HomeMy WebLinkAbout032414_ca11Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, Public Works Director /County EngineerL
Agenda Date: March 24, 2014
Subject: Execution of Contract with Lakeside Industries for;
Center Road Overlay Phase 6; MP 4.39 to 6.86
County Project No. CR1928
Federal Aid Project No. STPR- Q161(009)
Statement of Issue: Execution of Contract with Lakeside Industries, Inc. of Issaquah,
Washington for the Center Road Overlay Phase 6 project.
Analysis /Strategic Goals /Pro's ft Con's: This project is a pavement preservation
project and includes Hot Mix Asphalt overlay of Center Rd between mile post 4.39 and
6.86. It also includes permanent sign upgrades and the installation of traffic lane
markings, recessed pavement markers and guide posts.
Fiscal Impact /Cost Benefit Analysis: The bid amount is $628,009.00. This will be
funded at 86.5% by the Federal Highway Administration. The remaining 13.5% will be
funded by the Public Infrastructure Fund.
Recommendation: Public Works recommends that the Board execute all three (3)
originals of the Contract with Lakeside Industries and return (2) originals to Public
Works.
Department Contact: Matt Klontz, P.E., Project Manager, 385 -9160.
Reviewed By:
Date
CONTRACT
JEFFERSON COUNTY, WASHINGTON .
THIS AGREEMENT, made and entered into this day of 2014, between the COUNTY OF
JEFFERSON, acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue
of Title 36, RCW, as amended and Lakeside Industries, Inc. of Issaquah, Washington hereinafter called the Contractor.
WITNESSETH:
That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the
parties hereto covenant and agree as follows:
I. The Contractor agrees to furnish all labor and equipment and do certain work, to -wit: That The Contractor herein
will undertake and complete the following described work:
Center Road Overlay Phase 6 — County Project No CR1928, Federal Aid Project No. STPR- Q161(009): This
Contract provides for the improvement of Center Road in Jefferson County from M.P. 4.39 to M.P. 6.86, through
planing bituminous pavement, Hot Mix Asphalt (HMA) Overlay, permanent signs, pavement markings and other
miscellaneous traffic items.
for the total sum of Six hundred twenty eight thousand nine dollars ($628,009.00) in accordance with and as described in
the attached plans and specifications and the Standard Specifications of the Washington Department of Transportation
which are by this reference incorporated herein and made a part hereof. The Contractor shall perform any alteration in or
addition to the work provided in this contract and every part thereof.
The Contractor shall complete the described work as follows: Contract time shall begin on the first working day
following the Notice to Proceed Date. Beginning with the first work day, the project shall be physically ompleted within
20 working days.
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 constructing and completing the work provided for in this contract
and every part thereof.
2. The County of Jefferson hereby promises and agrees with the Contractor to employ, and does employ the
Contractor to furnish the goods and equipment described and to furnish the same according to the attached specifications
and the terms and conditions herein contained, and hereby contracts to pay for the same according to the attached
specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the
condition provided for in this contract. The County further agrees to employ the Contractor to perform any alterations in
or additions to the work provided for in this contract that may be ordered and to pay for the same under the terms of this
contract and the attached specifications at the time and in the manner and upon the conditions provided for in this
contract.
3. The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, does hereby agree
to the full performance of all the covenants herein contained upon the part of the Contractor.
4. 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.
Revised 8/9/2013 Page 1 of 7
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 Employes 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.
(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.
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 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
Revised 8/9/2013 Page 2 of 7
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.
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 Contractor 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
Contractor 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 Contractor to obtain the full text of that endorsement and forward that full text to the County.
The County may, upon the Contractor's failure to comply with all provisions of this contract relating to insurance,
withhold payment or compensation that would otherwise be due to the Contractor.
5. 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 shall be in Jefferson County, WA.
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. 4.24.1 15 and was subject of mutual negotiation.
6. 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.
Revised 8/9/2013 Page 3 of 7
7. 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.
8. 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.
Revised 8/9/2013 Page 4 of 7
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 201
Contractor:
4,4a;!514,eF dils7.�if S
(Please print)
By:
(Please print)
(�al ure)
1 A16- s �al41A
State of Washington, Contractor Registration Number
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
John Austin
Phil Johnson
David W. Sullivan
Approved as tA form only:
1 F, I Y.
David Alvarez J Date
Deputy Prosecuting Attorney
3•
Mo einders, P.E. Date
Public Works Director /County Engineer
Revised 8/9/2013 Page 5 of 7
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION
The Contractor certifies to the best of its knowledge and belief, that it and its principals:
(I) 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 civil judgment 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.
Name of Contractor (Please print)
1�/icf/QEL
/'/Y'S f Qo�tc7— /Y AJ44.9-�
Name and Title of.Au *rized/Representative (Please print)
of
am unable to certify to the above statement. An explanation is attached.
Revised 8/9/2013 Page 6 of 7
CONTRACT BOND
JEFFERSON COUNTY, WASHINGTON
KNOW ALL MEN BY THESE PRESENTS:
'that Lakeside Industries, Inc. of Port Angeles, WA - as Principal, and
Travelers Casualty and Surety
Company of 'America , as Surety, are jointly and severally held and bound unto the COUNTY OF
JEFFERSON, the penal sum of Six Hundred Twenty Eight Thousand Nine and no /100spollarS ($ 628, 009.00 1,
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 februaryA.E., 20014 the said
Lakeside Industries, Inc. Principal herein, executed a certain contract with the County of Jefferson, by the
terms, conditions and provisions of which contract the said Lakeside Industries, 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:
Center Road Overlay Phase 6, County Project No. CR1928, Federal Aid No. STPR- Q161(009) 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 if
here set forth at length.
NOW THERErORE, 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.
WffNESS our hands this 28th day of February 2014 .
Lakeside Industries, Inc.
PRINCIPAL
By
Revised &5/2013
Travelers Casualty and Surety Company of America
SURETYpCOMPANY
Page 7 of 7
By: Susan B. Larson
Attorney -in -fact
Address of local office and agent
of surety company:
Parker, Smith 6. Feek, Inc.
2233 112th Ave NE
Bellevue, WA 98004
ATTORNEY IS INVALID WITHOUT THE RED BORDER
AM POWER OF ATTORNEY
TRAVELERS J Farmington Casualty Company
Fidelity' and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
Attorney -In Fact No. 226934
St. Paul Mercury Insurance Company
Travelers Casualty and Surety' Company
Travelers Casualty and Surety Company of America
United Stales Fidelity and Guaranty Company
Certificate No, 005570805
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company. St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company. Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a
corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the
laws of the State of Wisconsin (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint
Deanna M. French, Jill A. Boyle, Stuart A. O'Farrell, Susan B. Larson, Scott Fisher, Elizabeth R. Hahn, Jana M. Roy, Scott McGilvray, Mindee
Rankin, and Ellen Bell
of the Cite of Bellevue , State of Washington , their (me and lawful Altorney(s) -in -Fact,
each in their separate capacity if more than one is named above, to sign, execute. seal and acknowledge any and all bonds, recognizances, conditional undertakings and
other writings obligatory in the nature thereof on behalf of the Companies in Iheir,business of guaranteeing the fidelity of persons. guaranteeing the performance of
contracts and executing or guaranteeing bonds and undertakings required or pemtittedlin anv,actions or- proceedings allowed by law.
v-
IN WITNESS WHEREOF, the Companies have caused this instrument to d
be sigma and their corporate seals affixed. to he hereto axed. this 22nd
day of July 2013W
Farmington Casually Comp ny'olli .c9 SV� St. Paul Mercury Insurance Company
\ \�
Fidelity and Guaranty 7nsuraannce Company�'� Travelers Casualty and Surety' Company
Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casual.' and Surety Company ' orAmerica
St. Paul Fire and Marine Insurance Company United Slates Fidelity and Guaranty Company
St. Paul Guardian Insurance Company
LI.SV1rr< �,nq '� 6 ; OIM,IMSVq - 0`a.,i5Y9� aH� HO SIW tWpr - cJiY'Vb
4W_
z n .,. �" Nt ltwFD uk, SEAL ^ rumraw. 5 1 7
1962 0 9%% �9 a HMIFOne+ee. f ✓,
't n 19$1 oz '': 'o'i oa :SBRL;s coria m Y qty A1N
State of Connecticut'' Br: r A
Citv of Hartford ss. RoFcn L. Runev. Vnior \rice president
On this the 22nd day of July 2013 before me personally appeared Robert L. Raney_ who acknowledged himself to
be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul
Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, SL Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers
Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing
instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
p,TF7
In Witness Whereof, I hereunto set my hand and official seal. *fl
My Commission expires the 30th day of June. 2016. O AUBUO
�s
58440 -8 -12 Printed in U.S.A.
\W Lane . Teueault. N.ta, Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity
and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance
Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States
Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice
President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomevs -in -Fact and Agents to act for and on behalf
of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the
Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any
of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may
delegate all or any part of the foregoing authority to one or more officers or employees of this Company. provided that each such delegation is in writing and a copy
thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking
shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the
Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys -in -Fact and Agents pursuant to the power
prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President,
any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may he affixed by facsimile to any Power of Attorney or to any
certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys -in -Fact for purposes only of executing and attesting bonds
and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal
shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on
the Company in the future with respect to any bond or understanding to which it is attached.
1, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance
Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company. St. Paul Mercury Insurance Company. Travelers Casualty and
Surety Company. Travelers Casualty and Surety Company of America, and UnitecPStates Fi ^elity and Guaranty Company do hereby certify that the above and foregoing
is a true and correct copy of the Power of Attorney executed by said Companies, which is in, all force and effect and has not been revoked.
�� ��IN TESTIMONY WHEREOF, I have hereunto se[ my hand and9ffixed these`als of said Companies this day of , 20
Kevin E. Hughes, Assistant Sectftary
Po �M rL s
`_ �'�MI al R
s `'f� =+> 1977 1951 SEAa% 't \ax7.ir O'ntmaa.5 y t
V'
To verify the authenticity of this Power of Attorney, call 1- 800 -421 -3880 or contact us at www.travelersbond.com. Please refer to the Attomey_ln -Kact cumber, the
above -named individuals and the details of the bond to which the power is attached.