Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
SCJ Alliance - Civil Engineering Services re: Quilcene Complete Streets Project - 102615
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. 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 PAEnc K\(A) Pmjects\Quilcene Complete Streets\Pmject Management\Consultants\Civil EngineerVSO Alliance\ContractTmfessional services Agreementdocx rnv. 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. 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 Stmets\Project ManagemenUConsulwms\Civil Engineer\SC] Alliance\Contmct\Professional Services Agmemem.docx rev. 3/3 v2014 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 P:\Eric K\(A) Pmjmts\Quilcene Complete Streets\Project Management\Consultants\Civil Engineer\SC] Alliance\Contmct\Professional Services Agrcementdocx rev.3\312014 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 PAEric K\(A) Projects\Quileene Complete streets\Projeet Mawgemem Consultants\Civil Engineer\SCJ Alliance\CommaTtetessioml Services Agreement.doez 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 P:\Eric K\(A) Pmjmts\Quileene Complete Streets\Project Management\Consultants\Civil Engineer\SCJ Alliance\Conlmet\Professioml Services Agreement.doex rev. 331/2014 Page 5 of 16 SIGNATURE PAGE DATED this day of a �4 20 / 5 SIGNATURE PAGE Consultant Firm (Please print) Consultant's Name (Please print) IZ7�� Consultant's Signature /0/19//3 Date JEFFERSON COUNTY BOARD OF COMM -ISS David Phil Johnson, Member `41 (�Le P�Piv jj� Kathleen Kier, Member Approved as to form only: Public Works Director/County Engineer CONSULTANT AGREEMENT P:Tric K\(A) ProjectsAQwlceae Complete Stmas\Projcct MamgcmentAConsulmntsVCivil EngineerASO Alliance Contraet\Professional Services Agreement.doex 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 Chatrette Support Phase as described below. Assumptions 1. 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. SCJ 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 SG 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 P.Eric K\(A) Projects\Quilcene Complete StreetsTmject Management\Consultants\Civil Engineer\SCJ Alliance\Contmet\Professional Services' Agreement.docx rev. 3/312014 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—Charrettes: 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 • SCJ is not responsible for developing conceptual designs. The County will provide conceptual designs and SCJ will prepared cost estimates based on the conceptual designs provided. • SCJ is responsible for tracking proposed conceptual design components and providing consultation on economic feasibility as well compliance with applicable WSDOT and FHWA requirements. • Support forsubtasks 3 and 5 will be as directed bythe 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\Quileene Complete Strccts\Project Management\Consultants\Civil EngineenSO Alliance\Contmet\Professional Services Agreement.docx rev.3\3U2ola 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 Tota! No. Principal Eng.l 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 Labor Estimate $139.42 $49.46 $54.00 $242.88 Phase 2 - Charrette Support Task Chanette 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\Consulmnts\Civil Engineer\SCJ Alliance\Contract\Professional Services Agreement.docx rev. 3/31/2014 Page 9 of 16 SALARY COST Discipline Hours Raft Announ 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 $2,715 Overhead Cost IS4.490 FIXED FEE Fixed Fee Rate: 32.00% Direct Salary Cost: $2,715 Fixed Fee Cost 869 TOTAL SALARY COST Total Salary Cost 8 074 SUBCONSULTANTS Subconsultant Fee 0 Subconsultant Markup: 0% 0 Total Subconsultants 0 REIMBURSABLES Copies, Reproductions, 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 Mona ement Reserve 0.0% of Subtotal 0 Total Estimated Budget: $8,42L CONSULTANT AGREEMENT P:\Eric K\(A) Projects\Quilcene Complete Streets\Project Management\Consultants\Civil Engineer\SCJ Alliance\Contact\Professional Services Agreement.docx rev. 3/3]/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\Quilcme Complete Stteets\Projmt Management\Consultants\Civil Engincet9SCJ Alliance\Contract\Professional Services Agreementda x rev. 3\31/2014 Page 11 of 16 Direct Labor Overhead Fee Total Hourly Job Classifications Rate Ranges 165.37% 32.00% Billing Rates NTE NTE NTE NTE 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 $23.04 $214.11 Senior Consultant $71.00 $117.41 $22.72 $211.13 Senior Project Manager $67.75 $112.04 $21.68 $201.47 Project Manager $49.50 $81.86 $15.84 $147.20 Project Engineer II $44.00 $72.76 $14.08 $130.84 Project Engineer I $39.00 $64.49 $12.48 $115.97 Senior Designer $39.00 $64.49 $12.48 $115.97 Design Engineer $32.50 $53.75 $10.40 $96.65 Landscape Architect $42.00 $69.46 $13.44 $124.90 Landscape Designer $30.00 $49.61 $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 $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 $62.84 $12.16 $113.00 Engineering Tech 11 $29.00 $47.96 $9.28 $86.24 Project Coordinator 11 $33.00 $54.57 $10.56 $98.13 Project Coordinator l $26.00 $43.00 $8.32 $77.32 Administrative Assistant $20.00 $33.07 $6.40 $59.47 Project Accountant $53.50 $88.47 $17.12 $159.09 Information Technology Manager $42.00 $69.46 $13.44 $124.90 Information Technology Specialist $37.00 $61.19 $11.84 $110.03 Senior Marketing Coordinator $35.00 $57.88 $11.20 $104.08 Communications Director $45.00 $74.42 $14.40 $133.82 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\Quilcme Complete Stteets\Projmt Management\Consultants\Civil Engincet9SCJ Alliance\Contract\Professional Services Agreementda x rev. 3\31/2014 Page 11 of 16 Exhibit F (SCJ Alliance) Breakdown of Overhead Cost Admikk rWWashington State r Department of Yransoortation J une i 5. 2017 SC! Alliance 873111 allon Lane A E, Suite 200 Lacey, WA 9816-6642 Suh,ect Acceptance FYE 20 14 ICR — Audit OfIke Review Dear M. Lisa Nicks: I ransmitied herewith is the Vv SDO C audit Office's memo of "Acceptance" of your finn's FYE 2414 Indirect Cost Rate (ICR) of 16� 37o'. Your ICR acceptance is in accordance with 23 CFR 1'2.? and must be updated on an annual basis. This rate will be applicable for: N SDOI Agrcements ® Local Agency Contracts in %' ashington State only Costs billed to agreements contracts will still be subjocl to audit of actual costs, hascd on 11,e terms and conditions of the respecm e atgrecmcnt contract. Phis was not a coLniz:mt rc�icw. Anv other catity contracting with your firin is respimsible for determining the accepla�ility of the ICR. If you have ary- questions, Iccl fiTC to Contact our office at (360) ?0�;-7104 or via emajlc,m�nit::rtcli�w_t:::dct,r.i.'at',. _ � r +tit ERIK K. Jc?rvs(�' ��� ill inaLer, Consultant Servi8es Office EKl:rck CONSULTANT AGREEMENT P:\Eric K\tA) Projects\Quilcene Complete StrectsTmject Management\Consultants\Civil Engineer\SCJ Alliance\CommetTmlessioml Services Agreement.docx tev. 3/1/2014 Page 12 of 16 Auk. 47Washington State 2W Department of Transportation June 12, 2015 Ta Erik Jonson. WSDOT Contracts Administrator Memorandum FROM: Schatzie Harvey, Agreement Compliance Audit Manager yal- sq SUBJECT: Shea. Carr & Jewell, Inc. Indirect Cost Rate for fiscal year end December 31, 20'.4 We have completed our desk review of Shea, Carr &s Jewell. Inc.'s Indirect Cost Rate for the above rcfereaced fiscal year. We reviewed the documentation 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, Ine.'s Indirect Cost Rate for fiscal year erding 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 subject to audit of actual costs, based on the terms and conditivas of the respective agreement. This was not a cognizant review. Any other entity contracting with the firm is responsible for determining the acceptability of the Indirect Cost Rate. I f you have any questions, feel free to call me at (360) 705-7006 or via email at h ary eysr`i!wsdni. w a. co v. Cc: Stcve McKemey File CONSULTANT AGREEMENT PAEnc K\(A) Projects\Quilcene Complete Streets\Projeet Management\Consultants\Civil Engineee SCJ Alliance\Contract\Professional Services Agreeunmrdocx rev. 3/31/2014 Page 13 of 16 Ceriificatiorr. of Final Indirect Costs rlrrr, Nan•e: SrOa, Carr E .lPwdl_ Ina dba sC i Allianz Indirect Cast Rate Proposal. 15537 Date o` Proposal Preparation {mmfddlyyyy); o✓ser2o15 Fiscal Period Covered (mmfddlyyyy to -nmiddlyyyy). 011,3V2014 to 1713112o14 f, the undersigned, Certify that i have mvievred the proposal to establish final indirect cost rates for the fiscal period as specified above and to the best of my knowledge and belief - 1.) AN costs included in this proposal to establish final mdicct cost rates aro allowable in accordance with the cast principles of the Federal Acquisition Regulatons (FAR) of title 48, Code of Federal Regulations (CFR), part 31. 2.) This proposal does not include any costs which are expressly unallowable under the cost principles of the FAR of 48 CFR 31, Aft known malorial transactions orevents that have occurred a/fecting the tirn7's ownership• organization and indirect cost rates have been disclosed. signature: Name of Certifying OfficiP (Phnt) Perry A. Shea, PE Title: Date of Certification (rrrnMdfy)yy): srizaols `Tale "Certifying Offic of ^nust be art, Invividual executive or financial officer of the firm ata level no lower than a Vice President or Chief Financial Officer, or equivalent, who has the authority to represent the financia: in`ormation utilized to establish the indirect cost rate for use under Agency oortrarts. Ref. FH4VA Directive 4470. SA available on line at- -Vola CONSULTANT AGREEMENT P:\Eric K\(A) Projects\Quilcene Complete Strects\Project Management\Consultants\Civil Engineer\SCJ Alliance\Contract\Professional Services Agreemcm.docz rev. 3/3t/2o14 Page 14 of 16 Sicca Carr & Jewell, lite dha SCJ Alliance Indirect Cost Rate Schedule For the Year Ended Decemher 31, 2014 Financial Statement Accepted Description Amount S(:,1 WSDO'f Adi. Ref. Annouat % Direct Labor Indirect -Costs: Fringe Benefits Vvacation PTO PayTall Taws I : cAr 11 II1.sul ame %Vorkers' Comp. Imsurance Profit Sharing (401 K) AWL) Allowtree Total Fringe Benefits General Overhead ludirecl Labkr I ahor Variance (1.'ncomp CJ 1') Find R Proposal Labor AJwrtks:ng Labor F-nployce Bcrnus Relit hlaimcnance & Repairs Automkbite [ravel %teals and h:ntertaininew Lksu:ancc Lde lnAumnio Telephtn�e Utilities Taxes & Licenses Deprcoariun ,'t anmrtit,"nicn Uses & Suhscrlption: L-mployee 'f ra in Rt: ruit Ad%crusurig Pnrfesrium:l Iccs Interest C:srnputcr C,m'MhnaOnl Had Dcht Supplies & Miscdlvlcous Tolal General O%vnccad S2,2I9.198 $279. Y, l L,ft25 363:463 f51D567} 192,050 13,.5}4 113,1)9 3 9,260 (9,200) 185,316 (519,767) Si) 52119. PSK 10O O(:"ro 3279.,3_' 12.61".,; 1:5.115 e.IMI, 1 35.'. G6 ::90�t 2.630 0.1'4 13,594 ob12a. 113,093 510.,; R 0 1),J)„ 116,549 5' S7o,, 131,884 S1.1 -4-0i2 1174,507) I1 365.60N :03116 1$105,16) F .'39.741 (67 0.14) ('ti69 %5i;) N. S 11 :136 (2,062) C, G "("M1 43:426 (29.fS4) 79,589 f 14,597) 12 11 2.630 0.1'4 5^ ?t)y 0.65'.,0 21.083 (2L[:83) t,fi76 p Sa.FN9 2.3 se.,, 131,884 295,463 (161_35) 35,506 f,,40:1 64,902 18.93 11 38437 (3';437) 47,.SS I 121,54') 15,\60 (15,3611} 35.191 0 00" m 25,(151 i25,t161) 64'_ 1j.6-4_1) SS.191 3.97°R 53.190,361 IS579.606)5107,+3321 hF F, T G 11 D, Q F F K A. 11 1 I SI.I?4,1152 <<y(".,,, {174.507)-1r.56°•i. 365.608 16.4^" 0 CONSULTANT AGREEMENT P:\Enc K\(A) Projects\Quilcene Complete Streets\Project Management\Consultants\Civil Engineer\SC] Alliance\Contmct\Prnfessional Services Agreemem.docg r .3/31/2014 Page 15 of 16 10.'_'40 4.6-;45, 275,76 1243^<, 2.630 0.1'4 14.342 0.65'.,0 55570 2 5v,;. 12.86:' p 52?0V 2.3 se.,, 25,676 1.1640 39.6Y9 1.729"+. 131,SY4 5.94',. 111,3_'5 60"0 56.071 ' 53 0 0 00" m 26,339 1- N% U 01.00"-0 SS.191 3.97°R 0 UAD"a CONSULTANT AGREEMENT P:\Enc K\(A) Projects\Quilcene Complete Streets\Project Management\Consultants\Civil Engineer\SC] Alliance\Contmct\Prnfessional Services Agreemem.docg r .3/31/2014 Page 15 of 16 Shea Carr & Jewell, Inc dha SCJ : liauce Indirect Cost Rate Schedule For the Year Ended December 31, 2014 Financial Statement Accepted Description Amount SCJ WSDOI Adj• Ref. Amount Total Indirect Costs dL•(herltead 54376.(,Tt55'>9.3?3) 1$M7433) i�, 5;?'.;. Indirect Cost Rate Ic?7.2'6e I't1.21'� 165370". .Shea (.'are & Jewell. Inc. - Repiewed and ,leeepted by ✓E 6111115 "Indirect (ovi Rate still subject to WSDOT Audit" References SCJ Adjustments: A Rclancr casts (34."55) una'.Inwable per 48 (TR 31.2(.15-33(0. 13 Key person li`e insurance (521,083) unallinvable per 48 CFR 31.20q- I 9(elf 2)")- C 1205-I9(elf2)")- C COMIIXa l (11T1LT01 Rent Calculation (SI L.S361 per 4S CFR 31.245-16(b}(3). D Antortizattnn of Oaodwil; f58;3'k?) iinallowablo per 4S CFR 31.205-49. F Cn;r'ts of memberships in .ivi: and cornmuni y organization ($5,4611 nzllnwah'.e per i3 C:FR 3l _'fj5 li;fli7). F FLhlic relations and advcrnsing Sa wie,:%%ages ($10,8216). Travel (5[3,397 ), and Employee UR (53,831! urallo•.;�anleper45CFR3l.2C5-t and 48 0I(.31.20 46. G Mcals and Entertainment (570.139 i unallowable per 4S CTR 31205-14 H L2[15 -14H Legal Costs in rclatien to,)rgaunatmn (.$]6.787) unallo.vable per 4,S, CFR 31._(15-27. 1 lntrrear (SI5,866) unallowable per 48 Cl R 31.'05-2t: J Con:ributio:w ($25.06[ I unallowable ptrr4il CFR 3 [.105-3. K Promo-iona! Nlarketiny ('$',0,874) and tifarketing Supplie.,f$7,5631 unallouu;leprr43 CFR 31 205-i and 31,205-35, L Fringe.llenet3': ad_lustmcnC directivassnarated roc[ to unaL'owable Ad%cr.isirig (S 10,56') unalio+%ableper4S CFR 31 701-5(;t) M Associated ;:osts fi r vehide unallowablc per 48 CFR 31?05-46(:dl and 31-205-5(hn){7)- ANsuciated costs :nclti(k L:nallowable Vehicle Costs (3_'S,842j Dcprecat'.on (S3._'421. N IIUrIL'S laynunts or (,S67,p54.M unallowable per 4S CFIL 331.205-6, O :Jneompensared Salary akllusl:ncnt per 48 CFR 3-. -01-a. 37.715, 1)C:A4,5AW & 6-410. P Rut Debt 1$-6421 per 31 1_u5-1 Q 7 sr Ugtrrriatiou adiustcJ Cut Bu< -k -Straight I me ($152,245! per 48 CHt 31.205-' 1. R Aatr: Allowance (SMC.0) unallowable per aS CFR 31.2115-6irnji'1. WSDOP Adjustments S Pcr 46 CFR 31.20? li(a1(6N.a)(Eli, dtetributicn ul pmIlts j:bb� X50) is nax an al[awah:a iontrtd cuss. 'I 7raeel costs umalluwable per 48 CFR 3'.205-4fi (£9,1'2} L' Connnon Conuui Rcnt C alculatiian per=8 CPR 3 L205�6(b h31. {516,12611::1 the otilcc at _' 102 Camlagc Dt.. ao adjustment necessan• for office at 8730 Tallon Lane \-E. CONSULTANT P:\Eric K\(A) Projects\Quileene Complete Streets\Project Management\Consultants\Civil Engineer\SCJ Alliance\Conlraet\Professional Services A rev. 3/31,12014 Page 16 of 16 Client#: 116497 SHEACARR ACORDM CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THI 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 Propellnsurance Olympia Commercial Insurance P.O. Box 2007 Olympia, WA 98507 INSURED Shea,Carr & Jewell Inc dba SCJ Alliance 8730 Tallon Lane NE, Suite 200 Lacey, WA 98516 COVERAGES CERTIFICATE NUMBER: andy Kulseth 360.252.2368 INSURER(S) AFFORDING COVERAGE INSURER A: American Casualty Co of Readinc INSURER B: ny �.vnlpany INSURER c: Beazley Insurance Company, Inc. INSURER D: Continental Insurance Company INSURER E REVISION NUMBER: 866.577. 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 ADDL,SUBRI LTR TYPE OF INSURANCE INSR ,WVO� POLICY NUMBER POLICY EFF POLICY EXP LIMITS (MMIDDIVYYY) i(MMIDDIVYVY) A GENERAL LIABILITY Y Y � 20906672956/15/201511 06/15/207 EACH OCCURRENCE s2,000,000 X COMMERCIAL GENERAL LIABILITY I TO DAMAPREMISES Ea RENTED occurrence)$300,00 _ I GLAIMS-MADE X OCCUR li MED I(Anyoneperean) $10000 PERSONAL & AOV INJURY $ 2,000,0110 GENERAL AGGREGATE s4,000,0410 GEN L AGGREGATE LIMIT APPLIES PER(PRODUCTS - COMP/OP AGO s4,000,0110 POLICY I , JEC LOC $ AUTOMOBILE LIABILITY D Y Y 4012152794 I COMBINED SINGLE LIMIT $1,000,0(o 6115l2015I 06115!201 (Ea accident) $ X ANY AUTO _ BODILY INJURY (Per person) $ ALL OWNED I I SCHEDULED AUTO- AUTOS BODILY INJURY (Per accidentl $ AONUTOS OWNED N X H REDSAUTOS X PROPERTY DAMAGE Per accident $ $ 6115/2015-.06/15/2016 EACH OCCURRENCE _ $3 000 O _ B X UMBRELLA LIAR X OCCUR Y Y 4016629451 0 O EXCESS LIAR CLAIMS MADE - - _--- AGGREGATE $3,000,0 - - DED I I RETENTION$ $ WORKERS COMPENSATION'i WA State Fund A NA X WC STATU- OTH- TORY LIMITS ER AND EMPLOYERS' LIABILITY A ANY PROPRIETOR;PARTNER.!EXECUTIVE YEN '1,2090667295 ( 6/15/20151'E.L...06/15/2D76 EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED' N NIA (Mandatory in NH) (WA Stop Gap E.L. DISEASE _ EA EMPLOYEE: $1,000 O 0 It yes, describe under DESCRIPTION OF OPERATIONS below E1 -DISEASE - POLICY LIMIT $1,000,000 6/17/20151106/17/2016 Limit:$1,000,000 C Professional I VIOBC2150601 Liability'( I Aggregate:$2,000,000 Deductible: $60,000 DESCRIPTION OF OPERATIONS! LOCATIONS, VEHICLES (Anach ACORD 101, Additional Remarks Schedule, It more space is required) RE: P1766.01 JCPW Ouileene Complete Streets Jefferson County Dept of Public Works 623 Sheridan Street SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVE D IN ACCORDANCE WITH THE POLICY PROVISIONS. Port Townsend, WA 98368 I AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights ACORD 25 (2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1900254/M7762898 SJK00 Department of Public V O Consent Ag Page 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 y 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 ii 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 fund through a WSDOT Pedestrian Et 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 Prelimi Engineering, Pre -Design phase. The required services for this project consist of: Review of previc gathered community input and completed ROW/topographic survey; Attendance to both comms design charrettes with consultation provided as part of the Design Team; Coordination with the DF Team to strategically develop appropriate presentation strategy for the first community de charrette; Construction Cost Estimates preparation; Design consultation to facilitate schematic 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 Et 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 Revie" By: 2 ip Morley, County Admir Date CONTRACT REVIEW FORM CONTRACT WITH: SCJ Alliance (Contractor/Consultant) CONTRACT FOR: Civil Engineering Services TERM: COUNTY DEPARTMENT: Public Works For More Information Contact: Eric Kuzma Contact Phone #: (360) 385-9167 RETURN TO: Tina in RETURN BY: AMOUNT: $8,430.00 PROCESS: Revenue: 33403.61 Expenditure: 180.000.010.59500.41 Matching Funds Required: No Sources(s) of Matching Funds 12/31/17 ;T 0 8 2015 Exempt from Bid Proce] X Consultant Selection Pro Cooperative Purchase Competitive Sealed Bid Small Works Roster Vendor List Bid RFP or RFQ Other Step 1: REVIEWBY 7NT Review by ` %% Philip Morle Date Reviewed: _ u—,,� APPROVED FORM Q Returned for revision (See Comments) Comments Step 2: REVIEW BY PROSECUTIN TORNEY % Review by: David Alva Date Reviewed: / 3 APPROVED AS TO FORM Returned f r revisi n (See Comments) Comments ez Step 2: REVIEW BY PROSECUTIN TORNEY % Review by: David Alva Date Reviewed: / 3 APPROVED AS TO FORM Returned f r revisi n (See Comments) Comments ez Step 3: (If required) DEPARTMENT MAKES REVISIONS AND RESUBMITS TO RISK MANAGEMENT AND PROSECUTING ATTORNEY Step 4: CONTRACTOR/CONSULTANT SIGNS APPROPRIATE NUMBER OF ORIGINALS Step 5: SUBMIT TO BOCC FOR APPROVAL Submit originals and 7copies of Contract, Review Form, and Agenda Bill to BOCC Office. Place `Sign Here" markers on all places the BOCC needs to sign. MUST be in BOCC Office by 4:30 p.m. TUESDAY for the following Monday's agenda. (This form is to stay with the contract throughout the contract review process and accompany the Agenda Bill.) P:AEric K\(A) Projects\Quilccnc Complete StreetsTroject ManagementVConsultantsVCivil EngineerASCJ AllianceAContmctVContact Review Form.docx rev.