Ian Cannon (ian,b.cannonl7a multco.us). Prime Consultant:Aadiand-Evans/Alex Soo at 503-241-0050, Providing Construction cost estimates for the$200M Sellwood Bridge Replacement(Portland,OR)during the design phases. Charlie has prepared the detailed construction estimates for the Owner for this ongoing CMGC type contract.The Owner,with Charlie's assistance, negotiates with the CMGC Contractor the construction packages as the design Is completed. 1.5 Willamette River Bridges-2010.2011 : Owner: Oregon Department of Transportation; Eugene,OR/Contact: Carl Wieseke(541-513-9340); PrimeConsultant:Aadland Evans/Alex Soo at 503-241-0050, CMGC type Contract. Providing Construction cost estimates for the bilges over the Willamette River during the design phases.Charlie has prepared the detailed construction estimates for the Owner for this ongoing CMGC type contract.The Owner,with Charlie's assistance, negotiated with the CMGC Contractor the construction packages as the design is completed. City of Bllevue-2011-Present: Owner Contact; Paul krawczyk, Charlie is working on three Projects for the City, They are NE 41h Extension, 120a Ave NE Widening, and West Lake Sammamish Parkway Widening.We are providing construction estimates,durations,and constructability advice. Contractor Experience (prior to 2010) 1. Design Build Experience: On all of these projects Mr. McCoy's involvement started with the SOLI and followed the project thru the scoping during RFP and prepared the contractors proposal cost estimate. After being selected as the"best value"proposal on three of these projects, he continued on as the project manager with a focus on Implementing the proposal design, Working with the design discipline leads, he led a process where the designs were evaluated for cost, PAGE 1 I i i constructability,and contract compliance at 15%,30%,and 90%level completion. Where necessary he involved construction specialty subcontractors to provide input on material selection and details so design proceeded on what was actually going to be built. Preparation of RFP proposal submittal and then Managed DB Contract: WSDOT- 1.5 Everett HOV Design Build Project, Everett WA,VP&Project Manager. $220 million design build highway project ® WSDOT- 1.405 NE 8th St-SR520 Braided Ramps,Bellevue,WA.VP&Project Manager. $115 million design build highway project. I WSDOT- 1.405 South Bellevue Widening Project, Bellevue,WA.VP&Project Manager$124 million design build highway project 2. Design-Bid-Build Experience WSDOT- Bellevue Direct Access, Bellevue,WA,VP&Construction Project Manager. For this$44 million project,Mr.McCoy had overall responsibility for estimating,scheduling,construction, and value engineering redesigns. The project was envisioned as a 30-month replacement of the 4U,Street interchange, lowering the existing collector distributor below grade,and constructing new direct access onto 1-405.Through value engineering of four major structures and extensive traffic staging modification,the project was completed in 18 months. WSDOT-SR 520 Floating Bridge, Project Manager; Mr. McCoy estimated the project and supervised the field construction;This project involved retrofitting the lift span&roller replacements, bilge pumping system,and electrical system. WSDOT-1.90, Lacey V Morrow Floating Bridge; Project Manager and Estimator. Estimated the construction of the LVM Floating Bridge project but unfortunately was not the successful bidder for this project. But through through the estimating process, Mr, McCoy became intimately knowledgeable with the specifications and construction plans and documents. WSDOT• Lewiston-Clarkston Bridge, Snake River.Project Engineer, Mr. McCoy supervised construction engineering and geometry control for the$16 million 1,300-foot crossing of the Snake River,The 610-foot main span bridge used cast-in-place segmental construction. Implementing value engineering increased segment lengths,while shortening construction time; the contract completed 6 months early. WSDOT-Renton S-Curves Freeway Project, Renton,WA.Project Manager,Mr. McCoy served as project manager for this$37 million reconstruction of 1.5 miles of 1-405 including widening, raising profile, and realigning the highway, reconstructing and/or widening eight bridges, and constructing noise walls. He negotiated the temporary use of City park property that enabled his team to design and construct a temporary widening of the Cedar River Bridge,enabling a revised traffic staging plan to shave 1 year of construction time from the 3-year construction schedule. WSDOT-SR-5091First Ave South Bridge, Seattle,WA,Project Manager,For this$55 million project, Mr, McCoy had overall responsibility for project management including scheduling,construction, and value engineering redesigns. This project constructed a parallel crossing of the Duwamish River at First Avenue, 'rhe project team focused on value engineering as a way to improve cost and schedule, and reduce impacts to the public traveling on SR-509 and Duwamish waterway shippers.Redesigns included:drilled shaft foundations in lieu of piles and cofferdams;precast concrete foundation"tubs"under the bascule pier buildings eliminating cofferdams and eliminating fish window impacts; redesign of the counter weight to eliminate an expensive"heavyweight'concrete; offsite pre-assembly of structural steel bascule leafs reducing impact to river traffic. Redesign of the fender system saved over$1 million and allowed quicker construction by eliminating drilling in the river and precast superstructure elements. Total value engineering savings exceeded$3 million. PAGE 2 I Ott Construction Consultants Bill Ott We use our experience as general contractors to provide information to the designers that will result in a more economical project or at least give them assurances that the design can be constructed within the political and environmental restrictions placed on the project. The construction information that we provide aids the owner and designers to reach a final design in less time and cost. Bill Ott and his team have estimated and submitted bids for contractors on over 2000 projects and have managed and coordinated the construction activities and details on over 400 construction Projects. Many of the projects included similarities to this Project where existing multi-span bridges crossing a river or freeway are removed and replaced. Many instances involve sequencing the construction and demolition so that traffic may be maintained across the river or freeway during the construction period. Constructed Projects include the Tolt River Bridge in Carnation, Toutle River Bridge over the Toutle River, Molalla River Bridge, Santiam River Bridge, Chehalum River Bridge in Newberg OR, I-90 Snoqualimle River Bridges, Cedar River Bridge, Truckee River Bridges in Verde Nevada, Booth Street Bridge over the Truckee River in Reno, New Jamestown Verrazzano Bridge in Rhode Island, Choctawhatchee Bridge in Florida, Lewiston-Clarkston Bridge over the Snake River. For Projects in design, we have provided estimates, schedules and constructability reviews and construction solutions for many of the local Puget Sound area projects such as, the I-5 Puyallup River Bridges in Tacoma, Sullivan Road Bridge across the Spokane River, Sellwood Bridge across the Willamette River in Portland, I-5 Willamette River to Falls Bridge No. 102 over the Stilla uamish River Ballard Bridges in Eugene, Gram g g j Bridge Rehabilitation over the Ship Canal, SR 520 Floating Bridge Replacement, Alaskan Way Viaduct Replacement, City of Bellevue projects NE 4th Extension, 120th Ave Widening, and Widening of West lake Sammamish Parkway. Karsten Olson, PE Senior Construction Specialist Ott Construction Consultants 425-890-3533 Wllliamottl29@yahoo.com `fears Experience Karsten Olson, PE 41 years Education Professional Experience B.S.Civil EngIneering,North Dakota State Vice President Max J Kuney Company; Spokane WA- 1988-2010 University(1959) Karsten Olson retired from Max J Kuney Company as Vice President in January 2010 Professional Registrations completing 41 years of experience as a manager and Vice President, He was responsible for PE Licenses: Washington,Idaho,Oregon estimating, planning and scheduling all of Kuney's operations. In addition, he was responsible for determining economical construction methods, allocating company assists, construction Professional Affiliations costs and resolving construction issues with the owners. Name of group and position held Member Under Karsten's direction, Kuney has constructed several WSDOT Design-Build project Key Highlights including the first(SR 500-Thurston Way). In addition, he has completed several unique and • Responsible for estimating and time sensitive projects such as the Cable Stay Bridge in Tacoma, WA, Deck Replacement of managing large construction contracts for rehabilitation and the Lewis and Clark Bridge across the Columbia River, Seismic Retrofit of the St John's seismic upgrade projects Bridge over the Willamette River in Portland, OR, and the replacement of the Souvie Island .�. • Prepared Contractors estimate for Bridge. the Monroe Street Bridge Rehabilitation project In Spokane Project Manager, Max J. Kuney Company; Spokane, WA- 1977-1988 e Karsten was involved with eight(8) Professional Engineer, WSDOT;Wenatchee, WA- 1969-1977 Design-Build projects from the decision to submit on the SOQ Association of General Contractors-WSDOT Structure Committee co-chair with WSDOT Through the submittal of the RFP when short-listed. His representative.The committee worked to modify and clarify WSDOT Standard Specifications. Interpretations of the RFP guided Project Experience the contractors seeping and Typical Pro 1 p the oontd design eli n andp r post aration of All projects were constructed as the prime contractor performing all the structure construction, estimate. After being selected as structure excavation, shoring and maintenance of traffic. These are a representation of several the°best value'proposal on three projects built in my career: of these projects,Karsten provided guidance and Issue resolution with a focus on Implementing the SR 609, Dock Street to East D Street, WSDOT - cable stay bridge across Foss Waterway - proposal design. in Tacoma. Estimated and managed construction. WSDOT, Lewis and Clark Bridge 43311 Deck rehabilitation SR 433, Estimated and managed construction.The Lewis and Clark Bridge spans the Columbia River at Longview, WA. Project consisted of replacing 110 sections of the existing steel truss bridge deck sections with prefabricated sections. Work involved removing and replacing a deck section each night in a 8 hour window. Sections weighed in excess of 200k lbs. City of Portland & ODOT, St. John's Bridge US 30, ®DOT-Responsible for estimating and managing the Project, Seismic upgrade included complete removal of concrete deck and structural steel paint, replacement of suspender cables to the 3834 foot suspension bridge across the Willamette River in Portland Oregon. Traffic was open during daytime hours I i I l I I Typical Construction Projects- Continued • SeaTac Main Terminal Seismic Improvement, Port of Seattle—work preformed inside main terminal without disrupting operations. • ODOT& Multnomah County, Multnomah Channel (Sauvie Island Road) Portland, OR,-765 foot bridge with four 200 foot concrete box girder spans and on 365 foot steel tied arch center span. Center span, weighing 3 million pounds, was fabricated off site, lifted 180 feet above the water and barged to the site for placement. • Pacific NW Baseball Stadium, Hunt Kiewit- Installed 111,000 feet of 24 inch diameter piling and foundation concrete for the Mariner's stadium. • SR 99 and SR 525 Interchange,WSDOT - $1.2 million VE utilizing existing unsuitable soil and stabilizing it with cement treatment. • Multnomah Channel(Sauvie Island Road), ODOT-765 foot bridge with four 200 foot concrete box girder spans and on 365 foot steel tied arch center span. Center span, weighing 3 million pounds,was fabricated off site, lifted 180 feet above the water and barged to the site for placement. I DESIGN-BUILD PROJECTS • Thurston Way Interchange SR 500,WSDOT - design build contract. Estimated and managed this DB contract which was the first DB contract for WSDOT. • Contract#7627-SR532—Corridor Improvement Project(Design-Bulld) Joint Venture Partner with Parsons to design and construct this$50 million DB Contract. Replace the General Mark Clark Bridge and corridor improvements along SR 532 through Stanwood,WA, • 1-84 Quarry Bridges(La Grande) Union County, Oregon;ODOT Contract 12819. Prime Contractor for this$20 million Design Build Contract that replaced 4 structures on 1-84. • Review, interpret documents,and prepared RFQ's, RFP's, and Bid Estimates on several Design Build . Projects where we were not selected as the Design-Build Contractor: SR 519- S. Seattle Intermodal Access—Royal Brougham-$65million IDB Contract 1-5 Everett HOV Design Build -$233 million 1-405, SR520 to SR522 Kirkland Stage 1 Design build $49 million Central Oregon Highway Bridge Design Build-$53 million Related Activities Association of General Contractors-WSDOT Structure Committee co-chair with WSDOT representative for six years,The committee worked to modify and clarify WSDOT Standard Specifications. I SME EXPERIENCE(Projects) Participated as the SME in the following WSDOT Workshops during the design; ® .Y-10772 AK-SR 99 S. Holgate to S.King Street Stage 3—SME • Y-10772AL-SR99-SOUTH ACCESS CONNECTION SME ® Y-10772AM-SR99 North Access Utilities Relocation_SME • Y-10772AN-SR99 North Access Connection_SME • Y-11239AB- 1-90, Keechelues Dam to Stampede Pass_SME I I I I I i William P. Ott Ott Construction Consultants W illiamottl29(&vahoo.corn 129 E. Lake Sammamish Shoreline Phone: 425-890-3533 NE Sammamish, WA 98074 Fax 425-868-7415 RESUME Kevin T Sakai P.E. Cell Phone No, (206)255 2509 E-Mail Address;](evintsakai@yahoo,com 20 years of experience on large scale civil construction projects which CFCh1C8itlpil , +!, includes water treatment plants,roadways,and bridges, G =Q 5 C�dillfingihee7i09, �`�' t Ugwelst�y of Washingto t„t98T J William P. Ott Construction Consultants August 2006 to present.Providing 11� constxuctability reviews,construction scheduling,cost estimates on various design projects in Western Washington, Such projects include the Alaskan Way Viaduct,SR519 Intermodal Access Phase 2,South Park Bridge Replacement,Spokane Street Viaduct-4%Avenue Off-Ramp,and the Spokane Sheet Viaduct Widening. Ballard Bridge Rehabilitation-Seattle Department of Transportation Project (2010-2012). Kevin provided the Construction Estimate,Schedule and consiructability.SDOT Contact: Connie Zimmerman(206-684-5184). Sound Transit East Link Segment 1 (Seattle to Bellevue)2012-Present. Providing Construction estimating,scheduling,and constructability for the light rail system extension from International District Station to Bellevue, including the modifications to the I-90 Floating Bridge to accommodate the light rail, Contact: Behrooz Emam,Parsons Brinkerhoff manager (206-382- 5248). i Seattle Bus Tunnel,Seattle,WA.Balfour Beatty Construction Inc.Dates of i Involvement September 2004 to 2006. Deputy Project Manager for the construction of a 750 ft."stub" tunnel trader a heavy trafficked city street in downtown Seattle and the retrofitting of an existing bus tunnel to accommodate use by both bus and trains.The approximate contract value is $82 million dollars, SR519 Intermodal Access/South Atlantic Street Project,Seattle,WA. Balfour Beatty Construction Inc,Dates of Involvement August 2001 to September 2004,Project Mazaager of an elevated structure that will provide improved vehicle and freight access between Interstate 90 and downtown Seattle's waterfront, The$42 million dollar project consists of construction of a multi-faceted bridge structure (composite cast in place concrete road deck /structural steel plate girders,a cast in place concrete box girder structure, and a composite cast in place concrete road deck/structural steel trapezoidal i i Kevin sakal.Uoo Kevin T Sakai girders),the installation of an underground electrical distribution system, hazardous material handling,and the extensive site utility improvements. Alaskan Way Viaduct Emergency Repairs Phase 1 and 2,Seattle,WA. Balfour Beatty Construction Inc,Dates of Involvement May 2001 to August 2001.Project Manager of a fast track emergency repair project,on the earthquake damaged double deck reinforced concrete bridge. The$2 million dollars of retrofitting effort included the installation of an elaborate carbon fiber wrap system and the erection of external post-tensioning devices,steel struts,temporary shoring structures,and foundation stabilization devices. Tolt Treatment Facilities DBO,Duvall,WA. Dillingham Construction N.A. Scheduled completion December 2000 Dates of Involvement April 1998 to March 2001.Project Engineer responsible for all engineering aspects of construction of this 120 MGD water treatment plant valued at$100 million for design and construction. The plant provides enhanced treatment for the City of Seattle's Tolt river source using ozonation,flocculation, and direct filtration. First Avenue Bridge Northbound Rehabilitation,Seattle,WA. Guy F. Atkinson Construction Co.Dates of Involvement October 1997 to April 1998,Project Engineer for the$27 million rehabilitation of an existing bascule bridge and the prestressed reinforced concrete girder bridge approaches. Responsibilities included overseeing the engineering functions for the rehabilitation of a 60 year old structure and upgrading the mechanical lifting to a hydraulic powered system, Woodinville Interchange-HOV Widening/Seismic Upgrade,Woodinville, F WA, Guy F.Atkinson Construction Co. Dates of Involvement January 1997 ® E T otaj pt9r�siOnat to October 1997. Project Engineer for a$13 million High Occupancy Vel- cle E xf erience_ 2b lane widening and the seismic reinforcement of a 40 year old interchange a _- rofe�$IQa Engineer_1 along Interstate 405 sparuning over the Sammamish River,Responsibilities Registered'In the included oversight of all engineering related functions including design of Sta{e ofUJashin�to formwork systems,temporary access trestles,sheetpile cofferdams,and 100 ' kip bridge shoring systems. Stampede Pass Showsheds,Easton,WA. Guy F.Atkinson Construction Company Date of Involvement August 1996 to January 1997.Project Engineer/ Field Superintendent for the construction of concrete showsheds on both portals of flee Stampede Pass Tumiel for the revitalizing of Burlington Northern's Stampede Pass Railway.Responsibilities included oversight of all engineering and construction activities on this$12 million fast track project,in adverse weather conditions and at a remote location. Tukwila to Lucile HOV Widening Stage 3, Seattle,WA. Guy F.Atkinson Construction Company Date of Involvement January 1996 to August 1996. Office Engineer.Provided technical direction for a$25 million dollar construction of a new High Occupancy Vehicle bridge and widening segments of Interstate 5. i Kevin sakal,dan Kevin T.Sakai First Avenue Bridge Southbound Structures,Seattle,WA. Guy F.Atkinson Construction Co.Date of Involvement: October 1994 to January 1996, Field Engineer.Provided technical direction for the construction of a$53 million double bascule bridge over the Duwarnish River. 520 Floating Bridge Rehabilitation,Bellevue,WA. Guy E Atkinson Construction Co.Date of Involvement: October 1993 to October 1994,Field Engineer.Provided technical direction for the rehabilitation of a floating bridge structure over Lake Washington-which included the replacement of the existing steel grated lift span a new structural steel/ microsilica light weight concrete deck unit. Contract value$12 million. it III j KOWn sakcLEoc EXHIBIT B INSURANCE REQUIREMENTS FOR CONSULTANT SERVICES AGREEMENTS Insurance The 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 the Consultant, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Consultant shall obtain insurance of the types described below: 1. Commercial General Liabilitv insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $1,000,000 per occurrence and $2,000,000 in the aggregate for each 1 year policy period. Stop Gap and Employer's Liability coverage shall be included. Products and Completed Operations coverage shall be provided for a period of 3 .years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City, King County and the King County Flood Control Zone District shall be named as Additional Insureds under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City, the District and the County. All endorsements adding Additional Insureds shall be issued on form CG 20 10 1185 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability (Errors & Omissions) insurance appropriate to the Consultant's profession. i EXHIBIT B (Continued) 13. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $1,000,000 per occurrence and $2,000,000 in the aggregate for each 1 year policy period. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of at least $1,000,000 per accident. 3. Professional Liability insurance shall be written with limits no less than $1,000,000 per claim and $1,000,000 policy aggregate limit. C. Other Insurances Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Consultant's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not contribute with it. 2. The Consultant's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3, The City of Kent, King County Flood Control Zone District and King County shall be named as an additional insureds on all policies (except Professional Liability) as respects work performed by or on behalf of the Consultant and a copy of the endorsement naming the City, the Flood Control Zone District and King County as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Consultant's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. EXHIBIT B (Continued) D. Consultant's Insurance for Other Lasses The Consultant shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Consultant's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Consultant, or the Consultant's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Consultant and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. Verification of Coverage 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 Automobile Liability and Commercial General Liability insurance of the Consultant before commencement of the work. III IA. Subcontractors Consultant shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Consultant. �° Client#: 1045900 WILLIOTT2 AC®RDna CERTIFICATE OF LIABILITY INSURANCE OAT/1512013 11/15/2013 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 pollcy(les)must 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 NAME; Kibble&Prentice, a US] Co PR PnRO NE.lc - 4" _-6-300 _ .362.8528 NEt:264 601 Union Street,Suite 1000 E-MAIL I certre uest k com.catn ADDRESS: p G p -... Seattle,WA 98101 -� INSURER(S)AFFORDING COVERAGE NAICN _ wsURERA:Travelers Indemnity Company 25658 INSURED _ INSURER B:XL Specialty Insurance Company _ 37885 William P. Ott INSURER C: 129 E. Lake Sammamish Shorelane NE _"-"- - INSURER D Sammamish,WA 98074 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS 15 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 - ADDL SUBR POLICY POLICY EXle LIMITS LTR TYPE OF INSURANCE, INSR WVD POLICY NUMBER MM100/Y1'YY MM/DD/YYYY A GENERAL LIABILITY 680OD943278 04/0512013 0410512014 EACHOCCURRENCE $1,D0000O DAMAGE Too RENTED X COMMERCIAL GENERAL LIABILITY PREMISES.LFdoccurrence $1 00D 000 CLAIMS-MADE OCCUR MEO FXP(Any one person) $1 O OOO PERSONAL&ADV INJURY $1,000,000_ GENERAL AGGREGATE s2000,000 G TAGGREOA(E LIMIT APPLIES PER: PRODUCTS-COMPfOP AGE s2,000,000 POLICY AlJEC $ --- p- AuromoeaE unalury 6BOOD943278 4/05/2013 04l051201 FOMBINE�DtSINGLE LIMIT 1,000,000 ANYAUTO BODILY INJURY(Per person) $ ALLOWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS --- - NON OWNED PROPERTY DAMAGE $ X HIRED AUTOS X AUTOS Per accident ,... S UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE _. $ OEO RETENTION$ _ $ FL A WORKERS COMPENSATION 6$DDD94327$ 4/OSI2013 041O5/201 _ TORVTLAIMITS XIEDgii�. AND EMPLOYERS'LIABILITY ANY PROPRIETOWPARTNERIEXECu rivE YIN NIA (WA Stop Gap) E.I..EACH ACCIDENT $1000,000 OFFICEWMEMBER EXCLUDED4 (Mandatory In NH) E.L,DISEASE-EA EMPLOYEE_$11 000 000 If yes,describe under E.L.DISEASE-POLICY LIMIT $1,000,000 ❑ESCRIPTION OF OPERATIONS below _ - B Professional DPS9704955 4/05/2013 04/05/201 $1,000,000 per claim Liability $$1,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORO 101,Additional Remarks Schedule,If mare space is required) RE: Consultant Services Agreement Briscoe-Desimone Levee Project. The General Liability and Automobile Liability policies include a blanket automatic Additional Insured endorsement that provides Additional Insured status to the City of Kent,King County, and King County Flood Control District, only when there is a written contract that requires such status, and only with regard to work performed on behalf of the named insured. Coverage is Primary and Non-contributory. Waiver of Subrogation applies. 1 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL DE DELIVERED IN 220 Fourth Avenue South ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 — -- AUTHORIZED REPRESENTATIVE 019 ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1'1281031/M9595723 MXTJU Policy No. 680OD943278 COMMERICAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. The following is added to WHO IS AN INSURED INSURANCE (Section III) for this Coverage (Section ll): Part. Any person or organization that you agree in a B. The following is added to Paragraph a, of C "contract or agreement requiring insurance" to in- Other Insurance in COMMERCIAL GENERAL clude as an additional insured on this Coverage LIABILITY CONDITIONS (Section IV): Part, but only with respect to liability for"bodily in- However, if you specifically agree In a "contract or jury", "property damage" or "personal injury" agreement requiring insurance' that the insurance caused, in whole or in part, by your acts or orris- provided to an additional insured under this Cov- sions or the acts or omissions of those acting on erage Part must apply on a primary basis, or a your behalf: primary and non-contributory basis, this insurance a. In the performance of your ongoing opera- is primary to other insurance that is available to bons; such additional insured which covers such addi- b. In connection with premises owned by or tional insured as a named insured, and we will not rented to you; or share with the other insurance, provided that: (1) The "bodily injury" or "property damage" for w c. connection with "your work' and included within the "products-completed operations which coverage is sought occurs; and hazard". (2) The "personal injury" for which coverage is Such person or organization dogs not qualify as sought arises out of an offense committed; an additional insured for "bodily injury", "property after you have entered into that "contract or damage" or "personal injury" for which that per- agreement requiring insurance". But this insur- son or organization has assumed liability in a con- ance still is excess over valid and collectible other tract or agreement. insurance, whether primary, excess, contingent or The insurance provided to such additional insured on any other basis, that is available to the insured s limited as follows: when the insured is an additional insured under any other insurance. d. This insurance does not apply on any basis to any person or organization for which cover- C. The following is added to Paragraph 8. Transfer age as an additional insured specifically is Of Rights Of Recovery Against Others To Us added by another endorsement to this Cover- in COMMERCIAL GENERAL LIABILITY CON- age Part. DITIONS(Section IV): e. This insurance does not apply to the render- We waive any rights of recovery we may have ing of or failure to render any "professional against any person or organization because of services". payments we make for "bodily injury", "property of insurance afforded to the addi- damage" or "personal injury" arising out of "your I. The limits work" performed by you, or on your behalf, under tional insured shall be the limits which you a"contract or agreement requiring insurance" with agreed in that "contract or agreement requir- ing insurance" to provide for that additional that person or organization, We waive these insured, or the limits shown in the Declara- rights only where you have agreed to do so as tions for this Coverage Part, whichever are part of the "contract or agreement requiring insur- less. This endorsement does not increase the ance" with such person or organization entered limits of insurance stated in the LIMITS OF into by you before, and in effect when, the "bodily CG D3 81 09 07 ©2007 The Travelers companies,Inc. Page 1 of 2 Includes the copyrighted material of Insurance Services Office, Inc.,with its permission. COMMERICAL GENERAL LIABILITY injury" or "property damage" occurs, or the "per- erage Part, provided that the "bodily injury" and sonal injury"offense is committed. "property damage" occurs, and the 'personal in- D. The following definition is added to DEFINITIONS jury" is caused by an offense committed: (Section V): a. After you have entered into that contract or "Contract or agreement requiring insurance" agreement; means that part of any contract or agreement un- b. While that part of the contract or agreement is der which you are required to include a person or in effect; and organization as an additional insured on this Cov- c. Before the end of the policy period. �I I II Page 2 of 2 ©2007 The Travelers Companies,Inc. CG D3 81 09 07 Includes the copyrighted material of hisurance services Office, Inc.,with its permission. _ 1 g]p-y GAI E(MMODN"Y) CERTIFICATE OF LIABILITY INSURANCE PRODUCER 7 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Scott McGrew Agency ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE �J y HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 2509 152nd Ave NE Suite C ALTER THE COVERAGE AFFORDED_ BY THE POLICIES BELOW, Redmond, TrAA 98052 4 _ INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A Mid Century Insurance Company William Ott INSURER D: 129 E Lake Sammamish Pkwy NE INSURER G: Sammamish, WA 98074 INSURER D NSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR D'L POLICY EFFECTIVE POLOYEXPIRArim I TR INSRC _ TYPE OF INSURANCE POLICY NUMBER DATE MMOOry DATE MMIODA _ LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL UABIUTY PREMISES(Ee Ur.rerce) 5 GLAIMSMADE ❑OCCUR MED EXP(Aigon_pareon) $ PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GENT AGGREGATE LIMIT APPLIESPER: PRODUC IS -C.OMROP ADS $ PRO, POLICY E T Li LOG AUTOMOBIL F LIABILITY COMBINED SINGLE LIMIT ANYAUTD (Ea acudenl) $ 2,000,000 ALI OWNED AUTOS BODILY INJURY x SCHEDULED AUTOS (Per PersarQ $ A y X HIRED AUTOS 60478 00 65 11/20/12 11/20/14 BODILY INJURY NON-OWNED AUTOS (Perawident) 5 PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANYAUTO OTHER THAN EAACC n $ AUTO ONLY: AGG $ EXCESS f UMBRELLA LIABILITY EACH OCCURRENCE S OCCUR ❑CLAIMSMADE AGGREGATE $ __ $ DEDUCTIBLE S RETENTION $ $ _ WORKERS COMPENSATION 'NCSTATU- OTII- AND EMPLOYEES'LIABILITY YIN TORY LIMITS ER My PRDPRIETaRNPATNE(U£XECDIn�E ❑ E.L.EACH ACCIDENT $ OFFL:ER/MEMBER EXCWCED? (Mandatory in NH) EL.DISEAGE-EAEMPLOYEE £ Ifyes,deewbcnnder SPECIALPROASIONS belDry E.L.DISEASE-POLICY LIMIT S OTHER DESCRIPTION OF OPERATIONS ILOCATIONS/VEHICLES IEXCLUSIONS ADDED BY ENDORSEMENT )SPECIAL PROVISIONS City of Kent, King County Flood Control Zone District and King County are named as additional insureds. Re: Consultant Services Agreement - Briscoe-Desimone Levee Project CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30__ DAYS WRMCN 220 Fourth Avenue South NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Kent, WA 98032 IMPOSE NO OBLIGATION OR LIABIDTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATMES. AUTHORIZED REPRESENTATIVE seo L 6"w ACORD25(2009/01) ©198B-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 60478 00 65 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply un 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. This endorsement changes the policy effective on the inception date of the policy unless another date is Indicated below. Endorsement Effective: 1 1/1 51201 3 Countersigned By Named Insured: William Ott 1°{ Authorized Re resentative SCHEDULE Name of Persons or Or anization s : itCity of Kent, King County Flood Control Zone District and King County i (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement.) Each person or organization shown In the Schedule 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. i i CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1