HomeMy WebLinkAbout041414_ca04Department 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
Agenda Date: April 14, 2014 "
Subject: Execution of Contract with Seton Construction, Inc. for
Dosewallips Road MP 1.67 Emergency Repair, Dosewallips Road MP
1.67, County Project No. CR1944
Statement of Issue: Execution of Contract with Seton Construction, Inc. of Port
Townsend, Washington for the Dosewallips Road MP 1.67 Emergency Repair, County
Project No. CR1944.
Analysis /Strategic Goals /Pro's Et Con's: This contract is for emergency landslide
repair of the Dosewallips Road at Milepost 1.67 on a time and materials basis.
Fiscal Impact /Cost Benefit Analysis: This contract authorizes an amount not to
exceed $35,000. This will be funded by the County Road Fund or a combination of
County Road funds and Rural Arterial Program (RAP) funds, pending state approval of
RAP funding.
Recommendation: Public Works recommends that the Board execute all three (3)
originals of the Contract with Seton Construction, Inc. and return two (2) originals to
Public Works for further processing.
Department Contact: Mark Thurston, P. E., Project Manager, 385 -9160.
Reviewed By:
7
15 Morley, Aunty Administritor
�iZ�Y
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 Seton Construction, Inc. of Port Townsend. WA 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 labor and equipment and do certain work, to -wit: That the Contractor herein will
undertake the following described work:
Emergency landslide repair of the Dosewallips Road (County Road No. 250008) at Milepost 1.67 on a time and
materials basis in accordance with the rates and provisions attached hereto. Work includes, but is not necessarily
limited to, hauling and placing rip rap and pit run fill materials from various sources identified by the County and
removal and hauling of slide debris as directed by the Count
for a total sum not to exceed Thirty -Five Thousand Dollars ($35,000). Work is to be directed by the County Engineer
and his designee(s) and will be in accordance with any relevant plans and specifications developed for the project and
specifically transmitted to the Contractor which may include reference to the Washington State Department of
Transportation Standard Specifications.
The Contractor shall complete the described work as follows: Work to proceed immediately following verbal
authorization by the County Engineer on March 10, 2014, and to be pursued at the direction of the County Engineer and
his designee(s) until work is complete or otherwise terminated by the County.
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 221/14 Page I 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 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:
I. 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.
(])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
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.
Revised 2/21/14 Page 2 of 7
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 of coverage 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 within 30 days of the execution of this Agreement.
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. 4.24.115 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 2/21/14 Page 3 or 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.
9. The Contractor will declare management option of the statutory retained percentage on Exhibit B.
Revised 2/21/14 Page 4 of
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 /dpi' 2011
Contractor:
Sir-roo CoNSi2ocT�oU �uC.
(Please print)
By: BP-ucr= g . SiF-rao _--,TR.
(Please print)
T
(Signature)
SETyM CZI(oSOA
State of Washington, Contractor Registration Number
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
John Austin, Chair
Phil Johnson, Member
David W. Sullivan, Member
roved as to fo only: 31 Z%))
David Alvarez ` Date
Deputy Prosecuting Attorn
S� 7 A/-
1 ders, P.E. Date
Public Works Director /County Engineer
Revised 221/14 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:
(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 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.
ScTOIJ C`c7� tSTQttCTt2K) %N L. Ji
Name of Contractor (Please print)
Name and Title of Authorized Representative'(Please print)
of Authorize
am unable to certify to the above statement. An explanation is attached.
Revised 2/11/14 Page 6 or7
CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF
STATUTORY RETAINED PERCENTAGE
A. 1 hereby elect to have the retained percentage of this contract held in a fund by the Owner until (30) days
following final acceptance of the work.
Date 411114: rT 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.
1 hereby designate
as the repository for the escrow of said funds.
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
Revised 221/14 Page 7 of 7
EMERGENCY PAY RATE SCHEDULE for SETON CONSTRUCTION INC.
(COMPANY)
Regular Overtime
64.42 85.66
54.95 81.34
List Permitted Dumpsite Locations (if any)
Bruce B. Seton Jr. -- President Seton Construction Inc.
Authorized Company Representative
Signature Date
1 of 1 12/5/13
EMERGENCY PAY RATE SCHEDULE FOR SETON CONSTRUCTION, INC.
Equipment (w /Operator) Description
State Rate
Regular
Overtime
Deere 240 Excavator
170.00
190.00
Kubota KX080 -3 Excavator
135.00
155.00
Roller - Wacker R 100D
100.00
120.00
TERMS FOR EMERGENCY RATES
1. The Agency assumes rates are as stated for a period of 6 months or until modified in writing by
the Contractor. Rates will be fixed prior to initiating work and will remain firm for the duration
of any contract.
2. Operated equipment rates listed shall be full compensation for all work accomplished with said
equipment and shall include (but not be limited to) operators, fuel, maintenance, and all costs
incidental to furnishing and operating the equipment including overhead, profit, B &O tax,
premiums on insurance policies, etc.
3. By virtue of WAC 458 -20 -171, retail sales tax does not apply to charges made for the
construction or repair of County roads. On such projects, the contractor shall pay sales /use tax
on materials and supplies used or consumed in the performance of the work.
4. Rates for trucks apply from an agreed upon point of departure and return each day..
5. Rates for equipment will be paid only when the equipment is operated or when an operator is
on site ready to operate the equipment. No payment will be made for equipment parked at the
site. When an operator is responsible for operating more than one piece of equipment, the
equipment time will be split to reflect the actual time operated and the cumulative equipment
time shall not exceed the operator's time on site for the day.
6. All equipment provided shall be in good working condition. No compensation will be provided
for maintenance of equipment before, during, or after projects. Payment will cease
immediately for any equipment that is broken down and for any other equipment that is idled
as a result of the breakdown.
7. Mobilization costs apply only to the transporting vehicle and not to the equipment being
transported.
8. Materials prices listed are FOB at the pit /quarry and do not include sales tax. Sales tax will be
added to any invoice.
9. Cost for Contractor- provided pickups, traffic control devices, and common small tools shall be
incidental to the rates for laborers, flaggers, and equipment.
Updated 2/15/2013