HomeMy WebLinkAbout102615_ca09Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, Public Works Director / County Engineer
Agenda Date: October 2015
Subject: Civil Engineer Professional Services Agreement for Quilcene Complete
Streets Project
Statement of Issue:
Professional Services Agreement with SCJ Alliance, WA, for providing Civil Engineer Professional
Services for the Quilcene Complete Streets Project.
Analysis /Strategic Goals /Pro's & Con's:
This project is included in the officially adopted 2015 -2020 Transportation Improvement Program as
Item No. 14 as well as in the 2015 Annual Construction Program as Item No. 12. This project is funded
through a WSDOT Pedestrian & Bicycle program whose objective is to improve the transportation
system so as to enhance safety and mobility for people who choose to walk or bike.
This agreement will provide Civil Engineer Professional Services by SCJ Alliance, for the Preliminary
Engineering, Pre - Design phase. The required services for this project consist of: Review of previously
gathered community input and completed ROW /topographic survey; Attendance to both community
design charrettes with consultation provided as part of the Design Team; Coordination with the Design
Team to strategically develop appropriate presentation strategy for the first community design
charrette; Construction Cost Estimates preparation; Design consultation to facilitate schematic level
design development.
Fiscal Impact/Cost Benefit Analysis:
This Professional Services Agreement, for Civil Engineering services, is for $8,430.
This project is funded by an $884,165 WSDOT Pedestrian & Bicycle Program grant.
Recommendation:
The Board is asked to execute the three (3) originals of the Professional Services Agreement with
SCJ Alliance, and return (2) signed originals to Public Works (attn. Eric Kuzma).
Department Contact:
Eric Kuzma, Project Manager, (360) 385 -9167
Reviewed By:
le z��
0+611p Morley, Count Administrat r Date
PROFESSIONAL SERVICES AGREEMENT FOR
CIVIL ENGINEERING SERVICES
THIS AGREEMENT is entered into between the County of Jefferson, a municipal corporation, hereinafter
referred to as "the County ", and SCJ Alliance, hereinafter referred to as "the Consultant ", in consideration of
the mutual benefits, terms, and conditions hereinafter specified.
Project Designation. tion. The Consultant is retained by the County to provide Civil Engineer Professional
Services for Jefferson County's Quilcene Complete Streets Project, funded by the WSDOT Pedestrian
and Bicycle Program.
The Quilcene Complete Streets Project is located in Quilcene, Washington, along US Hwy. 101,
approximately between Center Road and the Quilcene Community Center. The intent of this project
is to improve pedestrian and bicycle safety along this portion of US Hwy. 101.
2. Scope of Services. Consultant agrees to perform the services, identified on Exhibit "A" attached
hereto, including the provision of all labor.
3. Time for Performance. Work under this contract shall commence upon the giving of written notice
by the County to the Consultant to proceed. Consultant shall perform all services and provide all
work product required pursuant to this agreement on the dates listed on Exhibit "A"
4. Payment. The Consultant shall be paid by the County for completed work and for services rendered
under this agreement as follows:
a. Payment for the work provided by Consultant shall be made as provided on Exhibits "E -1 ",
"E -2 ", and "F ", attached hereto, provided that the total amount of payment to Consultant shall
not exceed $8,430.00 without express written modification of the agreement signed by the
County.
b. The consultant may submit itemized invoices to the County once per month during the
progress of work for payment of project costs. Such vouchers will be checked by the County,
and upon approval thereof, payment will be made to the Consultant in the amount approved.
C. Final payment of any balance due the Consultant of the total contract price earned will be
made promptly upon its ascertainment and verification by the County after the completion of
the work under this agreement and its acceptance by the County.
d. Payment as provided in this section shall be full compensation for work performed, services
rendered and for all materials, supplies, equipment and incidentals necessary to complete the
work.
e. The Consultant's records and accounts pertaining to this agreement are to be kept available for
inspection by representatives of the County and state for a period of three (3) years after final
payments. Copies shall be made available upon request.
CONSULTANT AGREEMENT
P: \Eric K \(A) Projects \Quilcene Complete Streets\Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 1 of 16
5. Ownership and Use of Documents. All documents, drawings, specifications and other materials
produced by the Consultant in connection with the services rendered under this agreement shall be
the property of the County whether the project for which they are made is executed or not. The
Consultant shall be permitted to retain copies, including reproducible copies, of drawings and
specifications for information, reference and use in connection with Consultant's endeavors.
6. Compliance with laws. Consultant shall, in performing the services contemplated by this agreement,
faithfully observe and comply with all federal, state, and local laws, ordinances and regulations,
applicable to the services to be rendered under this agreement.
7. Indemnification. Consultant shall indemnify, defend and hold harmless the County, its officers,
agents and employees, from and against any and all claims, losses or liability, or any portion thereof,
including attorney's fees and costs, arising from injury or death to persons, including injuries,
sickness, disease or death to Consultant's own employees, or damage to property occasioned by a
negligent act, omission or failure of the Consultant.
8. Insurance.
The Consultant shall obtain and keep in force during the terms of the Agreement, policies of
insurance as follows:
If and only if the Consultant employs any person(s) in the status of employee or employees separate
from or in addition to any equity owners, sole proprietor, partners, owners or shareholders of the
Consultant, Worker's Compensation Insurance in an amount or amounts that are not less than the
required statutory minimum(s) as established by the State of Washington or the state or province
where the Consultant is located.
Commercial Automobile Liability Insurance providing bodily injury and property damage liability
coverage for all owned and non -owned vehicles assigned to or used in the performance of the work
for a combined single limit of not less than $500,000 each occurrence with the COUNTY named as
an additional insured in connection with the CONSULTANT'S performance of the contract.
General Commercial Liability Insurance in an amount not less than a single limit of one million
dollars ($1,000,000) per occurrence and an aggregate of not less than two (2) times the occurrence
amount ($2,000,000.00 minimum) for bodily injury, including death and property damage, unless a
greater amount is specified in the contract specifications. The insurance coverage shall contain no
limitations on the scope of the protection provided and include the following minimum coverage:
a. Broad Form Property Damage, with no employee exclusion;
b. Personal Injury Liability, including extended bodily injury;
C. Broad Form Contractual /Commercial Liability — including completed operations;
d. Premises — Operations Liability (M &C);
e. Independent Contractors and subcontractors;
f. Blanket Contractual Liability.
The County shall be named as an additional insured party under this policy.
CONSULTANT AGREEMENT
P: \Eric K \(A) Projects \Quilcene Complete Streets\Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 2 of 16
Such insurance coverage shall be evidenced by one of the following methods:
• Certificate of Insurance;
• Self - insurance through an irrevocable Letter of Credit from a qualified financial institution.
Certificates of coverage as required by this section shall be delivered to the County within fifteen
(15) days of execution of this agreement.
Any deductibles or self - insured retention shall be declared to and approved by the County prior to the
approval of the contract by the County. At the option of the County, the insurer shall reduce or
eliminate deductibles or self - insured retention or the Consultant shall procure a bond guaranteeing
payment of losses and related investigations, claim administration and defense expenses.
The Consultant shall include all subcontractors as insured under its insurance policies or shall furnish
separate certificates and endorsements for each subcontractor. All insurance provisions for
subcontractors shall be subject to all of the requirements stated herein.
Failure of the Consultant to take out and /or maintain any required insurance shall not relieve The
Consultant from any liability under the Agreement, nor shall the insurance requirements be construed
to conflict with or otherwise limit the obligations concerning indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against the
County (including its employees and other agents and agencies), it being the intention of the parties
that the insurance policies so affected shall protect both parties and be primary coverage for any and
all losses covered by the above described insurance. It is further agreed by the parties that insurance
companies issuing the policy or policies shall have no recourse against the County (including its
employees and other agents and agencies) for payment of any premiums or for assessments under any
form of policy. It is further agreed by the parties that any and all deductibles in the above described
insurance policies shall be assumed by and be at the sole risk of the Consultant.
It is agreed by the parties that judgments for which the County may be liable, in excess of insured
amounts provided herein, or any portion thereof, may be withheld from payment due, or to become
due, to the Consultant until such time as the Consultant shall furnish additional security covering
such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis for extra
hazardous contracts and specific service agreements.
Any insurance coverage for third party liability claims provided to the County by a "Risk Pool"
created pursuant to Ch. 48.62 RCW shall be non - contributory with respect to any policy of insurance
the Consultant must provide in order to comply with this Agreement.
If the proof of insurance or certificate indicating the County is an "additional insured" to a policy
obtained by the Consultant refers to an endorsement (by number or name) but does not provide the
full text of that endorsement, then it shall be the obligation of the Consultant to obtain the full text of
that endorsement and forward that full text to the County.
CONSULTANT AGREEMENT
PAEric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 3 of 16
The County may, upon the Consultant's failure to comply with all provisions of this contract relating
to insurance, withhold payment or compensation that would otherwise be due to the Consultant.
9. Independent Contractor. The Consultant and the County agree that the Consultant is an independent
contractor with respect to the services provided pursuant to this agreement. Nothing in this
agreement shall be considered to create the relationship of employer and employee between the
parties hereto. Neither Consultant nor any employee of Consultant shall be entitled to any benefits
accorded County employees by virtue of the services provided under this agreement. The County
shall not be responsible for withholding or otherwise deducting federal income tax or social security
or for contributing to the state industrial insurance program, otherwise assuming the duties of an
employer with respect to Consultant, or any employee of Consultant.
10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained
any company or person, other than a bonafide employee working solely for the Consultant, to solicit
or secure this contract, and that he has not paid or agreed to pay any company or person, other than a
bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage
fee, gifts, or any other consideration contingent upon or resulting from the award or making of this
contract. For breach or violation of this warranty, the County shall have the right to annul this
contract without liability or, in its discretion to deduct from the contract price or consideration, or
otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or
contingent fee.
11. Discrimination Prohibited. The Consultant, with regard to the work performed by it under this
agreement, will not discriminate on the grounds of race, color, national origin, religion, creed, age,
sex or the presence of any physical or sensory handicap in the selection and retention of employees or
procurement of materials or supplies.
12. Assignment. The Consultant shall not sublet or assign any of the services covered by this agreement
without the express written consent of the County.
13. Non - Waiver. Waiver by the County of any provision of this agreement or any time limitation
provided for in this agreement shall not constitute a waiver of any other provision.
14. Termination.
a. The County reserves the right to terminate this agreement at any time by giving ten (10) days
written notice to the Consultant.
b. In the event of the death of a member, partner or officer of the Consultant, or any of its
supervisory personnel assigned to the project, the surviving members of the Consultant hereby
agree to complete the work under the terms of this agreement, if requested to do so by the
County. This section shall not be a bar to renegotiations of this agreement between surviving
members of the Consultant and the County, if the County so chooses.
CONSULTANT AGREEMENT
P: \Eric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 4 of 16
15. Notices. Notices to the County of Jefferson shall be sent to the following address:
Jefferson County Public Works
623 Sheridan Street
Port Townsend, WA 98368
Notices to Consultant shall be sent to the following address:
SCJ Alliance
2102 Carriage St SW, Suite H
Olympia, WA 98502
16. Integrated Agreement. This Agreement together with attachments or addenda, represents the entire
and integrated agreement between the County and the Consultant and supersedes all prior
negotiations, representations, or agreements written or oral. This agreement may be amended only by
written instrument signed by both County and Consultant.
CONSULTANT AGREEMENT
PAEric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 5 of 16
DATED this
SIGNATURE PAGE
5eJ A///4^6e
SIGNATURE PAGE
day of , 20
Consultant Firm (Please print)
�Cd $ultant's Name ( lease print)
::Consultant's Signature
i6/1q //
Date {
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
David Sullivan, Chair
Phil Johnson, Member
Kathleen Kler, Member
Approved as to form only:
4,
David
Date
lJ
Monte ders 6a
Public Works Director /County Engineer
CONSULTANT AGREEMENT
PAEric K \(A) Projects \Quilcene Complete Streets''Troject Management \Consultants \Civil EnginecrSC1 Alliance '�Contract`,Prolcssional Services Agreemcnt.docx
rev. 3/31/2014 Page 6 of 16
Exhibit A
Scope of Work for
Civil Engineering Services for
Quilcene Complete Streets Project
Overview
The project is located in Quilcene, Washington, along US Highway 101 (approximately from the US Bank to
the Community Center). The goal is to create a streetscape within the available project budget which will
lower vehicle speeds, address safety concerns, establish a sense of place, and spur economic development.
Per the grant scope, the project development phase includes two charrette -style workshops that offer the
opportunity for design visualization and consensus - building among residents, adjacent business owners, and
WSDOT, utilizing Context Sensitive Solution strategies.
Improvements may include: Sidewalks and bike lanes; Medians /pedestrian refuge areas; Pedestrian activated
signals at crosswalks; Traffic signs and beacons; Utility Relocation; Pedestrian lighting; Transit stops and
bike racks; and Landscaping and street furniture.
The following document outlines the SCJ Alliance scope of work for this first pre - design stage of the project.
This stage is intended to conceptually define the scope of improvements based on community input, design
charrettes, and concept cost estimating. This stage of work will consist of a Project Management phase and a
Charrette Support Phase as described below.
Assumptions
The project is funded by the WSDOT Pedestrian and Bicycle Program. The State funds will be administered by
WSDOT Local Programs, but Federal Aid requirements do not apply since the grant program is State funded.
2. The County is contracting separately with a Fischer Bouma Partnership to lead the pre- design /charrette stage
of the project. SO is providing support as directed by the County to the limits of the budget assumed.
3. The Design Team is comprised of Jefferson County, Fischer Bouma Partnership, and SO Alliance.
Phase 1 Project Management
This phase includes tasks to plan, manage, and administer the work; attend project meetings and Town Council study
sessions; and provide quality assurance /quality control.
Task 1 Project Management
1) Management: Manage the project by directing and supervising staff and reviewing work for the duration of
the project. This management is for the overall work rather than specific tasks.
2) Progress Billings: Prepare a monthly progress bill with weekly progress reports attached. Bills will show staff
hours for each phase (i.e., Phase 1: Project Management).
CONSULTANT AGREEMENT
PAEric K \(A) Projects \Quilcene Complete Streets\Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract\Professional Services Agreement.docx
rev. 3/31/2014 Page 7 of 16
Phase 1 Understanding
• Project management will be provided over a 4 -month time frame.
• Progress billings will be submitted monthly to the County.
• Weekly progress reports will be attached to monthly progress billings. Progress billings will be deemed
incomplete and subject to non - payment if progress report is not included.
Phase 1 Deliverables
• Progress billings, together with weekly project reports, submitted monthly via US Mail.
Phase 2 Charrette Support
Task 1 Charrette Support
1) Data Review: Review past community input to be provided by the County. Review topographic survey data to
be provided by the County and set up base files in AutoCAD Civil 3D.
2) Kick off Design Team meeting and Quilcene site visit.
3) Community Charrettes: Participate in two (3 hour) community design charrettes as part of Design Team.
4) Design Team Coordination: Coordinate with the Design Team as directed by the County.
5) Concept Cost Estimate — Charrette 1: Prepare a concept -level project cost estimate for possible improvements,
as provided by the County, in preparation for the first community charrette.
6) Design Consultation: Provide support to the Design Team as directed by the County to facilitate development
of a refined conceptual level design of proposed improvements.
7) - Concept Cost Estimate — Charrette 2: Prepare a refined conceptual -level project cost estimate for proposed
improvements as provided by the County in preparation for the second community charrette.
Phase 2 Understanding
• SO is not responsible for developing conceptual designs. The County will provide conceptual designs and SO
will prepared cost estimates based on the conceptual designs provided.
• SO is responsible for tracking proposed conceptual design components and providing consultation on
economic feasibility as well compliance with applicable WSDOT and FHWA requirements.
• Support for subtasks 3 and 5 will be as directed by the County, and the support is limited to the budget provided
herewith.
Phase 2 Deliverables
• Conceptual level design cost estimate for the first community design charrette.
• Refined conceptual level cost estimate for the second community design charrette.
Future Tasks For Which Consultant May Be Retained For:
• Full PS &E Preparation
Contract Completion Date Shall Be: 12/31/17
END OF SCOPE OF SERVICE
CONSULTANT AGREEMENT
P: \Eric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 8 of 16
Exhibit E -1
SCJ Alliance
Consultant Fee Determination
Perry Scott Josh Matt Alissa Maddie
Task
Task Description
Principal
Assoc
Project
Senior
Project
Project
Total
No.
Principal
Eng.1
Designer
Coord.I
Acct.
Phase 1
- Project
Management
Task Management
01
1
Management
2.0
2.0
2.0
6.0
Total Hours All
2.0
2.0 2.0 6.0
Tasks:
Total Direct
$139.42
$49.46 $54.00 $242.88
Labor Estimate
Phase 2 - Charrette
Support
Task Charette Support
01
1
Data Review
2.0
2.0
2
Community Charrettes
10.0
10.0
3
Design Team Coordination
12.0
12.0
4
Concept Cost Estimate -
1.0
5.0
1.0
7.0
Charrette 1
5
Design Consultation
4.0
4.0
6
Concept Cost Estimate -
1.0
5.0
1.0
7.0
Charrette 2
Subtotal Hours:
28.0
12.0
2.0
42.0
Total Hours All
30.0
12.0
2.0
2.0
2.0
48.0
Phases
Total Direct
Labor Estimate
$2091.30
$453.12
$67.98
$49.46
$54.00
$2,715.86
All Phases
CONSULTANT AGREEMENT
P: \Eric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 9 of 16
SALARY COST
Discipline
Hours
Rate
Amount
Principal
0.0
$87.26
0
Assoc. Principal
30.0
69.71
$2091
Project Engineer 1
12.0
37.76
453
Senior Designer
2.0
33.99
68
Project Coordinator 1
2.0
24.73
49
Project Accountant
2.0
27.00
54
Subtotal:
40.0
Direct Salary Cost
$2,715
OVERHEAD
Overhead Rate:
165.37%
Direct
Salary
Cost: $2,715
Overhead Cost
$4,490
FIXED FEE
Fixed Fee Rate:
32.00%
Direct
Salary
Cost: $2,715
Fixed Fee Cost
869
TOTAL SALARY COST
Total Sala Cost
8,074
SUBCONSULTANTS
Subconsultant Fee
0
Subconsultant Markup:
0%
0
Total Subconsultants
0
REIMBURSABLES
Copies, Re productions, etc:
2.5%
68
Mileage:
500 miles at
$0.575
288
Total Expenses:
356
SUBTOTAL SALARY, SUBCONSULTANTS AND EXPENSES
Subtotal (Salary, Subconsultants and Expenses)
8 430
MANAGEMENT RESERVE FUND MRF
Management Reserve
0.0% of Subtotal
0
Total Estimated Bud et
$8,430
CONSULTANT AGREEMENT
P: \Eric K \(A) Projects \Quilcene Complete Streets\Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 10 of 16
Exhibit E -2
SCJ Alliance
Specific Rates of Pay
Invoiced hourly billing rates may be less than the rate shown per job classification, but may not exceed the NTE rate.
CONSULTANT AGREEMENT
P: \Eric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 11 of 16
zDired .Labor',
`- -'-0 verhead'
'fee °` '�
"Total Hourly,'
Job Classifications
Rate Ranges
' 165.37%
a' 32 00 %, ::
Billing Rates ,
_.,._. �• .
NTE
�_�_._ w
,
. _ _ NTE
ANTE
�.� ._�. _ _._
ANTE
Principal Engineer
$90.00
$148.83
$28.80
$267.63
Principal Planner
$81.00
$133.95
$25.92
�, $240.87
Principal Landscape Architect
$55.00
$90.95
$17.60
~; $163.55
Associate Principal
$72.00
$119.07
$23.04E
$214.11
Senior Consultant
$71.00
$117.41
$22.72
$211.13
�l
Senior Project Manager
, n $67.75
$112.04
$21.68
$201.47
Project Manager
$49.50
$81.86
j $15.84
$147.20
Project Engineer II
$44.00
$72.76
$14.08
j $130.84
Project Engineer 1
$39.00
$64.49
i
$12.48
$115.97
Senior Designer
$39.00
$64.49
; ; $12.48
$115.97
Design Engineer
$32.50
$53.75
,x� $10.40
$96.65
z
Landscape Architect
$42.00
�
$69.46
w�
$13.44
i $124.90
Landscape Designer
$30.00
$49.61
I
$9.60
$89.21
Senior Planner
$49.00
$81.03
$15.68
,' $145.71
Planner
$39.00
$64.49
$12.48
$115.97
Sr. Transportation Planner
$49.50
$81.86
$15.84
$147.20
Transportation Planner
1 $39.00
$64.49
$12.48
$115.97
Traffic Analyst
$36.00
$59.53
$11.52
$107.05
Environmental Scientist
$49.00
$81.03
$15.68
$145.71
Environmental Planner
$38.00
i $62.84
$12.16
$113.00
Engineering Tech II
$29.00
$47.96
$9.28
$86.24
Project Coordinator II
`k $33.00
a $54.57:M
$10.56
$98.13
Project Coordinator 1
$26.00
$43.00
$8.32
$77.32
Administrative Assistant
$20.00
i
$33.07
$6.40
$59.47
Project Accountant
', ° $53.50;
$88.47
$17.12
$159.09
Information Technology Manager
I $42.00
) $69.46
"W $13.44
$124.90
Information Technology Specialist
$37.00
$61.19
$11.84
$110.03
Senior Marketing Coordinator
4. ";� $35.00
„s $57.88
$11.20
j $104.08
Communications Director
,; $45.00
$74.42
��. $14.40:
$133.82
Li
Invoiced hourly billing rates may be less than the rate shown per job classification, but may not exceed the NTE rate.
CONSULTANT AGREEMENT
P: \Eric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 11 of 16
Exhibit F
(SCJ Alliance)
Breakdown of Overhead Cost
AMIL
Washinglon State
Department a : Transportation
t_yrin P'ti±r± on
.;.+?t Ii7i ".r ,�i i�ci31 j:)3`ti1Sl?;rtil
j tine i ti_ 201-
SCJ Alliance
" 30 `ratlon Lone. NE., Suite 200
Lacey, WA 98 16 -66e 2
Transpc�rtatk)n f3uildint:
3 t i' P,•t;aole tArl viu n ue S, F.
F.U. BO �r
Subject: AcCCTtance F4`E 201=1 lCR - At:dit Office RevicW
Dear N-Is. Lisa Hicks:
Transmitted herewith is the WSDO'l' Audit 011ic.o's memo of "Aceptance." of your
Iirin's F'YE 2014 hidirect Cost Rate ([CZ) of 165.3 -." %- Your 1CIZ acceptance is in
accordance with 23 C: ".FR 1 �2_" and Must be Updated on an annUal basis, This rate will
be applicable for;
11 =SD0`I' -A1 q-Cemcnts
® Local Agency Ct ?nt.racts in Wi5iiiii�!on State oni
Costs hilted to agrc€ incnttif'contracts will still be subject to Midit ol'rae €t(ztl costs, based
on the te;rnis and conctinons of the respective a <2reclnet3t''c(intract.
'l'his was not a covplzant review, Any other entity contractiltg with your firth is
responsible Cot- determining the acceptability of the It_R.
If VOU have any questions; feel fTCC 10 a;ontaet OLIr oFfieC at (360") '705 -7104 or via
email 1131eltlil3ltTitf 5`':i 41
r�
LR,IK 1. JON
SC
-'G l°'tna,,er, Consultant Serf iUe,s Office.
EK1:rck
CONSULTANT AGREEMENT
PAEric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 12 of 16
Washington State
Department of Transportation
June 12, 2015
TO: - Erik Jonson, WSDOT Contracts Administrator
Memorandum
FROM: Sehariie Harvey, Agreement ComplianLeAudit Manager T&
'rnftrSq
SUBJECT: Shea, Carr & Jewell, [tic. Indirect Cost Ratty for fiscal year end December
3132014
We have completed our desk review of Slica, Carr & Jewell. Ine. -s Indirect Cost Rate for
the above referenced fiscal year. We review cd the docu=mentation supporting the rate for
compliance with criteria contained in the Federal Acquisition Regulations (FAR),
Subpart 31 _
Based on our review we are issuing this memo establishing Shea, Carr & Jewell, Inc. is
Indirect Cost Rate for fiscal year en=ding December 31, 2014, at 165.37% of direct labor.
Shea, Carr & Jewell, Inc, provided a FHWA Certificate of Final Indirect CoStS indicating
all costs included in the indirect cost rate schedule are in compliance with Federal
Acquisition Regulations (FAR), Subpart 31.
Costs billed to agreements will still be subj;,ct to audit of actual costs, based tm the terms
and conditiuns of the respective agreement.
This was not a coaizwii review. Any other entity contracting with the firm is
responsible for determining the acceptability of the Indirect Cost Rate,
If you have any questions, feel free to call me at (360) 705 -7006 or via email at
haa-�•eys(�e!.!���rft�t.tiva. ���E,
Cc: Steve McKerney
File
CONSULTANT AGREEMENT
PAEric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.docx
rev. 3/31/2014 Page 13 of 16
Ceftification of Final Indirect Casts
Firm Name, Shca, Carr E JaweJI_ Inc. dba SCj Allian *
Indirect Cost Rate Proposal, 165.37
Cate & PJQP E21 Preparadon (mm1ddlyyy ;,): cs.sr2015
Fiscal Period Covered �mm /ddlyyyy to rnmlddlyyyy): 0110IJ2014 to 1MY2014
1, the undersigned, {:ertitl that 1 have revici,ed the proposal to establish final indirect cast rates
for the fiscal per ad' as specified above and to thl~ best of my knowledge and belief_{
I j All Costs inc!uded in this PrOPOsal t`o establish final indirtct cost rates am afloNable !n
accordance with the cost principles of the Federal Acqursitlon Regulaftns (FAR) of title 48,
Cade of Fe,dera; Regulations (CPR), part 31.
2.1 This proposal does not include any costs which are expressly unallowable under the cast
princaples of the FAR of 48 CFR 31,
Aff knDvIn rnatoriat transactions orevents IhW have occurred affecting the firths ownership,
organization and indirect cast rates have been disclosed.
Signature:
Name of Certifying Offici6f (Print); Perry P., Shea, PE
Title; Principal
Date of Certification (mm!dd/y °ryy): star m
-Tile "Certifying Offlclal° must be an Individual executive cr financial of cer of the firm at a level
no lower than a Vice President or Chief Financial Officer, or equivalent, who has the authority to
represent the financial information utilized to establish the indirect cost rate for use under Aqency
conlrarts.
Ref: FFNVA Directive 447G. 1A available on line at:
h il),va.dot.gay e_g reosldireut 'lveslarders /r44701a_htrr
CONSULTANT AGREEMENT
P: \Eric K \(A) Projects \Quilcene Complete Streets \Project Management \Consultants \Civil Engineer \SCJ Alliance \Contract \Professional Services Agreement.doex
rev. 3/31/2014 Page 14 of 16
0
Shea Carr & Jewell, Inc dba S(:'j Alliance
Indirect Cost Rate Schedule
For the Year Ended December 31, 2014
Financial
Statement AmVptv-d
Description Amount S(J WSDOT Adj. 14cf, Atnomit %
Direct Lahor
I ivdirc-ct C*oits,
Fringe Benefits
Vaca6elli
PTO
PayTol I Taxes
HE�alt,)t Isisuralice
'Workers'Conip. fiisurance
Profit Sharing (401-k)
At0oAIk-)war,ce
Total Fringe Benefits
General Overhead
Indirect Labor
Labor Variari,�.e (Uncornp 0-F)
Bid & Proposal Labor
Advertising Labor
�,-Mpil?YCQ BOM1S
RL-ni
Maintenance & Rcpairs,
Automobile
T;ravei
heals and J'tnertaiwnent
Lis uruncc
Lilo Insurzincv
Uti litres
Taxes & Licenses
Depmciari(m & Api(iTti7AiiOT1
Dueq & Sul scriptiowi
Employee Traiti:Rocruit
Advuil ising
Professional Fcc-s
Interest
Computur
ContrihLlfi(MS
Bad Dcbt
Supplies & Miscellaneous
Total C-cue-rol Overhead
52;219:
$279,NS-2
115,025
1 16'
3,463 0+1;),567)
292,059
1-1,594
113,093
9.200
$ 1386,316 1 j ?67'i Stl
S2 1 2 19. 1 M I
279:R! . -
12, 6 V#'o
1115.02S
5.18%
35',`196
(14,897.) �, 12 2-
21 )2,059
12.16
13,594
0 61114
113,093
(2,1Q6211 C., U
R 0
0 0 0 ?
39.6-.49
52 5 II
S1.1741.052.
52.901%,
(174,507)
0
365:60.4
(14,897.) �, 12 2-
108.2316 ($108.716)
F
239.741 (6-:054)
� 4
($69,950'1 N, S
792,402 11.136
(2,1Q6211 C., U
2,690
52.901%,
43,426
(29,084)
79,589
(14,897.) �, 12 2-
83,W6
(74.139)
5 2.2 4) 9
4.63%
LOU
(21,083)
2,;Z,�..76
().12%
39.6-.49
0.65%
1311,884
15013'.1
295,463
(16IJ35)
35,506
(9746 1)
64,90*2
(8,831)
38,437
f38,4317j
47,481
(21,542)
t 5,86()
(15.,860)
38,191
6-11J56'Q
25,061
(25,061)
642
(1 ,642)
92,667
0.00114
53,190361
f S '79:6136) 43 3)
NT
F, T
Cr
31
1), Q
F
F
K
A, 11
I
S 1. 174,0521
52.901%,
(1°4,301'3
-7.8611!110
1. 65.608
16,47%
102,74()
4.63%
275 8 76
12,43"/,,
2 680
().12%
I , t. 3, 4'
0.65%
55,570
15013'.1
1•1967
0, i 8
5-209
2.35%
0.110%
6.
39.6N
1.79) %
111,884
5.94":�,
134,328
6-11J56'Q
27,045
1,22-))
56,071
2 - 5
0
0.00114
26,339
1 19%
0
0-00%
19 1
) �9 7%
0
0-00%
0
(),W%
6t."11
418%
S-1.5133.321
I 12. 80%
CONSULTANT AGREEMENT
P:\Etic K\(A) Projects\Quilcene Complete StreetsTroject Management\Consultants\Civil Engineer\SCJ Alliance\Contract\Professional Services Agreement.docx
rev. 3/31/2014 Page 15 of 16
Shea Carr & Jewell, Inc dha SCJ Alliance
Indirect Cost Rate Schedule
For the Year Ended Decernher 31, 21114
Financial
Statement
Accepted
De.wription Amount SC WSDOT Adj. Ref, Amount %
To(al Indirect Costs & ()K�erhead S4,,376,677 W99.3734) —($l()7,433) 3.6C.t 7 ifr5.37%
Indirect Cost Rate 19 -1-22% 170.211 !/'� 165.37%
.Vzea Carr & Jewell. Inc. - R"iesswd and Accepted by JE- 6q1/1 5
"Indirect Gest Rate still subject to WSW T Audit"
References
SCJ Adjustments:
A Rct -ainer costs ($4 7 7 ' 55) u nal I o wab le per 48 CFR 31.205- 33(f).
13 Key pursur; I ibe insurance (5211,083) una I lo%vablc Per 48 CFR 31.'05 -19(e) 21)(Vy
C ConliMyr, Comrol Rent Calculation (S 1 17S'361 per 48 CTR 31.'2115- 36(b)Q);
D Amortization of 2.(R)dvvill ($81390.) unallowable per 48 CFR 31.205.49.
E Costs of memberships in civic and community organization ($3,461) unallowable per 48 CFR 31,2G5- 1(1)1;7).
F Public relations and advertising Sa!aricsi'Wa-e,.,,, ($10,8216), Travel (S 14.89'1): and Eniployee'MR ($5,8311
unallowable Per 48 CFR 31.205 -1 and 48 CFR 31.'205 -461.
G Meals and Enterwininent (,S7'(1: 139) unailowable per 48 CFR 31-205-14.
H Legal Costs in rclaric. n to organ i 7,a(i CTj 1.1+(6.717;1 una I lowable per 48 CPR 3 7
I Interest, ('315,460) unalloviable per 4£i CFR 3l 205 -M
J Coniribution, (S25,06 l'i unallowable per 48 CFR I
K Prorno;ional N-larkeLing ($30,874) and klark-cting Sup-plies ($7,563) unallowuh1v pzr 48 CFR 31-205-1 and
31,205-38,
L Fringe Beatfil adju,4mcnt-, direv-11Y associated cost w anallowabIcAdver6sing (S10,567)
unallowable per 4 8 Cl -R 31 :201,.- •5(a).
N•1 Associated co-its for vehicle unallow:61c per 48 CFR 31.205-46(d) and 31-205-6(ni)(12). Associated costs
incitick-- Unallowable Vehicle Costs ($25,(142) D(-p-rcc.:4at:!ot-, (537242)-
N Bonus -,iayrnc-,rns unallowable per 4.4 (T-R 31-205-6,
0 Unc�nipensated Safary idjust-nunt per 48 CFR 31.201-47 37.115, ()C.k-k 5-910 & 6 -410.
P Bad Debi ($1,642) unallowailc per 11,203-3,
Q Tax I )4prvciiitiou ad.j us Lcd tbr 13C.-ok-Straight Line 14]5?245) per 4� CFR 31.205 -11.
R Auu�.- Allowance ($9,200) unallovvable per 48 CPR 11-2105-6(m)(2).
WSDOT Adjustments
S Per 49 CFR 3 1.205-6f a'1(16)f. ii)i B), distribtatica of prof its ($691950) is rot an allowable contract cosi.
T Travel costs umillowablic per 48 CFR 31.205-46 ($9,121),
U Common Como! Rcilu Calculalion per 48 CFR 31.205 -361 1))(3'17 ($16,526) her [be offlice at 2 102 CaffikVL Dr.:
no adjustment necessary for office, al 5730 Tallon Lane NE.
CONSULTANT AGREEMENT
P:\Eric K\(A) Projects\Quilcene Complete StreetsTroject Management\Consultants\Civil Engineer\SCJ Alliance\ContractTrofessional Services Agreement.docx
rev. 3/31/2014 Page 16 of 16
JEFFERSON COUNTY
CENTRAL SERVICES DEPARTMENT I
Jefferson County Jail Fire Alarm Replacement Project —
CHANGE ORDER
—
Sheet
1 of I
Change j
Order �i
2
Date:
19- Oct -15
Number
Ordered by County Engineer under teens of
_Contract
documents
j
Contract No.
1301 594 1901
j
❑Change
proposed by Contractor
! To:
_
_f
North Shore Electric, Inc.
ATTN: Isaac Conrad --
14590 Cavalll Rd. SE --
Olalla, WA 98359
Endorsed by:
'North Shore Electric, Inc.
Contractor Firm Name
_
'
—
]Signature
Date
j
Title
Consent
given by Surety: (when required)
Project Title:
Jefferson County Jail - Fire Alarm
Replacement Project
Bya
j
I-
-
Attorney -in -fact Date
I
You
are directed to perform the following described work upon receipt of an approved
copy
of this change order:
COP #4
Contractor Costs
Mark -ups
Guardian (GS)
=-
J
Design (GS)
$ 2,500.00;
Material (GS)
1 $ 1,953.88
Labor (GS)
$ 8,280.001
!
� $ 12,733.88
Enertec -BAS
$ 5,009.89
North Shore (N SE)
$ 5,000.001
I
Sub -total
$ 22,743.771
1
!
Mark up at 15%
$ 3,411.57]
$ 26,155.34!
—
i
--
WSST @ 9%
$ 2,353.98
TOTAL ADD
$ 28,509.32
I
i
I
I
I
I
I
i
t
All work materials and measurement to be in accordance with the provisions of the specifications and
special provisions for the type of construction involved.
a f
;fie,
' ,,
„;
ORIGINAL
CURRENT
ESTIMATED
ESTIMATED
°r
a y ¢
.,
w n �,,bf�,,,c4 � �' df� •"�, � � ,'.i
er t N
t{
CONTRACT
CONTRACT
NET CHANGE
CONTRACT TOTAL
AMOUNT
AMOUNT
THIS ORDER
AFTER CHANGE
$134,615.00
$140,228.33
28,509.32
$168,737.65
ORIGINAL CONTRACT
CURRENT
CONTRACT TIME
EXISTING CONTRACT
COMPLETION DATE
14- Aug -15
CONTRACT TIME
90 calendar days
CHANGE (Add/Del)
No Change
COMPLETION DATE'
20- Aug -15
APPROVAL RECOMMENDED
APPROVAL RECOMMENDED
Project Manager: I
Date
i Central Services Director
i
I Date
APPROVAL RECOMMENDED
APPROVED
l
Facilities Lead
I Date
Chair, Jefferson County Commissioners
Date
JEFFERSON COUNTY
CENTRAL SERVICES DEPARTMENT
CE
Jefferson County Jail Fire Alarm Replacement Project
CHANGE ORDER
Sheet 1 of
Change
Order
Number
Date: 1 19-Oct-15
T-1
Ordered by County Engineer under terms of
_Contract
-1
documents
Contract No.
1301 594 1901
F1Change
proposed by Contractor
To:
North Shore Electric, Inc.
ATTN: Isaac Conrad
14590 Cavalli Rd. SE
01alla, WA 98359
I
Endorsed by: North Shore Electric, Inc.
Contractor Firm Name
Signature I Date
Title
Consent given by Surety (when required)
Project Title:
'Jefferson County Jail - Fire Alarm
j Replacement Project
By:
'Attorney-in-jhct Date
You are directed to perform the following described work upon receipt of an approved copy of this change order:
COP #4 Contractor Costs Mark-ups
Guardian (GS)
1 $ 2,500.06
Material (GS)
1,953.88!
,Labor (GS)
$ 8,280.001
$ 12,733.88
Enertec-BAS
$ 5,009.89
North Shore (NSE)
5,000.W
Sub-total
$ 22,743.771
Mark up at 15%
j $ 3,411.571
$ 26,155.341
WSST 9
$ 2,353.98
—TOTAL
ADD
j
$ 28,509.32
All work materials and measurement to be in accordance with the provisions of the specifications and
special provisions for the type of construction involved.
ORIGINAL
CURRENT
ESTIMATED
ESTIMATED
CONTRACT
CONTRACT
NET CHANGE
CONTRACT TOTAL
I I
Q� ,
1v
AMOUNT
AMOUNT
THIS ORDER
AFTER CHANGE
$134,615.00
$140,228.33
28,509.32
$168,737.65
ORIGINAL CONTRACT
CURRENT
CONTRACT TIME
EXISTING CONTRACT
COMPLETION DATE
CONTRACT TIME
CHANGE (Add/Del)
COMPLETION DATE
l4- Aug -15
90 calendar days
No Change
20- Aug -1S
APPROVAL RECOMMENDED
APPROVAL RECOMMENDED
-Fx-]
El -!- -
Project Manager: Date
Central Services Director
_
Date
APPROVAL RECOMMENDED
APPROVED
F-1
Facilities Lead Date
I I Chair, Jeftrson County Commissioners
Date
JEFFERSON COUNTY
CENTRAL SERVICES DEPARTMENT
Jefferson County Jail Fire Alarm Replacement Project 1 - —
CHANGE ORDER
Sheet
I ofl
Change
Order 2
— ---------- Number—
Date:
19- Oct -15
Ordered by County Engineer under terms of
MContract
documents
Contract No. :
301 594 1901
Change proposed by Contractor
TO:
North Shore Electric, Inc.
ATTN: Isaac Conrad
14590 Cavalli Rd. SE
01alla, WA 98359
Endorsed by: jNorth Shore Electric, Inc.
Contractor Firm Name
Signature Date
Title
Consent given by Surety (when required)
Project Title:
Jefferson County Jail - Fire Alarm
Replacement Project
—
By.1
Attorney -in fact
Date
You are directed to perform the following described work
upon receipt of an approved copy of this change order:
COP #4 Contractor Costs
Mark-ups
Guardian (GS)---
Design (GS)
$ 2,500.00i
Material (GS)
$ 1,953.881
Labor (GS)
$ 8,280.001
$ 12,733.88
Enertec: -BAS $ 5,009.89
North Shore (NSE) 5,000.00
Sub-total
22,743.7711
Mark up at 15%
$ 3,411.57,
$ 26,155.34(
WSST @ 9%
2,353.98
11
TOTAL ADD
$ 28,509.32
All work materials and measurement to be in accordance with the provisions of the specifications and
special provisions for the type of construction involved.
ORIGINAL
CURRENT
ESTIMATED
ESTIMATED
V,
air
CONTRACT
CONTRACT
NET CHANGE
CONTRACT TOTAL
0-
W,
AMOUNT
AMOUNT
THIS ORDER
AFTER CHANGE
$134,615.00
$140,228.33
28,509.32
$168,737.65
ORIGINAL CONTR-ACT1
CURRENT
CONTRACT TIME
EXISTING CONTRACT
COMPLETION DATE
CONTRACT TIME
CHANGE (Add/Del)
COMPLETION DATE
14-Aug-15
90 calendar days
No Change
20-Aug-15
APPROVAL RECOMMENDED
APPROVAL RECOMMEN DED
Project Manager:
Date Central Services Director Date
APPROVAL RECOMMENDED
APPROVED
Facilities Lead
Date' Chair, Jefferson County Commissioners !Date
JEFFERSON COUNTY
CENTRAL SERVICES DEPARTMENT 1
Jefferson County Jail Fire Alarm Replacement Project
CHANGE ORDER
—
_
Sheet 1 of 1
Change _
Order 21
Number
Date:
19- Oct -15
Ordered by County Engineer under terms of
_Contract
documents —
Contract No.: 1301
594 1901
Change proposed by Contractor
I To:
I
I
I
_ North Shore Electric, Inc.
ATTN: Isaac Conrad
14590 Cavalli Rd. SE
Olalla, WA 98359 —!,-
I
i
Endorsed by: !North Shore Electric Inc.
Contractor Firm Name
_
Signature !Date
–
Title
—_�-
Consent given by Surety: (when required)
!Project Title:
Jefferson County Jail - Fire Alarm
Replacement Project
By:l,
;Attorney -in Jact Date
You are directed to perform the following described work upon receipt of an approved copy of this change order:
I
COP #4
Contractor Costs Mark -ups
f_
I
i
(Guardian (GS)
Design (GS) j $ 2,500.001
Material (GS) i $ 1,953.88'
_
Labor (GS) $ 8,280.001
f
$ 12,733.88
j
Enertec -BAS $ 5,009.89
j
North Shore (N SE) $ 5,000.001
Sub -total
$ 22,743.771
11
Markup at 15%
^II
$ 3,411.571
_
I
_
S 26,155.341
WSST @ 9%
$ 2,353.98
TOTAL ADD
$ 28,509.32
j
All work materials and measurement to be in accordance with the provisions of the specifications and
special provisions for the type of construction involved.
r,
;<
x�
' {
ORIGINAL
CURRENT
ESTIMATED
ESTIMATED
-
i ;'7'
a
, i x g'
s
CONTRACT
CONTRACT
NETCHANGE
CONTRACTTOTAL
AMOUNT
AMOUNT
THIS ORDER
AFTER CHANGE
$134,615.00
ORIGINAL CONTRACT
$140,228.33
CURRENT
28,509.32
CONTRACT TIME
$168,737.65
EXISTING CONTRACT
COMPLETION DATE
CONTRACT TIME
CHANGE (Add/Del)
COMPLETION DATE"
14- Aug -15
90 calendar days
No Change
20- Aug -15
APPROVAL RECOMMENDED
APPROVAL RECOMMENDED
Project Manager: Date
Central Services Director
Date
APPROVAL RECOMMENDED
APPROVED
Facilities Lead Date
Chair, Jefferson County Commissioners Date
Client #: 116497
SHEACARR
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
DATE (MM /DD /YYYY)
ADDL
TYPE OF INSURANCE
10/08/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must 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 I CONTACT Sandy Kulseth
Propel Insurance PHONE 360.252.2368 ' FAx 866.577.1326
A /C, No, Ext : A /C, No
Olympia Commercial Insurance ADDRESS: sandy.kulseth @propelinsurance.com
P.O. Box 2007 INSURER(S) AFFORDING COVERAGE NAIC #
Olympia, WA 98507 INSURER A: American Casualty Co of Reading 20427
INSURED INSURER B: Continental Casualty Company
20443
Shea,Carr &Jewell Inc dba SCJ Alliance INSURER C: Beazley Insurance Company, Inc.
37540
8730 Tallon Lane NE, Suite 200 INSURER D: Continental Insurance Company
35289
Lacey, WA 98516
INSURER E
GENERAL AGGREGATE
INSURER F:
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
ADDL
TYPE OF INSURANCE
SUBR
WVD
POLICY NUMBER
POLICY EFF
(MM /DD /YYYY)_
POLICY EXP
(MM /DD /YYYY)_
LIMITS
_
A
GENERAL LIABILITY Y
XI COMMERCIAL GENERAL LIABILITY
j CLAIMS -MADE OCCUR
j
Y
_
2090667295
06/15/2015
06/15/2016
EACH OCCURRENCE
$2,000,000
PREMISESOERENTED
r nce
000,000
MED EXP (Any one person)
$10,000
PERSONAL & ADV INJURY
$ 2,000,000
GENERAL AGGREGATE
$4,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY aX J CT LOC
PRODUCTS - COMP /OP AGG
$4,000,000
_
$
D
AUTOMOBILE
XI
LIABILITY Y
ANY AUTO
ALL OWNED SCHEDULED
HIRED ED AUTOS S X NON -OWNED
AUTOS
Y
4012152794
6/15/2015
06/15/201
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,000
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
X
PROPERTY DAMAGE
Per accident
$
_
$
B
j, XI
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR Y
CLAIMS -MADE
Y
4016829451
06/15/2015
06/15/201
EACH OCCURRENCE
s3,000,000
AGGREGATE
s3,000,000
DED RETENTION$
�'�
$
A
WORKERS COMPENSATION
AN EMPLOYERS' LIABILITY Y / N
ANY PROPRIETOR /PARTNER /EXECUTIVE( --
OFFICER /MEMBER EXCLUDED? N! i N/ A
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
WA State Fund
2090667295
(WA Stop Gap
NA
6/15/2015
NA
06/15/201
X I WC STATU- ll OTH-
TORY LIMITS_' ER_
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
E.L. DISEASE - POLICY LIMIT
$1,000,000
C
Professional
Liability
V1OBC2150601
6/17/2015
06/17/201
Limit:$1,000,000
Aggregate:$2,000,000
Deductible: $60,000
DESCRIPTION OF OPERATIONS / LOCATIONS! VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
RE: P1766.01 JCPW Quilcene Complete Streets
I t r1ULUtH
Jefferson County
Dept of Public Works
623 Sheridan Street
Port Townsend, WA 98368
ACORD 25 (2010/05) 1 of 1
#S1900254/M1762898
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
M
@ 1988 -2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
SJ K00