HomeMy WebLinkAbout021814_ca05Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, PE, Public Works Director /County Engineer
Agenda Date: February 18, 2014 /�!/
Subject: Execution of Purchase a Sale Agreement for Supply of Aggregate
for County Roadway BST Program in Calendar Years 2014 Et 2015.
Statement of Issue:
Execution of a two (2) year Purchase ii Sale Agreement with Pyramid Materials
of Silverdale. WA for aggregate to be used in the Public Works Department
Road Operations Annual BST Program.
Analysis /Strategic Goals /Pro's Et Con's:
The Board awarded a bid to the above party on January 6, 2014 for supply of
crushed aggregate to be used in the County's Bituminous Surface Treatment
Program in Calendar Years 2014 it 2015. This Program is consistent with
County goals in that it provides for preservation of road pavement and
infrastructure.
Fiscal Impact /Cost Benefit Analysis:
Purchase of this material is accounted for in the 2014 and 2015 Road
Operations Budgets. The estimated purchase amount over the two (2) years is
$109,800.00 plus Washington State Sales Tax.
Recommendation:
Public Works recommends the Board execute the Purchase & Sale Agreement
with Pyramid Materials by signing the three (3) Agreements where indicated, and
then returning two (2) Agreements to Public Works for final processing.
Department Contact:
Dale Seward, Project Manager 385 -9160
Reviewed By
'Z 2-V
2Y
f r
Phi `" Morley, ounty Admin trator Date
PURCHASE AND SALE AGREEMENT
This AGREEMENT, made and entered into this day of , 20 _
between the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the
Director of Public Works under and by virtue of RCW Title 36 as amended, hereinafter referred to as
BUYER and Pyramid Materials of Silverdale, WA, hereinafter referred to as SELLER.
WITNESSETH:
For good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the
parties hereto do agree as follows:
GENERAL PROVISION: This Agreement contains the entire Agreement and understanding
concerning the subject matter hereof between the parties and supersedes and replaces all prior
negotiations, proposed agreements and agreements, written or oral. Each of the parties hereto
acknowledges that no other party hereto or any agent or attorney of such party has made any promise,
expressed or implied, not contained in this Agreement to induce it to execute this Agreement. Each of the
parties further acknowledges that it is not executing this Agreement in reliance on any promise,
representation or warranty not contained in this Agreement. This Agreement is to be construed as if it
were prepared and reviewed by both parties.
1. SALE OF GOODS
SELLER shall manufacture for BUYER the following described products:
Aggregate for use by the Jefferson County Department of Public Works Road Operations Division in
their bituminous surface treatment (BST) program in quantities and by dates indicated in the Bid Proposal
documents. The Agreement is for supply of aggregate in calendar years 2014 and 2015.
2. CONSIDERATION
BUYER shall accept the goods and pay unit prices in accordance with the Proposal dated
December 4 2013 and the General Contract Provisions.
3. IDENTIFICATION OF GOODS
Identification of the goods to this agreement shall not be deemed to have been made until both
BUYER and SELLER have specified that the goods in question are as prescribed in the performance of
this agreement.
4. PAYMENT
BUYER shall make payment for received goods after inspection and approval by the BUYER.
BUYER shall make payment within approximately 30 days after receiving invoice and approval of goods
as per the referenced General Contract Provisions and Material Specifications.
5. RECEIPT CONSTRUED AS DELIVERY
Goods shall be deemed received by BUYER when delivered to the BUYER per the referenced
Minimum Specifications and General Contract Provisions.
2014 -2015 Supply of Aggregate for BST Page I of 7 Purchase and Sale Agreement
6. RISK OF LOSS
The risk of loss from any casualty to the goods, regardless of cause, shall be on the SELLER until
the goods have been delivered and accepted by the BUYER.
7. WARRANTY OF NO ENCUMBRANCES
SELLER warrants that the goods are now free, and that at the time of delivery shall be free from
any security interest or other lien or encumbrance.
8. WARRANTY OF TITLE
Furthermore, SELLER warrants that at the time of signing this Agreement SELLER neither
knows, nor has reason to know, of the existence of any outstanding title or claim of title hostile to the
rights of SELLER in the goods.
9. WARRANTY OF MERCHANTABILITY
Further, SELLER warrants that the goods, which are the subject of this Agreement, are
merchantable and are fit and suited for their intended purpose.
10. RIGHT OF INSPECTIONIREJECTION
BUYER shall have the right to inspect the goods prior to delivery and will accept or reject goods
prior to taking delivery. The date the BUYER takes delivery of goods shall constitute the Date of
Acceptance.
11. RIGHT OF CANCELLATION
BUYER shall have the right to cancel this Agreement on giving 30 days prior written notice of
the intent to do so.
12. APPLICABLE LAW
All questions with respect to the construction of this Agreement and the rights and liabilities of
the parties hereto, shall be brought only in the State of Washington and the parties hereto consent to
jurisdiction and venue in such State.
13, ATTORNEYS FEES
In the event of any dispute under this Agreement, the prevailing party shall be entitled to recover
its reasonable attorney's fee and costs, in addition to all other relief to which it may be entitled.
14. AMENDMENTS
This Agreement shall not be deemed or construed to be modified, amended, rescinded, canceled,
or waived in whole or in part except by written amendment signed by the parties hereto.
2014 -2015 Supply of Aggregate for BST Page 2 of 7 Purchase and Sale Agreement
15. SEVERABILITY
If any provisions of this Agreement shall be held to be invalid, illegal or unenforceable, the
validity, legality and enforceability of the remaining provisions shall not in any way be affected or
impaired thereby.
16. INSURANCE
Prior to commencing work, the Contractor shall obtain at its own cost and expense the following
insurance from companies licensed in the State with a Best's rating of no less than A:VII. The Contractor
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.
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 Contractor 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 Contractor.
All notices shall name the Contractor and identify the agreement by contract number or some
other form of identification necessary to inform the County of the particular contract affected.
A. Workers Compensation and Employers Liability Insurance. The Contractor 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.
B. 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
(contractors only);
4. Premises - Operations Liability (M &C);
5. Independent Contractors and Subcontractors; and
6. Blanket Contractual Liability.
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.
. 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 Contractor shall procure a bond guaranteeing
2014 -2015 Supply of Aggregate for BST Page 3 of 7 Purchase and Sale Agreement
payment of losses and related investigations, claim administration and defense expenses
The Contractor 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 Contractor to take out and /or maintain any required insurance shall not relieve The
Contractor 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 Contractor.
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 Contractor until such time as The Contractor 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.
17. CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement, all conditions of the Jefferson County bid
documents (general, special and supplementary and other conditions, drawings, specifications, and
addenda) and other documents listed below issued prior to the execution of this Agreement and all
modifications and change orders issued subsequent thereto. These form a contract and all are as fully a
part of the contract as if attached to this agreement or repeated herein. An enumeration of the contract
documents is set forth below:
I. This Agreement.
2. The General Contract Provisions of the Jefferson County bid documents.
3. The Bid Proposal of the contractor herein dated December 4, 2013.
18. CONFLICT BETWEEN DOCUMENTS
In the event of a conflict or discrepancy between the Provisions of the Jefferson County bid
documents and the Provisions of this Agreement, the Provisions of the Jefferson County bid documents
shall be controlling.
2014 -2015 Supply of Aggregate for BST Page 4 of 7 Purchase and Sale Agreement
IN WITNESS WHEREOF, the parties here -to have executed this Agreement to be effective on
the date of its signing by the BUYER.
uru,y.u_\ l'(�aitex�o�,s lxK.
Nam of Vendor
Qo rin,n CXAx eXU—)
Vendor Representative (Please print)
(Signature)
Tfmt. omy
Title
r)L1(53 C)q
Date '�
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
John Austin, Chair
Phil Johnson, Member
W. Sullivan, Member
Approved as to form only.
David Alvarez Date
Deputy Prosecuting Attomey
a io /Z
Monte Reinders, PE, Date
ublic Works Director /County Engineer
2014 -2015 Supply of Aggregate for BS "f Page 5 of 7 Purchase and Sale Agreement
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION
The Contractor certifies to the best of its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or
voluntarily excluded from covered transactions by any Federal department or agency;
(2) Have not within a 3 -year period preceding this proposal been convicted of or had a civiljudgment
rendered against them for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or
contract under a public transaction; violation of Federal or State antitrust statutes or commission
of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of
this certification; and
(4) Have not within a 3 -year period preceding this contract had one or more public transactions
(Federal, State, or local) terminated for cause or default.
Where the Contractor is unable to certify to any of the statements in this certification, such Contractor
shall attach an explanation.
n ♦ 1 M % 1 —+
Name and Title of Authorized Representative
Signature of Authorize Representative
I am unable to certify to the above statement. An explanation is attached.
2014 -2015 Supply of Aggregate for Bs'f Page 6 of 7 Certification
Bond No. 2170497
CONTRACT BOND
JEFFERSON COUNTY, WASHINGTON
KNOW ALL MEN BY THESE PRESENTS:
That Pyramid Materials, Inc. , of Renton, Washington , as
Principal, and North American specialty Insurance Company , as Surety, are jointly and severally held and bound unto
the COUNTY OF JEFFERSON, the penal sum of One Hundred Thousand Dollars ($ 100,000), 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 21st day of Ianuary A.D., 2014 ,
the said Pyramid Materials, Inc. , Principal herein, executed a certain contract with the County of
Jefferson, by the terms, conditions and provisions of which contract the said Pyramid Materials, Inc. ,
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:
indicated in the General Contract Provisions in calendar years 2014 and 2015 in Jefferson County,
Washington, as per 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 if here set forth at length.
NOW THEREFORE, 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
faithfully perform said contract according to law, then this obligation to be void, otherwise to remain in full
force and effect.
WITNESS our hands this 6th day of February 2014 .
Pyramid Materials, Inc.
PRINCIPAL
2014.2015 Supply of Aggregate for BST
North American Specialty Insurance Company
SURETY COMPANY
By:
By: Christopher Kinyon - ' -
Anomey -in -fact
Address of local office and agent of
Surety Company:
Propel Insurance
1201 Pacific Ave Suite 1000
Tacoma, WA 98402
Page 7 of 7
Contract Bond
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
ERIC A. ZIMMERMAN, ANNE E. STRIEBY, CHRISTOPHER KINYON, JENNIFER L. SNYDER, KAREN SWANSON, JAMIE DIEMER,
JAMES B. BINDER, PETER J. COMFORT, PEGGY A. FIRTH, KYLE HOWAT, JULIE R. TRUITT, CARLEY ESPIRITU and BRENT HEILESEN
JOINTLY OR SEVERALLY
Its true and lawful Attomey(s) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of.. FIFTY MILLION ($50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 91' of May, 2012:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached"
tpNmn °i2ori
a���P��pV,UTYI'k4�6 t10
R £
By
Stew. P. Andmn Scieler Vice P e Wmt f W oMrtan mlv m c.e,•vr 3 N �.�'t4tpPpSEAL
1973 _m
R
(f `, A Seabr vice Peeakeat of Nora Amnion SPMaay lvamvvae Camryvy p;
NAMVe^'�o,gA`
yJawnmm"e Ry
David M. layman, vim President ofwnHnpo. Interestiunal lameanee Compaay
• Vice Reddest of Noeth Amerana SpecWty leaanatt Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this19th day of November 2013 ,
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 19th day of November , 2013 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M. Layman ,
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
personally (mown to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies. (�
"OFFICW. SEAL- f�lq�y�Jlp {a jqq
DONNA D. SKLENS
Notary Public. State of Muds Donna D. Sklens, Notary Public
M Commitsioa Ea ues 10N6Q01S
1, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, gidon by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this 6th day of February , 20 14 s
Jefaey Goldbe ,VittR deit A Auutmt SeaNaryof
W.hmploo Intuuatioml Immeuce Co yANorth Amman Specielty rmmeo.e Cocceey