Loading...
HomeMy WebLinkAboutPW17-263 - Original - Harris & Associates, Inc. - LID 363: S 224th St Improvements - Provide Inspection Services - 08/22/2017 g% 011 Rtc�% cords Ma 0 61 K NT MP G7+ llGrlE1t WASH NGTON CONTRACT COVER SKEET Thais 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: Harris & Associates, Inc. Vendor Number: JD Edwards Number Contract Number: FW b This is assigned by City Clerk's Office Project Name: LID 363: S. 224th St. Improvements Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment N Contract El Other: Contract Effective Date: Bate of the Mayor's si nature Termination Date: 12/31/20 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Jason Bryant Department: Engineering Contract Amount: $260,157..04 �p y: C ) p y ity Council Approval Authority: CIRCLE ONE) Department Director Mayor C _ . � Detail: (i.e. address, location, parcel number, tax id, etc.): Provide inspection services for the project As of: 08/27/14 • KENT W..1 Hira cror. CONSULTANT SERVICES AGREEMENT between the City of Kent and Harris & Associates, Inc. THIS AGREEMENT is made between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Harris & Associates, Inc. organized under the laws of the State of California, located and doing business at 207 1/2 15C Ave. S., Seattle, WA 98104, Phone: (206) 455-8862, Contact: Sam Yaghmaie (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: The Consultant shall provide inspection services for the LID 363: S. 224th St. 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 December 31, 2020. III. COMPENSATION. A. The City shall pay the Consultant, based on time and materials, an amount not to exceed Two Hundred Sixty Thousand, One Hundred Fifty Seven Dollars and four cents ($260,157.04), 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 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: CONSULTANT SERVICES AGREEMENT - 1 (Over$20,000) 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. 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 duty to defend, indemnify, and hold the City harmless, and Consultant's liability accruing from that obligation shall be only to the extent of the Consultant's negligence. CONSULTANT SERVICES AGREEMENT - 2 (Over$20,000) 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 Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. 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. 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 CONSULTANT SERVICES AGREEMENT - 3 (Over$20,000) 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; l2rovided, 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 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. Public Records Act. The Consultant acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Consultant in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Consultant agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business license Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. CONSULTANT SERVICES AGREEMENT - 4 (Over$20,000) K. Qgognterpgrts and5igDgLures jly_FELx or Email. 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. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONSULTANT: CITY OF KENT: By: By: (signature) (signature) Print Nar e: Steven Q . W-Lnrb2-at-e-r- Prin a uzette Cooke Its CFO it a DATE: xx DATE ti6T-fC—E9-"-T"6­BE SENT TO; NOTICES TO BE SENT TO: CONSULTANT, CITY OF KENT: Sam Yaghmaie Timothy J. La,Porte, P.E. Harris & Associates, Inc. City of Kent 207 1/2 15t Ave, S. 220 Fourth Avenue South Seattle, WA 98104 Kent, WA 98032 (206) 455-8862 (telephone) (253) 856-5500 (telephone) (253) 856-6500 (facsimile) APPROVED AS TO FORM: Kent Law Department Harnu#C Asqcdates 221tr,/Bryant CONSULTANT SERVICES AGREEMENT 5 (Over$20,000) 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 1, 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 bellow, I agree to fulfill the five requirements referenced above. By: mr For: Ha Inc . _ �ris & Associates, Title: CFO bate: / EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 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. EEO CQMPLIANCE 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. By: For• Title: Date: EEO COMPLIANCE DOCUMENTS - 3 Harris&Associates,S.2241,St.Improvements Construction Management Services City of Kent Exhibit A SCOPE OF SERVICES Field Inspection Services for the S. 224th St, Imp rovem ents City of Kent Harris& Associates (H&A) proposes to provide to the City of Kent,Washington("City")as needed inspection services for the S.2241h St. Improvements (hereinafter called"Project"). The project consists of realignment of S. 224th St. at 84th Ave. S. (East Valley Highway)for 650'west of and 2,180' east of 84th Ave. S. The project also includes constructing a 430' long, three span bridge over SR 167, 20,000 square feet of structural earth walls, installing approximately 2,450 tons of hot mix asphalt, 6,150 tons of crushed surfacing, 16,000 cubic yards of gravel borrow, 1,000 square yards of cement concrete sidewalk,800 lineal feet of cement concrete curb and gutter, traffic signal modifications, temporarily realigning SR 167, permanently rechannelizing SR 167, removing 600 feet of median barrier, re-constructing 600 feet of concrete barrier and other work. This contract includes one task (TASK 1) to provide inspection/W SDOT liaison services by one staff during 9 months of bridge construction period. I. INTRODUCTION The following scope of services is based upon the assumptions outlined in EXHIBIT D • Services will be performed in accordance with the Contract Plans, Kent Special Provisions, and W SDOT Standard Specifications. • The man-hours proposed by the Consultant are an estimate only and are subject to change based on the actual construction schedule, the City demands. and working hours of the Contractor. • Design by Others: It is understood and agreed that the Consultant did not prepare the Contract Documents for the project, and the City will provide the Consultant the support of the Engineer-of- Record during the course of the Consultant's work. I. DETAILED SCOPE OF WORK Subtask 1 —Project Management/Quality Control The Consultant shall provide overall project management and contract administration associated with the service agreement between the Consultant and the City. This effort will include the following elements: 1.1 Prepare of Consultant invoicing. 1.2 Perform internal administration of the Consultant's Task Order, 1.3 Prepare any supplements to the Consultant's Task Order, Subtask 3 — Field Inspection The Consultant shall provide construction inspection services during the bridge construction,this effort will include the following elements: 3.1 Prepare daily construction reports recording the contractor's operations performed for each day the Consultant is on site; measure the quantities of materials installed, log equipment and staff present, weather conditions, and any observed problems or construction issues. 3.2 Prepare Daily Payment Notes, and Force Account Records (if necessary). Page 1 of bpdaced 712412011 Hams&Associates,S.220 St.Improvements Construction Management Services City of Kent 3.3 Respond to contractor questions which may arise as to the quality and acceptability of furnished materials or work performed. 3.4 Respond to general questions raised by adjacent property owners or general public. Complaints or detailed questions shall be referred to the City. 3.5 Prepare field records and documents in accordance with Projects Record of Materials. 3.6 Coordinate with City for changes and updates to the ROM. 3.7 For each day the Consultant is on site, provide photographs of traffic control set-up and work activities during the course of construction. Photographs will be in digital format and cataloged by date. 3.8 Monitor the Contractor's compliance with water quality permits and the requirements of the TESC and SPCC Plans. 3.9 Attend weekly construction meetings. 3.10 Review monthly pay estimates with the Contractor and provide recommendations to the Resident Engineer/City. 3.11 Review the Contractor's construction record drawings on a weekly basis. Upon project completion, verify that the contractor provided markups accurately and forward to the City. The Consultant will track and record field changes on drawings and use this information to verify the Contractor's construction record drawings. 3.12 Participate in the Project's final inspection and assist in developing a list of any remaining deficiencies. 3.13 For the days present on site, the construction inspector shall observe day-to-day construction activities. By providing inspection oversight, the Consultant shall assume no responsibility for proper construction techniques or job site safety but will report to the Contractor and City any known public safety concerns immediately. 3.14 The Consultant will endeavor to protect Harris staff against defects and deficiencies in the work of the Contractor, but cannot guarantee the Contractor's performance and shall not be responsible for construction means, methods, measurements, techniques, sequences of procedures,or for safety precautions and programs in connection with the work performed by the Construction Contractor and any subcontractors. Ill. Consultant Deliverables I. Inspector Daily Reports ii. Construction Photographs —1 set in electronic format iii. Material Testing log iv. field note record and quantity documentation V. Punch-lists and tracking documentation IV. Responsibilities of the City i. Provide CM oversight and approval authority for all construction activities. ii. Manage the Designer-on-Record and materials testing submittal review. iii. Process all contract documents through the City's approval process (e.g. CM services invoices, construction contract, monthly pay estimates, change order execution, cost reduction proposals, time extensions, etc.). IV. Provide preferred forms and formats, and filing structure to the Consultant. V. Conduct schedule evaluation, monitoring, and evaluate Time Impact Analysis for changes. Page 2 of Updated: 7170e17 Harris&Associates,S.2241,St.Improvements Construcdon Management Services City of Kent vi. Provide and assist the Consultant in inter-city department coordination as well as third-party utilities under project specific or franchise agreements. vii. Coordinate and schedule any public meetings required before, during and after construction. viii. Provide operations & maintenance interface with other City Staff for ongoing project issues. ix. Provide CM tools for Team use including: Project ROM, IDR, Project File Index, Change Order, Force Account tracking and Pay Estimate forms. x. Provide office space and furniture, pay for utilities including W i-Fi at/near the project site location. Page 3 of 3updared: 712412017 q§ o 2! '1 §\ " k 27anc �w C . / a« | C, CL & 8 4 \ , _ % _ w_ _ _ Vb ) ! , § )k § \ $ m ■ ® m� o ) - kco \ k \ ; 2 ! i ) 0 � ■ u ° � } $ f E ƒ{ co C3 W \ ( t )} 2 ° o\ 2 a as ] \ m §] i a ` a Ek\( k §k a � U� f ■ § }s r/ ■ 2 £ 4 cc I § f 9 §\�\§ � _ ® B %! \ tj �� vp 111 , Cxl ■ § § ® E � . ° � / 22 w \ \�§ a a 2 ! 22- 2 ■ A p � / \ ƒ f §t m ƒ $ )7)) 2 ;! f 3 f 3 & § s i s 2 Q f v§ § � k r !9 k ` I ] �k u � k O� �( J9 k �k "� ) B �§� / 22 % � � - k � 2 7 ® 5$` § ® Lo - � k § } & /k2 \ / I } 3k IN (\\q SamYaghmaie,PE,LEEDAP Project Manager Sam has more than 29 years of diverse experience providing project management, EDUCATION construction management, design peer review,project LEED®Certification,and BS,Civil Engineering materials engineering. Many of his projects included geotechnical consulting of deep and massive concrete foundations and in-water work in transportation, REGISTRATION tunnels,dams,ports, and high-rise buildings in Western WA. Professional Civil Engineer,WA Sam has managed teams of engineers,geologists,environmentalists, scientists, US Green Building Council, construction managers, and field QA/QC staff on many public and private projects. LEED Accredited Professional While managing these projects,he was responsible for staffing,contract and scope CERTIFICATIONS negotiation,budget maintenance and reporting,scope management,and quality control supervision. WABO certified,Reinforced Concrete,Shotcerete,Structural Steel,Sprayed-applied RELEVANT EXPERIENCE Fireproofing,and pre-stressed concrete,structural welding City of Kent,South 228th Street Grade Separation at BNSF Railway,Kent, AFFILIATIONS WA.Project Principal. Chair,American Public Works Association(APWA)2007- This$ 10.7M federally funded project provided a four lane wide,three span 2014 railroad overcrossing.The bridge consisted of 68 foot wide and 128 feet long pre- Chair,National Sustainable cast concrete girder spans supported on drilled shafts and CIP cross beams.As the Transportation Subcommittee second largest water users on the west coast,Kent businesses were extremely 2012-2014 sensitive to any water interruptions.The project successfully installed 750 feet of Past President,Construction water main,re-lined 800 feet of existing sanitary sewer and 1,400 feet of storm Management Association of drainage.Highlights of this project included stabilizing the existing poor soils America(CMAA)2007-2009 condition by installing 200 stone columns. Sound Transit,D-M Street Sounder Community Rail, Tacoma, WA. Plan Reviewer,QA/QC. This$67.5M federally funded project included construction of three bridges over existing streets near downtown Tacoma.These bridges were 50-foot,70-foot, and I I0-foot of concrete and steel spans.The steel bridge was designed with through- plate-girder(TPG)steel beams. City of Shoreline,Aurora Avenue North Corridor Improvements,Phase I, Shoreline, WA.Project Principal. This$25M federally funded two-phased corridor redevelopment project included construction of two pedestrian and bicycle bridges connecting the Interurban Trail across Aurora Avenue North. The pedestrian bridges were 200-foot long with pre- cast girder spans and cast-in-place slab,supported on drilled piers and cast in place concrete columns. City of Tukwila,Tukwila International Blvd Phase 2 &3 Improvements, Tukwila, WA.Project Principal. This $12.7M federally funded project included 5,005 linear feet of street improvements within the right-of-way of Tukwila International Boulevard from South 116th Street to South 139th Street. Construction included curbs,gutters, sidewalks,driveways and approximately 4,000 feet of retaining walls with soldier piles,hot mix asphalt paving,overlay and pavement repair. Harris&Associates,Inc. ► Sam Yaghmaie 1 Installation involved storm drainage structures, pipes, utility vaults and conduits, bedding, m backfill and restoration. Overhead telecommunications facilities were moved underground including trenching. City of Marysville,State Ave Improvements, Phase 3, Marysville, WA, Project Principal.. This$14M federally funded project reconstructed and widened State Avenue/Smokey Paint Boulevard between 136tb and 152nd Street NE. Construction activities included temporary erosion and sediment control, dewatering, traffic control,utility coordination and relocation. Installation of major utilities included 7,000 linear feet of PVC gravity sanitary sewer(30-36 inches in diameter) about 14 feet deep with all new service laterals and laterals for future expansion. Over 5,500 feet of new ductile iron water-main with all new Ere hydrants and monitoring stations were installed. Modifications were performed to three new separate enclosed storm water conveyance systems which total more than 17,000 feet of mainline or trunk sewer and numerous smaller tie-in laterals. City of Lynnwood,Olympic 'View Drive Road Improvement,Phase 1& 2,Lynnwood, WA, Project Principal. This$7.9M federally funded project reconstructed and widened Olympic View Drive from 76th Avenue West to 168th Street SW, Fork included new asphalt pavement, concrete curbs and gutters, concrete sidewalks, gravity block and modular block retaining walls, drainage improvements, water mains, sanitary sewer mains and laterals and landscape improvements. Harris&Associates, Inc. w Sam Yagh maie Jeff McCarthy Lead Inspector Jeff McCarthy has 31 years of experience in inspection, construction management, EDUCATION and document control,with a focus on documentation of state-and federally- Associate in Technical funded transportation projects in urban and rural environments. He has Arts,Civil Engineering successfully completed many federally-funded projects with no-audit findings to Technology,Centralia confirm fund reimbursement. College As a King County DOT and WSDOT employee,Jeff has worked as a surveyor, CERTIFICATIONS material tester, field QA/QC inspector, construction manager, and office engineer Certified Erosion and on over 85 transportation projects including 22 bridges during the last 30 years. sediment Control Lead He has inspected and managed bridges to comply with WSDOT standards and (CESCL) construction manual,and has coordinated these constructions with WSDOT TRADUNG liaisons,resulting in proven successful completion of bridges that were within WSDOT and BNSF jurisdictions. Hazardous Waste Operations and Jeff is highly skilled in project control tools,and has prepared and analyzed pay Emergency Response estimates,contractor's payments, and change order validation and processing. His (HAZWOPER) attention to detail and proven communication skills have been appreciated by local Spill Control,Soils agencies and King County on past projects. Testing,Inspection,and Engineering Mathematics He has hands-on construction management and inspection experience of many (WSDOT) types of bridge structures,including drilled shafts up to five feet in diameter and 90 Project Management feet in depth; site pre-loading; Geofoam approach fills; earth retaining walls;pre- Professional(PMI) cast and pre-stressed girders,beams, and slabs up to 120 feet in span; Fire Training Academy environmental mitigations for bridges over creeks and rivers; safety and traffic (Washington State Patrol, control on major roads transportation corridors; soils stabilization to include stone Fire Protection Bureau) columns; and coordinating construction and documentation activities with WSDOT and FHWA. FEMA Emergency Management Institute With a background as Captain/EMT for Fire/Rescue and WA State Department of National Fire Academy Fish&Wildlife,Jeff has excelled his knowledge and ability to promote safety on his construction sites.He has trained fire and police staff, and has led teams of construction management staff to comply with safety rules. He has an in-depth knowledge of safety when it comes to transportation projects and applies his valuable safety practice on all his projects. Jeff has served in a variety of capacities including bridge inspector, transportation construction manager surveyor, scheduler, office engineer, document controller, document administrator,public outreach coordinator, safety oversight representative,and change order/claims reviewer on many transportation projects. RELEVANT EXPERIENCE NE Novelty Hill Bridges,Sing County, WA. This$18 million road construction included two pre-cast and pre-stressed bridges with 70-foot spans supported on four-foot diameter drilled shafts. The project had miles of SEW walls, gravity block walls, and pre-cast box culverts. Two roundabouts were constructed within the project boundaries. Mt Si Bridge,King County, WA. This state-and federally-funded, $12 million project included construction of a new bridge with 240-foot span supported on seven and nine feet drilled shafts,which were built in compliance with WSDOT Harris&Associates,Inc. 1,11 %10 a111,% 1 coordinated construction with WSDOT liaisons, which resulted in successful completion of the bridge, Sylvester Road Bridge,King County, WA. The and FHWA standards, and required extensive 220-foot pre-cast segmental bridge was supported coordination with WSDO'T liaisons, surrounding on five-foot-diameter drilled shafts and was funded businesses, schools, and residents. by FHWA requiring extensive documentations,. NE 124th Street Bridge,King County, WA. This$9 Newakum Creek Bridge,King County, WA. The million pre-cast and pre-stressed 122-foot-span project consisted of 35-foot pre-cast concrete slab concrete girder bridge was supported on four-foot bridge that was supported on steel H pile system. oscillated drilled shafts within WS,DOT jurisdiction and included pre-loading of the approaches' 16-foot Stossel Bridge Painting,King County, WA. This high SEW retaining walls, in addition to new traffic 180-foot span bridge was abated in it's entirely and signals and boxed culverts.Jeff led and coordinated was painted for a long-term life. Extensive this project with WSDOT representatives. environmental compliance was needed for a successful operation and ensuring a safe working 140th Avenue SE,King County, WA. This $9 million environment. project included soils stabilization using stone columns, miles of ME walls, SEW walls, and slider May Creek Bridge,King County, WA. The project piles, supported on pre-loaded embankments, and consisted of a 30-foot pre-cast concrete slab bridge included multiple traffic signals. that was supported on steel H pile system, and was funded by FHWA, which required extensive Avondale Road NE Bridge,Phase 1,King County, documentation to ensure reimbursement of funds. WA. This $6 million project included 67-foot pre-cast Jeff coordinated construction with WSDOT liaisons. pre-stressed concrete girder bridge with pre-loaded approach ramps, deep foundations,piling system, and Cottage Lake Creek Bridge,King County, WA. new traffic signals. The project consisted of a 38-foot pre-cast concrete slab bridge that was supported on steel H pile NE West Snoqualmie Valley Road Bridge system, and was funded by FHWA,which required Reconstruction,King County, WA. This state-and extensive documentation to ensure reimbursement of federally-funded project constructed a new bridge with funds. pre-cast concrete slabs supported on deep piling system. Sunday Creek Brldgc, King County, WA. The 80- foot steel truss bridge was supported on steel H pile Safer Wildlife and Community Mobility Novelty system, and was funded by FHWA, which required Hill Road Bridge,King County, WA. This 120-foot extensive documentation to ensure reimbursement of pre-cast and pre-stressed concrete bridge was funds, constructed in compliance with FHWA and WSDOT standards and specifications,requiring extensive Harris Creek Bridge,King County, WA. This SO- documentation, foot pre-cast pre-stressed concrete girder bridge was 15 Mile Creek Bridge,King County, WA. This 60- supported on four-foot and 85 feet depth drilled shafts, and was funded by FHWA,which required foot pre-cast concrete slab bridge required detouring of extensive documentation to ensure reimbursement of the road. GRS footings were utilized to support the funds. beam structures. BNSF RR Crossing Bridge,King County, WA. Alvord T Bridge,King County, WA. This project This three-span 120-foot pre-cast girder bridge was included demolition of a 130-foot-span bridge and supported on deep foundations. It required stringent associated timber approaches, requiring full attention BNSF safety,design, and construction requirements, to traffic and safety controls as well as a and extensive documentation to meet FHW.A comprehensive community outreach. mandates. Patterson Creek Bridge,King County, WA. This new Eastlake Sammamish Parkway,Issaquah, WA. 65-foot-span concrete pre-cast slab bridge was Jeff managed this high demanding traffic control and supported on deep foundations and utilized Geofoarn safety project in coordination with the City of to construct both approaches.Jeff Issaquah and WSDOT. Jeff coordinated construction with WSDOT liaisons, Harris& Associates,Inc. Jeff McCardw 2 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. 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. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 1185 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Professional Liability insurance appropriate to the Consultant's profession. B. Minimum Amounts of Insurance Consultant shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $3,000,000 each occurrence, $3,000,000 general aggregate. EXHIBIT B (Continued) 3. Professional Liability insurance shall be written with limits no less than 2,000,000 per claim and $4,000,000 policy aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 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 shall be named as an additional insured 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 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. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. 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 insurance requirements of the Consultant before commencement of the work. F. 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. F-DATE ® CERTIFICATE OF LIABILITY INSURANCE 08/2 /2017 oe/a1/ao17 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW: THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(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 0757776 1-800-877-4560 CONTACT NAME: HUB International Insurance Services Inc. PHONE g25 609-6500 FAX 925 609-6550 _(Aftyao• AIC No: P.O. Box 4047 E-MAIL ADDRESS: Concord, CA 94524 INSURER(S)AFFORDING COVERAGE NAIC A INSURER A: Citizens Insurance Company of America_ INSURED - INSURERB: Navigators Specialty Insurance Company Harris & Associates Inc. INSURERC: Travelers Property Casualty Co of Amer Attn: Susan Mandilag 1401 Willow Pass Road, Suite 500 INSURERD: Continental Casualty Company Concord, CA 94520 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 50610299 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR IADDL SUER POLICY EFF POLICY EXP LIMBS LTR TYPE OF INSURANCE POLICY NUMBER MM1001YYYY MM1DD1YYYY A GENERAL LIABILITY j ZBP9201722 08 08/01/111 08/01/18 EACHOCCURRENCE $2,000,000 AA COMMERCIAL GENERAL LIABILITY I _PDREMMISES(Ea occurrence $1,000,000 fEL CLAIMS-MADE U OCCUR MED EXP(Arty one person) $10,000 d: 0 PERSONAL&ADV INJURY $2,000,000 GENERAL AGGREGATE $4,000,000 GREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $4,00 0,000 POLICY X PRO-JECT_FX LOC $ MBINED AUTOMOBILE LIABILITY Ea accidentSINGLE LIMIT ANY AUTO ' BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED Peraccident)OPERTDAMAGE $ _ HIRED AUTOS AUTOS $ B UMBRELLA LIAB rd OCCUR LA17EXC712701IC 08/01/1 08/01/18 EACH OCCURRENCE $ 10,000,000 X EXCESS LIAR CLAIMS-MADE AGGREGATE $ 10,000,000 DEO I X I RETENTION 0 1 $ C WORKERS COMPENSATION PJUB8166N36A17 * 08/01/1 08/01/18 X WCSTATU- OTH- AND EMPLOYERS'LIABILITY CRY LIM FR ANY PROPRIETOR/PARTNER/EXECUTIVE Y E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUOED7 N N I A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,dgscnbe under 11000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ D PROFESSIONAL LIABILITY I AEH 08 O1 1 08/01/18 Per Claim 10,000,000 Claims-Made Aggregate 10,000,000 Ded. Each Claim 150,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) * Workers Compensation policy excludes monopolistic states ND, OH, WA, WY. General Liability Additional Insured status granted, if required by written contract/agreement, per attached forms MAN-0426 0715 & MAN-0427 0715. City of Rent is additional insured under General Liability if required by a written contract RE: 224th Street Improvements Project (HA #1500227) CERTIFICATE HOLDER CANCELLATION 150-0227 (2021) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Rent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Nancy Yoshitake, Contract S ecialist Engineering Administration Public Works Department AUTHORIZED REPRESENTATIVE 220 Fourth Avenue South Kent, WA 98032 1 USA ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD smandilag 50610299 A C R1> CERTIFICATE OF LIABILITY INSURANCE o 211017 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 INSURMS),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED,the pollcyoss)must be endorsed. It 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 endorsements. PRODUCER CNOA M • CT Marsh Sponsored Programs PHONE 1.877-320.9393 FAX, Ne•515.365-0895 a division of Marsh USA Inc. E-MAIL@ash .co :31459ADDRE dskmana emenl PO Box 14404 1NSUR AFFORDING C0ITRAGE NATC it Des Moines.IA 50306.9686 INSURERA. Old Re ublic Insurance Company 24147 INSURED INSURER S. HARRIS&ASSOCIATES,INC INSURERC. 14D1 Willow Pass Road,Ste 500 INSURER D_ Concord,CA 94520 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTAND ING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY HPP POLICY Exp LTR yr LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCEDAMAGE TO RENTED I CLAYS-MADE OCCUR PREMSES(E4 c%yrmmel f MED EXP(Any am porsonj s PERSONAL&ADV INJURY f GEfrL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE f POLICY JECT 0 LOC PRODUCTS-COMPIOPAGG f OTHER f AUTOMOBILE LIABILITY EnMBINED acciftnt ! LIMITf 1.000.000 X ANY AUTO BODILY INJURY(Pao person) f A AUTOS OWNED SCHEDULED X X L100554-17 08101/2017 00101/2018 BOOfL WURY tPer a"Ident) f PROP R rJA1t1AGE HUtEOAUfO5 NON-OWNED f S UMBRELLA LIA9 OCCUR EACH OCCURRENCE f FYXXSSLIAB CUcu.".. f. AGGREGATE f DED I REIENI-IT f f YYORKERSCOMPENSATION I PI'AT UIE O W AND EMPLOYERS LIABILITY YIN ANY PROPREEIOWPARTNERIEXECUTIVE ❑NIA E.L.EACH ACCIDENT OFFICERJMEMSER EXCLUDED? (Mandatory in Ni) E.L.DISEASE•EA EMPLOYE 3 DESCRfd esc PTI N Of OPERATIONS balaw, E.L.DIS Under EASE-POLICY LIMIT f DESCRtPrnON OF OPERATIONS r LOCATIONS!VEHICLES(ACORD Ill.Additlond Remake Schedule.maybe attached If more epsea Is faqulred) GPBR:I XLI Purley provides pramcgon for any&eD operatta W)CI)s porlormad by the named insured where required by wrumA can"a-Cairo ote holder Is an Adi=torml Insured whom required by wratan aontracl. Welver of Subrogation included where required by w ivion contract.Instaance Is primary and nonconblbutory. City of Kent Is additional Instred whore required by written contact. RE 224th Street Improtremords IRA 11S00227) CERTIFICATE HOLDER CANCELLATION 1 SM227 (2021) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN Nancy Yo5hitake,Contract Specialist ACCORDANCE WITH THE POLICY PROVISIONS. Engineering Adman I Public Works Dept. 220 Fourth Avenue South AUTHORIZED REPR T Kent.WA 98032 O 1988.2014ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are raglatered marks of ACORD 10151849 POLICY NUMBER: ZBF9201722 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION MAN-0426 07/15 This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organizatlon(s): Location(s)Of Covered Operations Blanket as Required By Written Contract (if no entry appears above, information required to complete this endorsement will be shown In the Declarations as applicable to this endorsement.) A. SECTION tl—WHO IS AN INSURED Is amended This Insurance does not apply to °bodily injury° or to Include as an additional insured the person(s) or "property damage"occurring after: organization(s) shown in the Schedule, but only 1. All work, including materials, parts or with respect to liability for "bodily injury", "property equipment furnished In connection with such damage" or "personal and advertising injury" work, on the project (other than service, caused,in whole or in part,by: maintenance or repairs)to be performed by or 1. Your acts or omissions;or on behalf of the additional insured(s) at the 2. The acts or omissions of those acting on your location of the covered operations has been behalf; completed; or In the performance of your ongoing operations for 2. That portion of "your work" out of which the the additional Insured(s) at the location(s) Injury or damage arises has been put to its designated above. Intended use by any person or organization other than another contractor or subcontractor B. With respect to the insurance afforded to these engaged in performing operations for a additional Insureds, the following additional principal as a part of the same project. exclusions apply: ALL OTHER TERMS, CONDITIONS,AND EXCLUSIONS REMAIN UNCHANGED. MAN-0426 07/15 Includes copyrighted materiel of Insurance Services Office,inc.,with its permission. Page 1 of 1 POLICY NUMBER: ZBF9201722 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS MAN-0427 07/16 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Or Organizatlon(s): Operations Blanket as Required By Written Contract (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) 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". ALL OTHER TERMS,CONDITIONS,AND EXCLUSIONS REMAIN UNCHANGED. MAN-0427 07/15 Includes copyrighted material of Insurance Services Office,Inc.,with Its permission, page 1 of 1 POLICY NUMBER: ZBF9201722 08 THiS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following Is added to SECTION IV — damage" to premises rented to the COMMERCIAL GENERAL LIABILITY CONDITIONS, Additional Insured or temporarily occupied Paragraph 4.Other Insurance: by the Additional with permission of the owner;or Additional Insured—Primary and Non-Contributory (iv) If the loss arises out of the maintenance or If you agree in a written contract, written agreement or use of aircraft, °autos" or watercraft to the permit that the insurance provided to any person or extent not subject to Exclusion g. of organization Included as an Additional Insured under SECTION I — COVERAGE A — BODILY SECTION 11 —WHO IS AN INSURED, Is primary and INURY AND PROPERTY DAMAGE non-contrlbutory, the following applies: LIABILITY. If other valid and collectible Insurance Is available to (b) When this insurance is excess, we will have the Additional Insured for a loss we cover under no duty under Coverages A or B to defend the Coverages A or B of this Coverage Part, our insured against any "suit" if any other Insurer obligations are limited as follows: has a duty to defend the insured against that (1) Primary Insurance "suit". If no other Insurer defends, we will This Insurance is primary to other insurance that is undertake to do so, but we will be entitled to available to the Additional Insured which covers the Insured's rights against all those other the insurers. Additional Insured as a Named Insured. We will (c) When this insurance Is excess over other not seek contribution from any other insurance Insurance, we will pay only our share of the available to the Additional Insured except: amount of the loss, if any, that exceeds the sum of: (a) For the sole negligence of the Additional Insured; (I) The total amount that ali such other Insurance would pay for the foss In the (b) When the Additional Insured is an Additional absence of this Insurance;and Insured under another primary ifabillty policy; or (if) The total of all deductible and self insured amounts under all that other insurance. (c) When(2)below applies. We will share the remaining loss, if any, with If this Insurance Is primary, our obligations are not any other insurance that is not described In this affected unless any of the other Insurance is also Excess Insurance provision and was not primary. Then, we will share with all that other bought specifically to apply in excess of the insurance by the method described In(3)below. Limits of Insurance shown in the Declarations (2) Excess Insurance of this Coverage Part. (a) This insurance Is excess over any of the other (3) Method Of Sharing insurance, whether primary, excess, (a) If all of the other Insurance permits contingent or on any other basis: contribution by equal shares,we will follow this (1) That is Fire,Extended Coverage,Builder's method also. Under this approach each Risk, Installation Risk or similar coverage Insurer contributes equal amounts until It has for"your work°; paid its applicable limit of insurance or none of (11) That is Fire Insurance for premises rented the loss remains,whichever comes first. to the Additional Insured or temporarily (b) If any of the other insurance does not permit occupied by the Additional Insured with contribution by equal shares,we will contribute permission of the owner; by limits. Under this method, each Insurer's (Ill)That is insurance purchased by the share-Is based on the ratio of its applicable Additional Insured to cover the Additional limit of insurance to the total applicable limits Insured's liability as a tenant for"property of insurance of all insurers. ALL OTHER TERMS,CONDITIONS,AND EXCLUSIONS REMAIN UNCHANGED. 421-04521214 Includes copyrighted materials of Insurance Services Office,Inc„with Its permisslon. Page 1 of t POLICY NUMBER: ZBF9201722 08 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 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: BLANKET WITH WRITTEN CONTRACT Information required to complete this Schedule,if not shown above,will be shown In the Declarations. The following is added to Paragraph S. 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 under 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. Page 1 of 1 CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 AA Af! 7"RaVELER5 00�J WORKERS COMPENSATION AND ONE TOWER SQUARE EMPLOYERS LIABILITY POLICY HARTFORD, CT 05183 ENDORSEMENT WC 99 03 76 ( A)-- 001 POLICY NUMBER: (PJUB-8166N36-A-17) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT- CALIFORNIA (BLANKET WAIVER) 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. The additional premium for this endorsement shall be 02.000 % of the California workers' compensation pre- mium. I Schedule Person or Organization Jab Description ANY PERSON OR ORGANIZATION FOR WHICH THE INSURED HAS AGREED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS TO FURNISH THIS WAIVER. i I This endorsement changes the policy to which it is attached and Is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement is issued subsequent to preparation of the policy.) E Endorsement Effective Policy No. Endorsement No, Insured Premium t Insurance Company Countersigned by } i DATE OF ISSUE: 07-27-17 ST ASS ION: Page 1 of 1 OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Schedule Any person(s)or organization(s)as required by written contract or agreement. 1. SECTION II—COVERED AUTOS LIABILITY COVERAGE,A.Coverage, 1.Who Is An Insured is amended to Include the person(s) or arganization(s)designated in the Schedule above but only for damages: a. Which are covered by this insurance;and b. Which you have agreed to provide in a written contract. 2. T he limits of insurance afforded to such persons)or organization(s)will be: a. The minimum limits of insurance which you agreed to provide, or b. The limits of insurance of this policy whichever is less. CA 560 Oat 1213 Page 1 of 1 L100554-17 0810112017-08/0112018 HARRIS&ASSOCIATES,INC POLICY NUMBER: COMMERCIAL AUTO CA 04 44 1013 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. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: HARRIS&ASSOCIATES, INC Endorsement Effective Date: 08/01/2017 SCHEDULE Name(s)Of Person(s)Or Organization(s): All persons or organizations as required by written contract or agreement. Information required to com lete 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 contract with that person or organization. CA 04 44 10 13 ° Insurance Services Office, Inc., 2011 Page 1 of 1 L100554.17 0810112017-0610112018 HARRIS&ASSOCIATES,INC IL 10 (12/06) OLD REPUBLIC INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED/DESIGNATED INSURED AMENDMENT - PRIMARY AND NON-CONTRIBUTORY This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SCHEDULE Designated Person(s)or Organization(s): All persons or organizations where required by written contract. WHO IS AN INSURED (SECTION 11)is amended to include the person(s)or organization(s)shown in the above Schedule, but only with respect to "accidents" arising out of work being performed for such person(s)or organization(s). As respects any person(s) or organization(s) shown in the above Schedule with whom you have agreed in a written contract to provide primary insurance on a non-contributory basis, this insurance will be primary to and non-contributing with any other insurance available to such person(s)or organizations(s). PCA 048 06 07 Page 1 of 1 08/01/2017-08/01/2018 L100554-17 HARRIS&ASSOCIATES, INC / / r / r / r / / / r i / / e , ! / / / / / / r / / / r / l/ / / / / / / ! / / /l / / / / / / / / / r / / / / / / / ! / / r r / / f / / c !, / /r J/ / i / / 1 / r / / / / / / r / f � / f / / / t / / / / J / / / J / / / / / / / / / i 0 l/ / / / / f r/ / / ! / l / I / / / / JJ ! / / / r / / / / / / / / � / / ME ra, r / 0 / 1 / r / / r / / / / / / / / e / / / / / / / / / /i / • KENT Agenda Item: Consent Calendar - 7D WASHINGTON TO: City Council DATE: August 15, 2017 SUBJECT: Consultant Contract with Harris & Associates for LID 363 - South 224th Street Improvements 84th Avenue South to 88th Avenue South - Authorize MOTION: Authorize the Mayor to sign a Bridge Inspection Services Agreement with Harris and Associates to provide services for the South 224th Street Improvements Project (84th Avenue South to 88th Avenue South) in an amount not to exceed $260,157.04, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This contract is for the LID 363: South 224th Street Improvements Project (84th Avenue South to 88th Avenue South). The project consists of the realignment of South 224th Street at 84th Avenue South, and includes a bridge over SR 167 and structural earth walls. Harris and Associates will provide bridge inspection services related to placement of concrete, asphalt, and steel reinforcement of the project's bridge piers, bridge deck, and new asphalt roadway. EXHIBITS: Contract RECOMMENDED BY: Public Works Committee BUDGET IMPACTS: This is a budgeted item, including funding from Local Improvement District 363 and the Washington State Transportation Improvement Board.