HomeMy WebLinkAbout000744 Original Contract City of Port Angeles
Record #000744
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN THE
THE CITY OF PORT ANGELES
AND
Beaman Architecture Ltd.
Professional Services Agreement
RELATING TO: VERN BURTON ROOF REPLACEMENT, PROJECT PK06-2005, DESIGN
AND POST-AWARD CONSTRUCTION SERVICES
THIS AGREEMENT is made and entered into this day of
2014, by and between THE CITY OF PORT ANGELES, a non-charter code city of the State of
Washington, (hereinafter called the "CITY") and Beaman Architecture, Ltd. an Oregon
Corporation authorized to do business in the State of Washington (hereinafter called the
"CONSULTANT").
WHEREAS, the CITY desires architecture and consulting assistance related to rehabilitation of
the Vern Burton Community Center Gymnasium Re-roof Design
; and
WHEREAS, the CITY desires to engage the professional services and assistance of a qualified
consulting firm to perform the Scope of Services as detailed in Exhibit A, and
WHEREAS, the CONSULTANT represents that it is in full compliance with the statutes of the
State of Washington for professional registration and/or other applicable requirements, and
WHEREAS, the CONSULTANT represents that it has the background, experience, and ability
to perform the required work in accordance with the standards of the profession, and
WHEREAS, the CONSULTANT represents that it will provide qualified personnel and
appropriate facilities necessary to accomplish the work;
NOW, THEREFORE, in consideration of the above representations and the terms, conditions,
covenants, and agreements set forth below, the parties hereto agree as follows:
I SCOPE OF SERVICES
General Scope.
The scope of professional services to be performed and the results to be achieved by the
CONSULTANT shall be as detailed in the attached Exhibit A and shall include all services and
material necessary to accomplish the work.
The CITY may review the CONSULTANT'S services, and if they do not meet the Professional
Standard of Care the CONSULTANT shall make such changes as may be required by the
CITY. Such changes shall not constitute "Extra Work" as related in Section XII of this
Agreement. Any changes made necessary due to causes outside the CONSULTANT'S
reasonable control shall be provided as an extra work herein.
Page 1 of 7
The CONSULTANT agrees that all services performed under this Agreement shall be in
accordance with the standards of the architectural profession for similar services on similar
projects of like size and nature and in compliance with applicable federal, state and local laws.
The Scope of Services may be amended upon written approval of both parties.
11 OWNERSHIP OF DOCUMENTS
Upon completion of the work, all documents, exhibits, digital photos, or other presentations of
the work, with the exception of those standard details and specifications regularly used by the
CONSULTANT in its normal course of business, shall upon payment of all amounts rightfully
owed by the CITY to the CONSULTANT herein become the property of the CITY for use
without restriction and without representation as to suitability for reuse by any other party
unless specifically verified or adapted by the CONSULTANT. However, any alteration of the
documents, by the CITY or by others acting through or on behalf of the CITY, will be at the
CITY's sole risk.
III DESIGNATION OF REPRESENTATIVES
Each party shall designate its representatives in writing. The CONSULTANT'S representative
shall be subject to the approval of the CITY.
IV TIME OF PERFORMANCE
The CONSULTANT may begin work upon execution of this agreement by both parties and
written direction to proceed from the CITY. The duration of the Agreement shall extend
through September 30, 2014. The work shall be completed in accordance with the schedule
set forth in the attached Exhibit A.
V PAYMENT
The CITY shall pay the CONSULTANT as set forth in this section of the Agreement. Such
payment shall be full compensation for work performed, services rendered, and all labor,
materials, supplies, equipment and incidentals necessary to complete the work.
A. Payment shall be on the basis of the CONSULTANT'S cost for actual labor, overhead and
profit plus CONSULTANT'S direct non-salary reimbursable costs as set forth in the
attached Exhibit C.
B. The CONSULTANT shall submit invoices to the CITY on a monthly basis. Invoices shall
detail the work, hours, employee name, and hourly rate; shall itemize with receipts and
invoices the non-salary direct costs, subconsultants, and outside services; shall indicate
the specific task or activity in the Scope of Service to which the costs are related; and shall
indicate the cumulative total for each task.
C. The CITY shall review the invoices and make payment for the percentage of the project
that has been completed less the amounts previously paid.
Page 2 of 7
D. The CONSULTANT invoices are due and payable within 30 days of receipt. In the event
of a disputed billing, only the disputed portion will be withheld from payment.
E. Final payment for the balance due to the CONSULTANT will be made after the completion
of the work and acceptance by the CITY.
F. Payment for "Extra Work" performed under Section XII of this Agreement shall be as
agreed to by the parties in writing.
VI MAXIMUM COMPENSATION
Unless otherwise agreed to in writing by both parties, the CONSULTANT'S total compensation
and reimbursement under this Agreement, including labor, direct non-salary reimbursable
costs, subconsultant costs and outside services, shall not exceed the maximum sum of
$24,950.00. The budget for each task is as set forth in the attached Exhibit B. Budgets for
task(s) may be modified upon mutual agreement between the two parties, but in any event, the
total payment to CONSULTANT shall not exceed $24,950.00.
Vill INDEPENDENT CONTRACTOR STATUS
The relationship created by this Agreement is that of owner-independent contractor. The
CONSULTANT is not an employee of the CITY and is not entitled to the benefits provided by
the CITY to its employees. The CONSULTANT, as an independent contractor, has the
authority to control and direct the performance within the scope of services. The
CONSULTANT shall assume full responsibility for payment of all Federal, State, and local
taxes or contributions imposed or required, including, but not limited to, unemployment
insurance, Social Security, and income tax.
Vill EMPLOYMENT
Employees of the CONSULTANT, while engaged in the performance of any work or services
under this Agreement, shall be considered employees of the CONSULTANT only and not of
the CITY, and claims that may arise under the Workman's Compensation Act on behalf of said
employees while so engaged, and any and all claims made by a third party as a consequence
of any negligent act or omission on the part of the CONSULTANT'S employees while so
engaged, on any of the work or services provided to be rendered herein, shall be the sole
obligation and responsibility of the CONSULTANT.
In performing this Agreement, the CONSULTANT shall not employ or contract with any CITY
employee without the CITY's written consent.
IX NONDISCRIMINATION
The CONSULTANT shall conduct its business in a manner which assures fair, equal and non-
discriminatory treatment of all persons, without respect to race, creed or national origin, or
other legally protected classification and, in particular:
A. The CONSULTANT shall maintain open hiring and employment practices and will welcome
applications for employment in all positions, from qualified individuals who are members of
Page 3 of 7
minorities protected by federal equal opportunity/affirmative action requirements; and,
B. The CONSULTANT shall comply with all requirements of applicable federal, state or local
laws or regulations issued pursuant thereto, relating to the establishment of non
discriminatory requirements in hiring and employment practices and assuring the service
of all persons without discrimination as to any person's race, color, religion, sex, Vietnam
era veteran status, disabled veteran condition, physical or mental handicap, or national
origin.
X SUBCONTRACTS
A. The CONSULTANT shall not sublet or assign any of the work covered by this Agreement
without the written consent of the CITY.
B. In all solicitation either by competitive bidding or negotiation made by the CONSULTANT
for work to be performed pursuant to a subcontract, including procurement of materials
and equipment, each potential sub-consultant or supplier shall be notified by the
CONSULTANT of CONSULTANT's obligations under this Agreement, including the
nondiscrimination requirements.
XI CHANGES IN WORK
Other than changes directed by the CITY as set forth in Section I above, either party may
request changes in the Scope of Services. Such changes shall not become part of this
Agreement unless and until mutually agreed upon and incorporated herein by written
amendments to this Agreement executed by both parties.
XII EXTRA WORK
The CITY may desire to have the CONSULTANT perform work or render services in
connection with this Agreement, in addition to the Scope of Services set forth in Exhibit A and
minor revisions to satisfactorily completed work. Such work shall be considered as "Extra
Work" and shall be addressed in a written supplement to this Agreement. The CITY shall not
be responsible for paying for such extra work unless and until the written supplement is
executed by both parties.
XIIII TERMINATION OF AGREEMENT
A. The CITY may terminate this Agreement at any time upon not less than ten (10) days
written notice to the CONSULTANT. Written notice will be by certified mail sent to the
CONSULTANT's designated representative at the address provided by the CONSULTANT.
As a condition precedent to termination for cause the CONSULTANT shall be given the
notice period to cure such cause and shall have failed to so cure.
B. In the event this Agreement is terminated prior to the completion of the work, a final
payment shall be made to the CONSULTANT, which, when added to any payments
previously made, shall compensate the CONSULTANT for the work completed.
C. In the event this Agreement is terminated prior to completion of the work, documents that
are the property of the CITY pursuant to Section 11 above, shall be delivered to and
Page 4 of 7
received by the CITY prior to transmittal of final payment to the CONSULTANT.
XIVINDEMNIFICATION/HOLD HARMLESS
CONSULTANT shall defend, indemnify and hold the CITY, its officers, officials, employees and
volunteers harmless from any and all claims, injuries, damages, losses or suits including
attorney fees, arising out of or resulting from the negligent acts, errors or omissions of the
CONSULTANT in performance of this Agreement, except for injuries and damages caused by
the sole negligence of the CITY.
The CITY agrees to indemnify the CONSULTANT from any claims, damages, losses, and
costs, including, but not limited to, reasonable attorney's fees and litigation costs, arising out of
claims by third parties for property damage and bodily injury, including death, caused solely by
the negligence or willful misconduct of the CITY, CITY's employees, or agents in connection
with the work performed under this Agreement.
If the negligence or willful misconduct of both CONSULTANT and CITY (or a person identified
above for whom each is liable) is a cause of such damage or injury, the loss, cost, or expense
shall be shared between the CONSULTANT and the CITY in proportion to their relative
degrees of negligence or willful misconduct and the right of indemnity shall apply for such
proportion.
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, the CITY, and the officers, officials, employees, and volunteers of either, the
CONSULTANT'S liability hereunder shall be only to the extent of the CONSULTANT'S
negligence. It is further specifically and expressly understood that the indemnification provided
herein constitutes the CONSULTANT'S waiver of immunity under Industrial Insurance, Title 51
RCW, solely for the purposes of this indemnification. This waiver has been mutually
negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement. However, the CONSULTANT expressly reserves its rights as a
third person set forth in RCW 51.24.035.
XVINSURANCE
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, its agents,
representatives, employees or subcontractors.
No Limitation. CONSULTANT'S maintenance of insurance as required by the Agreement
shall not be construed to limit the liability of the CONSULTANT to the coverage provided by
such insurance, or otherwise limit the CITY'S recourse to any remedy available at law or in
equity.
A. Minimum Scope of Insurance
CONSULTANT shall obtain insurance of the types described below:
Page 5 of 7
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; and,
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, and
personal injury and advertising injury. 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; and,
3. Workers' Compensation coverage as required by the Industrial Insurances laws of the State
of Washington; and
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$100,000 per accident.
2. Commercial General Liability insurance shall be written with limits no less than
$1,000,000.
3. Professional Liability insurance shall be written with limits no less than
$1,000,000 per claim and $2,000,000 policy aggregate limit.
C. Other Insurance Provisions
The insurance policies are to contain, or be endorsed to contain, the following provisions for
Automobile Liability, Professional 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 shall provide CITY and all Additional Insureds with written
notice of any policy cancellation within two (2) business days of their receipt of
such notice.
3. Any payment of deductible or self-insured retention shall be the sole
responsibility of the CONSULTANT.
4. The CONSULTANT'S insurance shall 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.
Page 6 of 7
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.
XVI APPLICABLE LAW
This Agreement shall be construed and interpreted in accordance with the laws of the State of
Washington, and in the event of dispute the venue of any litigation brought hereunder shall be
Clallam County.
XVII EXHIBITS AND SIGNATURES
This Agreement, including its exhibits, constitutes the entire Agreement, supersedes all prior
written or oral understandings, and may only be changed by a written amendment executed by
both parties. The following exhibits are hereby made a part of this Agreement:
Exhibit A— Scope of Services
Exhibit B — Proposed Fee for Services
Exhibit C— Consultant Labor Costs
Exhibit D — Roofing Report 10-29-13
IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and
year first written above.
CITY OF PORT ANGELES APPROVED AS TO FORM:
DAN McKEEN, CITY MANAGER WILLIAM E. BLOOR, tIT'Y ATtORNEY
CONSULTANT Beaman Architecture, Ltd. ATTEST:
Kb4nWI-1.
MICHAEL L. BEAMAN, ARCHITECT JA SSA HURD, CITY CLERK
TITLE: President
Page 7 of 7
EXA|B|T8 Scope of Services
City of Port Angeles
Vern Burton Community Center Gymnasium Re-roof Design
Beaman Architecture, Ltd.was contacted on April 22, 2014 by the City of Port Angeles seeking interest in
our submitting a proposal for services. We are pleased to submit this proposal and understand that the
basis of the project is to provide basic services to design new roofing installation for the Vern Burton
Community Center Gymnasium.
The project is envisioned to be bid to qualified Contractors in one phase with possibly ofewa|terna1es.
The existing roof is understood to be structurally sound per attached Exhibit D Roofing Study dated
October 29, 201I The project would include a complete tear-off ofexisting rnn0nQ materials and
installation of new single-ply TPO roofing with new tapered insulation as required.
The scope of work includes a discussion of the activities, assumptions and deliverables associated with
the following tasks:
• Task 1: Preconstruction Planning and Design
• Task 2:Construction Documents Preparation
• Task 3:Construction Bidding
• Task 4:Construction Administration
Task I - PreconS±rWction Planning and Design
Beaman Architecture Ltd. will need to provide the following services prior to start of Construction
Documents:
Electronic Media: We will need AutoCad backgrounds for the existing building in order to build our
backgrounds for Construction Documents. The City will need to furnish acceptable media at least one
week prior to any on-site inspection work.
On-site Inspection Services: We will need to inspect the roof from the roof side to document all existing
penetrations,equipment, drains, drainage,etc. and from the underside of the roof to see and document
if there is any visible damage due to water intrusion. Our on-site time is anticipated to be l or Z days
and will require City staff assistance for access nfareas.
On-site Meetings: 1
Anticipated Time Required: lweek
Task 2 - Construction Documents Preparation
In the Construction Documents Phase, Beaman Architecture Ltd. will provide services necessary to
prepare for approval by the City,from on-site observation and documentation, Construction Documents
May 2, 2014 Page lof] Beaman Architecture, Ltd.
EXA|A|7- AconsistnQufdevin8s specifications, and other documents setting forth in detail the requirements for
construction of the project and bidding and contracting for the construction of the project. The
Specifications will consist of technical [S\ Divisions 01 thru 33 as required by the project. The City will
provide Division 00 for the specification by which Beaman will coordinate Division 01 requirements.
At QU% completion of this task, Beaman Architecture, Ltd. will furnish a Cost Estimate for the City's use
in preparation for bidding of the project. Due to anticipated budget concerns, the City may elect to
include separate sections of the project asAlternates.
It is assumed that one on-site meeting with the City will be required during this phase for presentation
of the documents.
Deliverables: Electronic Construction documents for bidding to Contractors, will be emai|ed to the City
of Port Angeles for their use in bidding. All bidding will be administrated, coordinated and implemented
by the City.
On-site Meetings: 1
Anticipated Time Required:3 weeks
Task 3 - Construction Bidding
In the Bidding Phase, Beaman Architecture, Ltd, following the City's approval of the Construction
Documents and the most recent statement of probable construction cost shall assist the City in
obtaining bids and in awarding and preparing contracts for construction.
Included services in this task include preparation and distribution of Addenda as may be required during
bidding, including supplementary drawings, specifications, instructions, and notice(s) of changes in the
bidding schedule and procedure.
All Agreements with the Contractor and all required bonds, insurances and related documents will be
coordinated directly between the City and the successful Contractor.
� There shall be a pre-construction meeting for the potential contractors which Beaman Architecture
would attend.
On-site Meetings: 1
Anticipated Time Required: 3vveeko
Task 4 - Construction Administration
In the Construction Contract Administration Phase, Beaman Architecture bd. will provide those services
necessary for the administration of the construction contract as set forth in the General Conditions of
the Contract for Construction as follows:
May 2, Z014 Page 2of3 Beaman Architecture, Ltd.
EXHIBITA
Project Administration:Services consisting of review of Contractor payment requests,submittals,
including receipt, review of and appropriate action on shop drawings, product data,samples, and other
submittals required by the contract documents. Distribution of submittals to cont/actor, and field
representatives osrequired.
There shall be a pre-installation meeting with the Contractor, a City representative, and roofing
manufacturer representative to inspect substrates and structure to obtain all required sign-offs and
assurances prior toinstallation of main roofing system; Beaman Architecture would attend this meeting.
Documents: Services consisting of preparation and distribution of clarification documents and
interpretations in response to requests for clarification by contractors or the City. Maintenance of
records and coordination of communications relative to requests for clarification or information.
Preparation and distribution of drawings and specifications to describe work to be added, deleted or
modified, review of proposals, review and recommend changes in time for substantial completion,
assisting in the preparation of modifications of the contracts and coordination of communications,
approvals, notifications, and record-keeping relative to changes in the work. Additional fees for changes
to the scope of a project shall be negotiated and are not included in this Proposal.
Construction Field Observation: Services consisting of visits to the site at intervals appropriate to the
stage of construction to become generally familiar with the progress and quality of the work and to
determine in general if the work is proceeding in accordance with the contract documents, and
preparing related reports and communications will be completed by the City of Port Angeles and are not
part of the basic scope of services for Beaman Architecture, Ltd'
Project Close-out: Services initiated upon notice from the contractor that the work is sufficiently
complete, in accordance with the contract documents,to utilization for the use for which it is intended,
and consisting of a detailed inspection for conformity of the work to the contract documents, issuance
of certificate of substantial completion, issuance of list of remaining work required (punch list), receipt
and transmittal of warranties, affidavits, receipts, releases and waivers of lien or bonds, permits, and
issuance of final certificate for payment.
On-site Meetings: 2
Anticipated Time Required: 12 weeks
May 2, 2014 Page 3 of Beaman Architecture, Ltd.
EXHIBIT B
Proposed Fee for Services
City of Port Angeles
Vern Burton Community Center Gymnasium Re-roof Design
Task %of Proposed
No. Description Project Fee
Preconstruction Planning and
1 Design 15% $3,615.00
Construction Documents
2 Preparation 73% $17,593.00
3 Construction Bidding 2% $482.00
4 Construction Administration 10% $2,410.00
Subtotals 100% $24,100.00
Anticipated Reimbursable
Expenses" $850.00
Total Fee plus Reimbursable
Expenses $24,950.00
"Reimbursable expenses are additional direct expenses over and above the scope of services. They include
expenses incurred by Beaman and their consultants in the interest of the project. Beamans' reimbursable
expenses are to be as allowed by State of Washington. Bid set printing is not included.
April 26,2014 Page 1 of 1 Beaman Architecture, Ltd.
t
EXHIBIT C
Consultant Labor Costs
City of Port Angeles
Vern Burton Community Center Gymnasium Re-roof Design
SALARY RATES,OVERHEAD AND PROFIT
Specified Contract Period for Base Year 2Ol4
Hourly Applied Total Applied Loaded
Discipline Assigned To Salary Overhead Profit Overhead Excluding Profit Hourly
Profit Rate
a b c d e f A
c=a*b d=a+c d*e a+c+f
Project Beaman
$55.00 115.00% $63.25 $118.25 10.00% $11.83 $130
Manager Architecture
Specifications,
Beaman
Interior Architecture $36.00 115.00% $41.4O $77.40 10.00% $7.74 $85
Designer
Architects Beaman
$21.00 115.00% $24.15 $45.15 10.00% $4.52 $SO
Drafting Architecture
Cost Beaman
$45.35 120.00% $54.30 $99.55 10.00% $9.96 $110
Estimator Architecture
April 26, 2014 Page 1of1 Beaman Architecture, Ltd.
EXHIBIT D
Roofing Report
Prepared by
Coastal Specified Products
October 29,2013
City of Port Angeles
Vern Burton Community Center Gymnasium Re-roof Design
Please see the following report provided to Beaman Architecture, Ltd. on April 22, 2014.
April 26,2014 Page 1 of 1 Beaman Architecture, Ltd.
Port Angeles City Hall—Vern Burton Community Center
321 East 5th Street, Port Angeles,Washington
Roof Report
October 29,2013
J
c
Prepared by: George Pfeiffer
Coastal Specified Products
Division 7 Representatives
7100 212`h Street SW
Edmonds,WA 98062
John Lupo with John Lupo Construction in Aberdeen,Washington and I visited the project site on
October 18,2013. With the help of city staff,we walked the roof and made the following
observations.
The barrel roof over the gym and the flat sections at the base on each side have one mineral surface
BUR roof existing. The roofs on both ends of the barrel were reroofed without removal of the first
roof. When shingles are installed on a barrel roof,the top is too flat so a BUR roof is installed as
noted in the photo on the right(above).
I � Q
Two existing roofs on the ends of the barrel roof.
I
r
ve,r
h
R
ur
M
r
i
ryk;
i
Core taken from the east side of the flat roof at the base of the barrel roof indicates one roof.
r
i /o
Room�
f�u�l(�wfrf�ielrvNieln�;�:., ,
The southwest end of the roof has the air conditioning for the building including the server room.
These units will have to be lifted to remove and reinstall taper to drain and new membrane.
i
i
i
i
iP r
The sides of the barrel roof had ponding water. A new roof system would add taper to drain these
areas. The low roof area adjacent to the atrium roof has a central drain near the center.
It is a large drain with a leader that is about 6 inches wide. However,there is no overflow drain. The
photo(upper right) may have been the overflow at one time.
i
i
y
r
The mechanical unit screen in the photo at the upper left represents a significant challenge to tearoff
of the old roof and the reroofing. The braces that hold the partition in place are not square or round
tubing. This makes them virtually impossible to seal into the existing or the proposed membrane
system. Like the HVCA units on the opposite end,the air handling ducts within the partitioned area
will need to be removed and reinstalled.
1f.
%�Pl
r
i
i %k,NNVIp '!
7
r,
�D��1 is{� i aj�yyr9�ir�'Wr
The community room at the south end of the building has a mechanically attached Hypalon
membrane installed directly over a BUR roof. It is recommended that this roof be replaced to take
advantage of the mobilization cost associated with the proposed work.
In summary,the number of repairs made to the existing roof sections is a clear indication that the
useful life expectancy has been reached. It is noteworthy that the wood frame roof structure does
not benefit from leaks that ultimately effect the strength of the wood. Removal of the existing roofs
down to the wood decks will provide an opportunity to visually inspect their integrity. Unit costs for
replacement of deck components could be included in the project scope. The barrel feature over the
gym is visible from the street. If a white membrane is used,it will have a monolithic look similar to
the roof on the courthouse across the street.
�XfG!Y/fl�fAw7VfMi,N(NwNimfiMNuuyMWINi1''I � ' /�/ �J � 1 I �F,�'�j t
A photo of the Courthouse roof.
VVe appreciate the opportunity to get upon the roof and provide this report. Please let us know R
there is anything voe can doto explain elements ofthe existing or proposed roof system.
Sincerely,
George Pfeiffer
Coastal Specified Products
Division Seven Representatives
71OO212m Street SVV
Edmonds,VVA9AD26
206-696-0042
m/smo/mor
The information provided in this correspondence,as well as other information that may have been conveyed uvaoo nm/epamnem*ouucts
(CSP)employee,is not to be considered professional architectural or engineering advice.Such information is provided only as suggestion for
further review uvu licensed architect u,engineer.The employees nfcap are not licensed architects ur engineers,and cap does not
assume responsibility for actions taken m reliance on such information.