HomeMy WebLinkAbout121514_ca02Department 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, P.E. AC-1
Public Works Director7County Engineer
Agenda Date: December 15, 2014
Subject: Memorial Field Roof Rehabilitation Project
Statement of Issue: Execution of Contract for Construction with Primo Construction,
Inc. of Carlsborg, WA, for construction services at the Memorial Field Roof
Rehabilitation Project.
Analysis /Strategic Goals /Pro's Et Con's: Bids were obtained via competitive sealed
bids. The award has been made to Primo Construction, Inc. the lowest responsible and
responsive bidder.
Fiscal Impact /Cost Benefit Analysis: The low bid is for the contract amount of
$299,399.88 including WSST.
Recommendation: We recommend that this Contract for Construction be signed by
the Board. Please sign and return (2) originals to Public Works, retaining one original
for your records.
Department Contact: Gordon D. Ramstrom, Architectural Projects Planner, 385 -9380
Reviewed By:
i p Morl
,ylounty'Atkniiiistrator 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 under and by virtue of Title 36,
RCW, as amended and Primo Construction of Carlsborg, 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:
1. 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:
Remove the Memorial Athletic Field Grandstand Roof and Windbreaks, prepare and paint, replace roofing and
windbreaks, located at 550 Washington Street, Port Townsend WA, 98368, for the total sum of two- hundred ninety
nine thousand, three - hundred ninety-nine and 88/10 dollars ($299,399.88).
In accordance with and as described in the attached plans and specifications dated October 2014, including
two Addenda, and in the AIA Document A201 2007 `General Conditions of the Contract for Construction' 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: Base Bid work including roof removal, painting,
welding and other work including Alternates 2 and 3 are to be substantially completed no later than June 1, 2015 and
Alternate #I work including the re -roof and associated work will also be substantially completed by July 15, 2015.
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 an 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.
Page I of 7
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.
(])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.
Page 2 of 7
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.
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
Page 3 of 7
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.
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.
For contracts of $35,000 or less, the County and the Contractor may agree that in -lieu of the Bond, the County
will withhold 50% of the Contract amount in accordance with RCW 39.08.010. The Contractor will indicate this option
on Exhibit A.
9. The Contractor will declare management option of the statutory retained percentage on Exhibit B.
Page 4 of 7
IN WITNESS WHEREOF, the Contractor has executed this instrument on the day and year first below written, and
the Board of County Commissioners has caused this instrument to be executed by and in the name of said County of
Jefferson the day and year first above written.
Executed by the Contractor YYL , 2014
Contractor:
cn(--) 0'.(�knkJi
(Please print) II
By:� I`1
(Please print)
(Si a ye)
,?W-EH 0 CI I P
State of Washington, Contractor Registration Number
SEAL
ATTEST
Carolyn Avery
Deputy Clerk of the Board
Page 5 of 7
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
John Austin, Chair
Phil Johnson, Member
David W. Sullivan, Member
proved as to f only:
David Alvarez
Deputy Prosecuting Attorney
Monte Reinders, P.E.
Public Works Director /County
11 `�6
Date
Date
Engineer
CONTRACT BOND
JEFFERSON COUNTY, WASHINGTON
Bond No. 505443P
KNOW ALL MEN BY THESE PRESENTS:
That Primo Construction, Inc. , of Sequim, Washington , as
Principal, and Indemnity Company of California , as Surety, are jointly and severally held and bound unto
the COUNTY OF JEFFERSON, the penal sum of Two Hundred Ninety Nine Thousand Three Hundred Ninety Nine and 88/100
Dollars ($ 299,399.88 ), 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 15th day of December, A.D., 2014, the said
Primo Construction, Inc. , Principal herein, executed a certain contract with the County of
Jefferson, by the terms, conditions and provisions of which contract the said Primo Construction, 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: Remove and replace the Memorial Athletic Field
Grandstand Roof and Windbreak and misc. work at 550 Washington Street, Port Townsend WA, in
accordance with and as described in the original plans and specifications sheet one dated August 16, 1971,
per Exhibit C and in conformance with all current applicable codes and structural requirements, the attached
plans and specifications and with the AIA Document A201 `General Conditions of the Contract for
Construction' 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, 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 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 15th day of December , 2014.
Primo Construction, Inc. Indemnity Company of California
PRINCIPAL SURETY COMPANY
B : / rrc,-s . By: Mary A. Dobbs
Attorney -in�fact-
Address of local office and agent
of surety company:
Kibble & Prentice, a USI Company
601 Union Street, Suite 1000
Seattle, WA 98101 -4064
Page 6 of 7
POWER OF ATTORNEY FOR
DEVELOPERS SURETY AND INDEMNITY COMPANY
INDEMNITY COMPANY OF CALIFORNIA
PO Box 19725, IRVINE, CA 92623 (949) 263 -3300
KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each
hereby make, constitute and appoint:
** *Steven W. Palmer, Holly E. Ulfers, Mary A. Dobbs, Heather Allen, Angela D. Tonnon, Roxana Palacios, Nancy N. Hill, jointly or
severally * **
as their true and lawful Attomey(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of surety-
ship giving and granting unto said Attomey(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of
said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attomey(s) -in -Fact, pursuant to these presents,
are hereby ratified and confirmed.
This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY
AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008.
RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice- President, Senior Vice - President or any Vice President of the
corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the
corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized
to attest the execution of any such Power of Attorney;
RESOLVED, FURTHER, that the signatures of such officers 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 shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking
or contract of suretyship to which it is attached.
IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by
their respective officers and ,attested by their respective Secretary or Assistant Secretary this May 23, 2013.
I G'2nru�'
............... AND
By: Daniel Young, Senior Vice - President •'�pogq
ai + °cp
OCT. c
By: $ 10 x r>
regg N. 0 ice- President '' -�> % 1936
'
State of California
County of Orange
On May 23 2013 before me, Gina L. Garner Notary Public
Date Here Insert Name and Title of the Officer
personally appeared
Daniel Younq and Grm N. Okura
Name(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to
the within instrument and acknowledged to me that he/she /they executed the same in his /her /their authorized
capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of
GINA L. GARNER which the person(s) acted, executed the instrument.
i` COMM. # 2021213
NOTARY PUBLIC CALIFORW I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is
ORANGE COUNN true and correct.
My Curren. t8, 2017
WITNESS my hand and official seal.
Place Notary Seal Above Signature
Gina L. Gamer, Notary Public
CERTIFICATE
The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby
certify that the foregoing Power of Attomey remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of
said corporations set forth in the Power of Attorney are in force as of the date of this Certificate.
This Certificate is executed in the City of Irvine, California, this 15th day of December , 2014
By:
Mark J. Lansdon, Assistant Secretary
ID- 1380(Rev.05/13)