HomeMy WebLinkAbout032811_ca05
~iM- ~ Consent Agenda
i~~0~ JEFFERSON COUNTY PUBLIC HEALTH
~'I:j.~:." 615 Sheridan Street. Port Townsend. Washington. 98368
"L~e~ www.jeffel'8oncountypubUchealth.org
March 22, 2011
JEFFERSON COUNTY
BOARD OF COUNTY COMMISSIONERS
AGENDA REQUEST
TO:
Board of County Commissioners
Philip Morley, County Administrator
FROM:
DATE:
Jean Baldwin, Director
March 28, 2011
SUBJECT: Agenda Item - Vendor Contract - Peninsula Auto Wrecking and
Recycling; upon signature -May 30, 2011; $27,100
STATEMENT OF ISSUE:
Jefferson County Public Health, Environmental Health Department, requests Board approval of the Vendor
Contract - Peninsula Auto Wrecking and Recydlng to remove solid waste from Parcel #901-112-013; upon
signature - May 30,2011; $27,100
ANALYSIS/STRATEGIC GOALS/PRO'S and CON'S:
This 15 a contract between Jefferson County and Peninsula Auto Wrecking to remove solid waste from a
property for which Jefferson County has received a Warrant of Abatement through Superior Court (Parcel #901-
112-013).
The Warrant allows Jefferson County to hire a contractor to enter the property and remove alisolld waste, In an
attempt to bring the property Into compliance with County and State law. This comes after ye<rrs of JCPH
seeking voluntary compliance from the landowner. /
i
,
,
FISCAL IMPACT /COST BE~EFIT ANALYSIS:
This contract 15 financed by funds from an abatement fund established by Public Works and JCPH for this
purpose. Clean-up costs will then be assessed to the property owner In the form of a lien against the
property and tied to the property taxes for the parcel. In this way the costs return to the abatement fund
with no net 1055 to the County.
COMMUNITY HEALTH
DEVELOPMENTAL DISABILITIES
MAIN: (360) 385-9400
FAX: (360) 365-9401
PUBLIC HEALTH
llJ.WAYS WOIIKJNG FOR Il ~tlFER IlND
HEAlTHIER COMMUNITY
ENVIRONMENTAL HEALTH
WATER QUALITY
MAIN: (360) 385-9444
FAX: (360) 379-4487
Consent Agenda
RECOMMENDATION:
JCPH management request approval of the Vendor Contract - Peninsula Auto Wrecking and Recycling;
upon signature - May 30,2011; $27,100
3fu t(
istrator Date
(Routed to all Public Health Managers)
VENDOR CONTRACT
JEFFERSON COUNTY, WASHINGTON
THIS AGREEMENT, made and entered into this..l!. day of March.. 2011, between the
COUNTY OF JEFFERSON, acting through its County Commission and its Director of Public
Health (Jefferson County Public Health or "JCPH."), and Peninsula Auto Wrecking & Recycling
hereinafter referred to as "the Contractor", having a business address of 4711 S. Discovery Rd.,
Port Townsend, WA 98368
1. WITNESSETH:
That in consideration of the terms and conditions contained herein and attached and other good
and valuable consideration bargained for and exchanged as reflected in this agreement, the
parties hereto covenant and agree as follows:
2. CONTRACT AMOUNT:
Work described in this Contract is to be completed for the total sum including Washington State
Sales Tax of
Amount written out:
$ twenty-seven thousand one hundred dollars
Amount in numbers:
$27,100.00
The amount bid and listed here was provided by the Contractor to JCPH in the Contractor's
written response to the attached Request for Quotes and the compensation to the Contractor shall
not exceed this amount unless the parties enter into written Change Work Orders pursuant to
Section No. 10 below. Hourly rates for labor and equipment are listed on Exhibit C hereto.
3. COMPENSATION:
The Contractor shall be paid first with the funds generated as the fair market value of the scrap
metal ("scrap metal FMV") taken to and accepted by a lawful scrap processor or scrap
processors. If the scrap metal FMV is less than the amount bid by the Contractor the County
will issue a warrant for the difference. If the scrap metal FMV exceeds the amount bid by the
Contractor, then the excess scrap metal FMV shall be retained by the County to recover legal
costs incurred. Any excess scrap metal FMV not subject to a lien for the County's legal cost
shall be returned to the owner of the Subject Property.
4. SCOPE OF SERVICES (IN GENENERAL):
The Contractor agrees to furnish all labor, materials, and equipment and do certain work, to-wit:
to furnish all labor, materials, equipment, supervision, and facilities necessary to remove and
properly dispose of all solid waste from 890 Old Hadlock Road, Port Hadlock, Washington,
(Parcel Number 901-112-103) hereafter referred to as the Subject Property or SP, including but
not limited to scrap metal. tires, mattresses, refuse, travel trailers, mobile homes, appliances and
household hazardous waste; as weIl as remove in whole an estimated 182 junk vehicles and parts
thereof, and, once removed from the SP, decant fluids, remove mercury switches and tires, crush
vehicles, and deliver them for processing tp a licensed scrap processor. The Plan of Operation
established by the Contractor and approved by Jefferson County Public Health (Solid Waste
Division) shall control in the case of any contradiction between the Plan of Operation and this
Scope of Services.
Additionally, Contractor agrees to the following:
5. CONTRACTOR WARRANTS AS FOLLOWS:
A. The Contractor shall provide and bear the expense of all equipment, work and labor of
any sort whatsoever that may be required for the transfer of materials and for planning,
implementing and completing the Plan of Operation approved by JCPH.
B. The Contractor for himself, and for his heirs, executor, administrators, successors, and
assigns, does hereby agree to the fuIl performance of all the covenants herein contained
upon the part of the Contractor.
C. The Contractor warrants to the County that it has considered and provided for in its bid
amount sufficient amounts reflecting all labor and equipment costs that wiIl arise in its
performance of this Contract.
D. The Contractor shall comply with all Federal, State, and local laws and ordinances
applicable to the work to be done under this Agreement. This Agreement shall be
interpreted and construed in accord with the laws of the State of Washington and venue
for any litigation arising from this contract shall be in the Superior Court of Jefferson
County, WA.
6. LICENSES:
The designated contractor shall provide copies of company or firm licenses to include: Business
License, Hulk Hauler's License, and Auto Wrecker's License.
7. INSURANCE:
Prior to commencing work, the Purchaser shall obtain at its own cost and expense the foIlowing
insurance from companies licensed in the State with a Best's rating of no less than A: VII. The
Purchaser shall provide to the County Risk Manager certificates of insurance with original
endorsements affecting insurance required by this clause prior to the commencement of work to
be performed.
A. Workers Compensation and Employers Liability Insurance. The Purchaser
shall procure and maintain for the life of the contract, Workers Compensation
Insurance, including Employers Liability Coverage, in accordance with the laws
of the State of Washington.
8. General Liability (1) - with a minimum limit per occurrence of one million
dollars ($1,000,000) and an aggregate of not less than two million dollars
($2,000,000) for bodily injury, death and property damage unless otherwise
specified in the contract specifications. This insurance coverage shall contain no
limitations on the scope of the protection provided and indicate on the certificate
of insurance the following coverage:
1. Broad Form Property Damage with no employee exclusion;
2. Personal Injury Liability, including extended bodily injury;
3. Broad Form Contractual/Commercial Liability including completed
operations (Purchasers only);
4. Premises - Operations Liability (M&C);
5. Independent Contractors and Subcontractors; and
6. Blanket Contractual Liability.
(1) Note: The County shall be named as an additional insured party under
this policy.
C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for
bodily injury, death and property damage unless otherwise specified in the
contract specifications. This insurance shall indicate on the certificate of
insurance the following coverage:
1. Owned automobiles;
2. Hired automobiles; and,
3. Non-owned automobiles.
(2) Note: The County shall be named as an additional insured party under
this policy.
The insurance policies required shall provide that thirty (30) days prior to cancellation,
suspension, reduction or material change in the policy, notice of same shall be given to
the County Risk Manager by registered mail, return receipt requested, for all of the
following stated insurance policies.
If any of the insurance requirements are not complied with at the renewal date of the
insurance policy, payments to the Purchaser shall be withheld until all such requirements
have been met, or at the option of the County, the County may pay the renewal premium
and withhold such payments from the moneys due The Purchaser.
All notices shall name the Purchaser and identifY the agreement by contract number or
some other form of identification necessary to inform the County of the particular
contract affected.
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 Purchaser
shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
The Purchaser 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 Purchaser to take out and/or maintain any required insurance shall not
relieve The Purchaser 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 Purchaser.
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 Purchaser until such time as The Purchaser shall furnish
additional security covering such judgment as may be determined by the County.
8. CONTACT POINTS:
The Contractor shall notify JCPH (Solid Waste Division) at (360) 379-4480 of work being
conducted on-site at the SP. Notification shall include date, time, and nature of site activities.
The County's contact person shall be Marjorie Boyd.
The Contractor's contact point and contact person are as fonows:
Name: Peninsula Auto Wrecking & Recycling
Mail address: PO Box 907, Chimacum, W A 98325
Best phone number: 385-7603
9. PLAN OF OPERATION:
The Contractor shall prepare, submit, and adhere to a Plan of Operation approved by the JCPH
(Solid Waste Division). The proposed Plan of Operation shall comply with and conform to any
and all applicable Standard Specifications of the Washington Department of Transportation.
Those Standard Specifications, to the extent applicable, are hereby incorporated herein and made
a part hereof as if stated in full here. The Plan of Operation must be approved by JCPH prior
to site activities commencing.
The Plan of Operation must include the following elements, and any additional elements
suggested by the Contractor shall be optional and need not be accepted by JCPH.
SPECIFIC REQUIREMENTS:
a. Site activities will occur in phases as shown below.
b. Junk vehicles will be removed from the subject property (SP) and
processed and crushed off-site at a licensed wrecking yard.
c. Vehicles and parts thereof may not be auctioned, sold, traded, bartered,
parted out, driven, or repaired by the Contractor or any agent,
employee or representative of the Contractor.
d. Vehicles to be processed wiIl first have all fluids drained, mercury
switches removed, tires removed, and solid waste removed before
crushing.
e. Once processed, vehicles must be crushed at a licensed wrecking yard
which is in compliance with applicable regulations.
f. Once crushed, vehicles must be hauled to a licensed scrap processor
which is in compliance with applicable regulations and capable of final
shredding, or compacting of scrap metal.
g. Said scrap processor must agree to track scrap deliveries on forms
provided by JCPH. (See Appendix).
h. The JCPH (Solid Waste Division) will release the fair-market value of
the scrap metal to the Contractor subject to the condition listed
immediately below and Section 3 above.
i. The fair market value of the scrap metal released to the Contractor will
serve as compensation to the Contractor, i.e., it will be an offset
against the gross amount initially bid by the winning Contractor.
Phase I - Vehicle Removal from Site
. Extreme care shall be taken to mlmmlZe disturbance to the
Chirnacum Creek stream bank and adjacent private property while site
work is in progress.
. Work schedules and access shall be coordinated through JCPH
(Solid Waste Division).
. Contractor shall ensure traffic and pedestrian safety while entering
and exiting the site.
. Contractor will also ensure reasonabl~ access to county roads
during site work.
. All private lands, crossings and roadways shall be returned to
conditions similar to those existing prior to site work.
. In order to protect soils and habitat, work may be suspended by the
County at any time due to rain or flooding. Due to the potential risk of
flooding on this property, equipment shall be stored in close proximity to
established roads or off-site while not in use, all at the owner's own risk.
. Before commencing site work the Contractor will secure and
remove hazardous and dangerous waste found on the Subject Property
(hereafter referred to as the "SP") including but not limited to containers
of auto and other dangerous fluids, batteries, and household hazardous
waste, to minimize the chance of environmental contamination.
. While removing designated vehicles and solid waste from the SP,
extreme care will be taken to not damage other vehicles and property
which are not designated for removal.
. Extreme care will also be taken to minimize the chance of
inadvertent environmental contamination while removing designated
vehicles and auto parts that may contain automotive fluids. Contractor will
provide, have available, and immediately utilize spill response materials as
needed.
Phase II - Solid Waste Disposal
· Materials removed from the SP shall be disposed of at the
Jefferson County transfer station in Port Townsend except for recyclables
which may be disposed of at a licensed facility that is specifically
permitted to handle these materials for recycling (e.g. batteries, clean
concrete).
. Scrap metal from the SP must be recycled at the same facility that
is contracted to receive the crushed vehicles. Compensation to the
Contractor in this regard will occur in a manner consistent with Section 3
above.
· Household hazardous waste (paint, solvent, etc.) must be disposed
of at the Jefferson County Moderate Risk Waste Facility, located in Port
Townsend, or other appropriate site licensed to handle these materials.
· The Contractor shall provide receipts or some other form of proof
that all materials have been disposed of in an acceptable manner.
. The Contractor shall be responsible for any and all dump and
recycling fees incurred including fees at all disposal facilities.
· Burning of any solid waste or other materials from the SP by the
contractor (either on oroff site) is not allowed by Washington State law.
. After all vehicles and solid waste have been removed, all disturbed
areas will be smoothed and sloped to match the surrounding areas and then
covered with straw.
Phase Uf - Vehicle Preparation for Crushing
. Once vehicles have been removed from the SP, the Contractor
shall prepare each vehicle for crushing by first removing mercury switches
and automotive fluids including the following: anti-freeze, motor and
transmission oil, fuel product, and brake fluid.
. This shall occur at a licensed wrecking yard.
. The Contractor will be responsible for tracking and properly
handling and disposing of mercury switches as well as bulking (55 gallon
drums) and properly labeling those automotive fluids generated from the
preparation of vehicles for crushing.
. In addition to automotive fluids and mercury switches, and when
applicable, each vehicle will have its battery and tires removed and be free
of solid waste prior to crushing.
. Contractor will be responsible for recycling the tires removed from
the vehicles as well as other loose tires removed from the SP.
Phase IV - Vehicle Crushing and Disposal
. After preparing vehicles for crushing as described in Phase ill
above, the Contractor shall crush the vehicles and transport the vehicles to
a licensed scrap processor which is in compliance with applicable
regulations and which is capable of final shredding or compacting of scrap
metal.
. Said scrap processor must agree to track scrap deliveries on forms
provided by Jefferson County.
. Prior to transport, the JCPH (Solid Waste Division) will provide
the Contractor with the paperwork required for the legal disposal of said
vehicles (see Appendix).
. Vehicles and vehicles parts removed from the SP shall not be
auctioned, sold, traded, bartered, parted out, driven, or repaired by the
Contractor or any agent, representative, employee of the Contractor.
10. ADDmONAL WORK:
Upon issuance of a written "Change Work Order" from JCPH (Solid Waste Division)
stating, at a minimum, the additional work to be performed, the start and end dates for
such additional work, the compensation or consideration the Contractor is entitled to for
such additional work and the deliverables (if any) the Contractor must provide to JCPH
relating to such additional work, the Contractor may commence to undertake the
additional work so described in the Change Work Order as soon as Contractor's signature
is placed upon the Change Work Order.
11. TIMETABLE FOR COMPLETION:
Contractor agrees to the following time table for completion of deIiverables:
ACTIVITY
COMPLETION DATE
Phase 1 - Vehicle Removal from Site
Phase II - Solid Waste Disposal
Phase ill - Vehicle Preparation for Crush
Phase IV - Vehicle Crushing and Disposal
Within IS days of Notice to Proceed
Within 30 days of Notice to Proceed
Within 30 days of Notice to Proceed
Within 45 days of Notice to Proceed
Work may begin once formal Notice to Proceed has been granted by the County. Notice to
Proceed is expected to be issued by the County on or about March 30, 201 I but may occur either
earlier or later than that date without prejudice to either party to this Contract.
12. HOLD HARMLESS and INDEMNIFICATION:
The Contractor shall indemnify and hold the County, and its officers, employees, and agents
harmless from and shall process and defend at its own expense, including all costs, attorney fees
and expenses relating thereto, all claims, demands, or suits at law or equity arising in whole or in
part, directly or indirectly, from the Contractor's negligence or breach of any of its obligations
under this Agreement; provided that nothing herein shall require a Contractor to indemnify the
County against and hold harmless the County from claims, demands or suits based solely upon
the conduct of the County, its officers, employees and agents, and; provided further that if the
claims or suits are caused by or result from the concurrent negligence of: (a) the Contractor's
agents or employees; and, (b) the County, its officers, employees and agents, this indemnity
provision with respect to claims or suits based upon such negligence, and/or the costs to the
County of defending such claims and suits, etc., shall be valid and enforceable only to the extent
of the Contractor's negligence, or the negligence of the Contractor's agents or employees.
Claims against the County shall include, but not be limited to assertions that the use and transfer
of any software, book, document, report, film, tape, or sound reproduction of material of any
kind, delivered hereunder, constitutes an infringement of any copyright, patent, trademark, trade
name, or otherwise results in an unfair trade practice or an unlawful restraint of competition.
The Contractor specifically assumes potential liability for actions brought against the County by
Contractor's employees, including all other persons engaged in the performance of any work or
service required of the Contractor under this Agreement and, solely for the purpose of this
indemnification and defense, the Contractor specifically waives any immunity under the state
industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this waiver was
specifically entered into pursuant to provisions of R.C. W. 4.24.11 5 and was subject of mutual
negotiation.
13. INDEPENDENT CONTRACTOR:
The Contractor's relation to the County shall be at all times as an independent Contractor, and
nothing herein contained shall be construed to create a relationship of employer-employee or
master-servant, and any and all employees of the Contractor or other persons engaged in the
performance of any work or service required of the Contractor under this Agreement shall be
considered employees of the Contractor only and any claims that may arise on behalf of or
against said employees shall be the sole obligation and responsibility of the Contractor.
14. NO ASSIGNMENT OR SUBLETTING OF OBLIGATIONS:
The Contractor shall not sublet or assign any of the services covered by this contract without the
express written consent of the County or its authorized representative. Assignment does not
include printing or other customary reimbursable expenses that may be provided in an agreement.
15. TERMINATION:
Either Contractor or JCPH (Solid Waste Division) may terminate this Contract upon ten (10)
days' written notice to the Contact Person of the other party listed in Section 8 above. Contractor
shall be entitled to payment for all work performed up to and including the date 10 days from the
date of the termination notice. Termination can occur whether or not the terminating party has
cause to terminate. JCPH reserves the right to terminate if funding, staffing or other resources
are not available for it to perform its obligations under this Contract.
In lieu of termination, either party may notify the other party in writing of an alleged default by
the defaulting party and the defaulting party shall have five (5) business days to remedy said
default or otherwise resolve the dispute.
16. WAIVER:
Either Contractor or JCPH may waive the other party's performance of a contractual obligation
created by this Contract but said waiver does not constitute a waiver of all similar actions or
omIssions by the other party nor does it constitute a waiver of any other contractually-obligated
action or omission by the other party.
17. SEVERABILITY:
If any portion, section or text of this Contract is deemed to be unlawful, invalid or unenforceable,
then all other portions, sections or text of this Contract shall remain lawful and enforceable.
18. VENUE:
If any claim, action or lawsuit shall arise from the terms and obligations of this Contract or the
implementation or operation of same, then venue for such lawsuit shall only reside in the
Superior Court for Jefferson County, Washington.
19. BOND MAY BE REQUIRED:
Nothing in the foregoing clause shall prevent the County, at its option, from additionally
requesting that the Contractor deliver to the County an executed bond as security for the faithful
performance of this contract and for payment of all obligations of The Contractor. For contracts
of $35,000 or less, the County and the Contractor may agree that in-lieu of the Bond, the County
will withhold 50% of the Contract amount in accordance with RCW 39.08.010 and RCW
39.04.155. The Contractor will indicate this option on Exhibit A. The Contractor will declare
management option of the statutory retained percentage through completion of Exhibit B.
20. PUBLICITY:
The County and Contractor agree that County may undertake the recording, via photographs,
video and audio, of the clean-up and removal of solid waste and junk vehicles from the SP and
that the County is authorized to use said recording or recordings for non-commercial uses
including, but not limited to, staff presentations, workshops, community programs and other
forms of publicity.
21. ENTIRE AGREEMENT:
The parties agree that this written contract contains all the terms, obligations and contractual
promises that each party has made to the other and that any prior oral or written agreements by
and between the parties are null and void and of no effect.
IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year
first below written, and the Board of County Commissioners has caused this instrument to be
executed by and in the name of said County of Jefferson the day and year first above written.
Executed by the Contractor JY)o..\"'l.'. ~. iJ-.~ ,2011
cQer\if'\5I1Jo.. AJ-o W~ILcJ<;~ i R.cyd;'^'i
Contractor -
By:t=.D.v-6'iJ'()~ '\..1.0. +-
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
John Austin, Chair
ATTEST:
Clerk of the Board
CONTRACT BOND
JEFFERSON COUNTY, WASHINGTON
KNOW ALL MEN BY TIIESE PRESENTS:
That
.of
,as Principal, and , as Surety, are jointly and severally held
and bound unto the COUNTY OF JEFFERSON, the penal sum of
Dollars ($ ) . for the payment of which we jointly and severally bind ourselves, or
heirs, executors, administrators, and assigns, and successors and assigns, firmly by these presents.
The condition of this bond is such that WHEREAS, on the _ day of , A.D., 2011,
the said . Principal herein, executed a certain contract with
the County of Jefferson, by the tenns, conditions and provisions of which contract the said
Principal herewith, agrees to furnish all materials and do certain work, to-wit: That the said
Principal herein will undertake and complete the following described work:
in
Jefferson County, Washington, as per maps, plans and specifications made a part of said contract,
which contract as so executed, is hereunto attached, and is now referred to and by this reference is
incorporated herein and made a part hereof as full for all purposes as ifhere set forth at length.
NOW TIIEREFORE, if the Principal herein shall faithfully and truly observe and comply
with the terms, conditions and provisions of said contract, in all respects and shall well and truly
and fully do and perform all matters and things by the said Principal undertaken to be performed
under said contract, upon the terms proposed therein, and within the time prescribed therein, and
until the same is accepted, and shall pay all laborers, mechanics, subcontractors and materialmen,
and all persons who shall supply such contractor or subcontractor with provisions and supplies for
the carrying on of such work, and shall in all respects faitbfully perform said contract according to
law, then this obligation to be void, otherwise to remain in full force and effect
WITNESS our hands this _ day of
.2011.
PRINCIPAL
SURETY COMPANY
By:
By:
By:
Attorney-in-fact
APPROVED AS TO FORM ONLY this
_day of ,2011.
agent
company:
Address of local office and
of surety
Prosecuting Attorney
EXIllBIT A
CONTRACTOR'S DECLARATION OF OPTION FOR CONTRACTS FOR LESS
THAN $35,000
A. A Contract Bond will be provided as required.
Date
Signed
B. In lieu of providing a Contract Bond, the County will withhold 50% of the Contract
amount.
Date
Signed
EXHIBIT B
CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF
STATUTORY RETAINED PERCENTAGE
A. I hereby elect to have the retained percentage of this contract held in a fund by the Owner
until (30) days following finaI acceptance of the work.
Date
Signed
B. I hereby elect to have the Owner deposit the retained percentage of this contract in an
interest bearing account, not subject to withdrawal until after final acceptance of the work.
Date
Signed
C. I hereby elect to have the Owner invest the retained percentage of this contract from time
to time as such retained percentage accrues.
I hereby designate
escrow of said funds.
as the repository for the
I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result
of placing said retained percentage in escrow and investing it as authorized by statute. The
Owner shall not be liable in any way for any costs or fees in connection therewith.
Date
Signed
Exhibit c
PER UNIT COSTS FOR LABOR, MATERIALS & EQUIPMENT
(As completed by the winning bidder in its response to the invitation to bid)
..
Name:
Haurly rate for employee
'~~("'.e.t"
\..c-
$
Name:. ("'
'fj . ,
Hourly rate or eqUIPment:. ..,~,., .,. ''-'1},';- ...'
.. " "', '0 .. C'>O.:.1b'(" . l....
. .., t
Describe equipment here: t::)(c:o..\Jcj-t)~
Haurly rote far equipment or employee
. ~~:I1~r
Name or equipment type: Ho.u.,\' It'lkcks
'.' . "1."_
(\
$
. .
. ., ~::.
t~ " ;qo~ ~:'~:~,
$
. ~.. ..
/' ",t1J!!l.. ..' .
. Jbu-~"t'.
The bidder wili indIcate next to ~~ch w~r~ '~at:~ory ~bove winch will be perfa~ed by bidcl~ and which, if an)'.
will be so.bcontracted. The bidder shall include with. hislher bid the namji:S of all proposed subcontractors 'with
. Whom the bidd~r, if awarded the contract, will use for the categories of work listed above.
. " . ".r.:, ft !;"~~j,,'cfiL. .c. .' ".
This bid. is subject to insurance requirelil~tS.'" .. :..,." ~'''. ',''''.1" ;;' ,~. ; .,it ."J;.. .. :, ..
t .~. . _ _, _.
IMPORTANT. This bid (and the dollar amounts listed on both of these pages) has legal
consequences, All dollar amounts listed here are binding offers on the' part of the finn or person
providiIig them to Jefferson County Publ1c Health and will be relie4up'on. by Public Health,
" . ;.~ " s \' A ~,,:~'''';..~'; ~ (\ ,
FirmNarne oQ..""Y\, . l".\. 0... 'i 2\' 'i,~,.(i)~. _\1\-., . (>c.y~ 11'l.~
'~l,~~~~~~f
~.
Signature of Firm Representative:
Title of Person signing
-- '.-..,.~....::. ~~;..~. ~: ~
;,c.""'Y:~""~c...; .,.
...',.. f
. . 't."
......
: t . l
"
'..::...........\...
:';<~ .~, <'
. State of Washington ). ."
'> ss: '.
. County of Jefferson L., '. ,
. . .....
Signed or attested before ~~ lhis \:-:2IGT day of rY( rt)V"~ 20 II ~y
8. cL.;er. ,m . ~c.-b
. ,,'
, ..
, ~. .
. ..::..:;'
(al) ....., ....
.......~ltI ~I.n .
__W I
_111 [I ,~ J' ~_",.1'
"
;.
"..,,.-: ~-
. .':Jj 1
~ . ..
I'~ .: ..: .
r
-..-...
E0 3Blici
!i6Ll:6LE09E
Xl3HM Oln\f88A8~ N3d
lE:ll: l:l:0l/l:lIE0
--