Loading...
HomeMy WebLinkAbout012615_ca04Department of Public Works X Consent Agenda Page 1 of 2 Jefferson County Board of Commissioners Agenda Request To: Board of Commissioners Philip Morley, County Administrator From: Monte Reinders, P.E7 "121--- Public Works Director /County Engineer Agenda Date: January 26, 2015 Subject: Recycle Facility Improvement Project Statement of Issue: Jefferson County declared the Recycle Center sorting conveyor as surplus equipment in 2014; it was purchased at public auction on August 22, 2014 and removed from the Recycle Facility in October. Two 10 -foot wide door openings in the building and an outside (backfilled) conveyor pit are now secured by flagging and warning cones but will need to be permanently repaired to prevent accident or injury. Analysis /Strategic Goals /Pro's It Con's: This contract will allow the repair work to be completed and addresses the County's goal to provide adequate public facilities and improve the effectiveness and efficiency of County government. Grant Steel Buildings It Concrete Systems Inc. provided the lowest price for the scope of work using the Small Works procurement process. Fiscal Impact /Cost Benefit Analysis: Operating funds have been allocated in the approved 2015 solid waste budget. Revenue: 401.000.010/343.70.00 Expenditure: 401.000.010/537.60.48 Amount: $5,665.56 Recommendation: Approve and sign the attached original contract copies for the Recycle Facility Improvement Project and return two copies to Public Works. Department Contact: Richard Talbot, Solid Waste Manager 360- 385 -9213 Dennis Bates, Project Manager 360 - 385 -0404 Reviewed By: P 141 Morle , unty dmi 'strator Department of Public Works X Consent Agenda Page 2 of 2 Date CONTRACT JEFFERSON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this day of , 2015, 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 Mark L. Grant of Grant Steel Building and Concrete Systems, INC. 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: See attached Minimum Specifications and Scope of Work. for the total sum of Five thousand, six hundred sixty -five dollars and fifty -six cents ($5,665.56) 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: With a start date of fifteen (15) work days after receiving the "Notice to Proceed" and a completion date of five (5) work days after starting the project. 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. 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. pw_for n \contract\small works contract.doe 12//30/2013 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. (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 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. pw_form \contract\small works contract.doc 12//30/2013 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. 4.24.115 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 pw_form \contract\small works contract.doc 12//30/2013 and for payment of all obligations of The Contractor. For Contracts of $35,000 or less, the County may waive the payment and performance bond requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW. pw_ bnn\contract\smaII works contract.doc 12//30/2013 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 -wjtl4" I L , 20 /S— Contractor 1��.¢NT .�;.L 9 AAid 6WC/,<,7?f— (Please print) By: �//lx ti � . (Please print) Z (Signature) State of Washington, Contractor Registration Number COUNTY OF JEFFERSON BOARD OF COMMISSIONERS Chair Member Member Approved as to fo only: a 4 Aft avid Alvarez Date Deputy Pr ing orney j / e/ / Monte Reinders, P.E. Date Public Works Director /County Engineer pw_form\contractlsmall works contract.doe 12//30/2013 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. C. 141)/LA/A)0 S Ad ca "VC41c - ItyUFA-WIf. )4✓ 1 Name of Contractor (Please print) e,VK /" Cam✓/' . Name and Title of Authorized Representative (Please print) Signature of Authorize Representative E] I am unable to certify to the above statement. An explanation is attached. pw_fotm \contract \small works contract.doc 121/30/2013 JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS RECYCLE FACILITY IMPROVEMENT PROJECT MINIMUM SPECIFICATIONS AND SCOPE OF WORK These Specifications describe the work for the Recycle Facility Improvement Project. It will be the responsibility of the Contractor to conform to these Minimum Specifications unless substitutions have been specifically requested by Contractor and acceptance made by the County. The location of the site is 301 Landfill Road, Port Townsend, WA. 98368. Project Description This Recycle Facility Improvement Project includes two (2) Tasks each identified with its own Scope of Work. These are: 1. Construction of a 6 -inch reinforced concrete slab approximately 125 sq. ft. in area, and 2. Enclosure of two openings Ina steel frame building, each approximately 10 ft. wide by 9 ft. high. Scope of Work Contractor will undertake and complete the work to the Specifications in the attached Task Documents. All parts necessary to complete the work of each Task as an operating system shall conform in strength and quality of material and workmanship to that which is usually provided to the trade. The work shall be supplied and delivered by one company responsible for the performance, warranty, parts, and service as specified. All integral components and parts shall work together as a complete and balanced unit. Ouantity of Work Contractor shall provide all labor and supplies to complete the tasks specified. Hours of Operation Project work shall be between the hours of 8:30 a.m. to 5:00 p.m. Monday through Friday with the exception of holidays. Terms of Contract Contractor will be required to sign a Contract which incorporates these Minimum Specifications, a 50% Retainage to be paid on satisfactory completion of the work, and provision of Certificates of Insurance by the Contractor covering General Liability, Automobile and Workers Compensation Insurance. The work in this contract is subject to Washington State prevailing wage requirements and rates; workers shall receive no less than the prevailing rates of wage for the applicable job categories. Prevailing wage rates are found at www. lni. wa .gov /tradeslicensing/prevwage. Work shall commence upon the County issuing a fully signed Contract, receiving Certificates of Insurance, and a written notice sent by the County to the Contractor to proceed. Project shall start and be completed according to the terms of the Contract and these Specifications. Contractor's Responsibility 1. Provide the services described in the Minimum Specifications and Scope of Work. 2. Provide Certificates of Insurance as specified in the Contract. 3. Complete the Combined Intent to Pay Prevailing Wages /Affidavit of Wages Paid form provided by the County and return a signed copy to the County at completion of work. 4. Contractor shall be in compliance with all local, state, and federal regulations. TASK SPECIFCATIONS Task No. 1 — Concrete Slab Construction The general provisions and clauses of the Contract shall be in full force and effect for this Task. Location: 301 County Landfill Rd., Port Townsend, WA 98368 Scope of Work Contractor will undertake and complete the following described Work: 1. This work consists of construction of an approximate 102 -inch x 176 inch x 6 -inch thick reinforced concrete pad (125 sq. ft.) over a backfilled conveyor pit. 2. Backfill has been placed and compacted prior to the start of this Work to the level of the surface of the existing concrete surround. 3. Contractor shall remove any excess material and place it at an approved location at the Solid Waste Disposal Facility. 4. All base fill material shall be wetted and compacted by Contractor with proper compaction equipment prior to pouring concrete. 5. The joints between new segments and existing concrete shall be filled to full cross - section with 3/8'- inch pre - molded joint filler. 6. One -half (1 /2) inch diameter rebar shall be placed at least three (3) inches above the base of the concrete pad. The rebar shall be tied together with wire and evenly spaced with a maximum spacing of one (1) foot within the entire area of the concrete pad. 7. The cement concrete shall be constructed with air entrained concrete Class 4000 or better conforming to requirements of Section 6 -02, or Portland Cement Concrete Pavement conforming to the requirements of Section 5 -05, of the 2014 WDOT Standard Specifications. A drying additive of NC534 of 2 to 3 percent maybe used in cold weather conditions. 8. The concrete pad may be placed and finished using hand methods. 9. After troweling and before edging, the surface of the concrete pad shall be brushed in a transverse direction with a stiff broom. I TASK SPECIFICATIONS Task No. 2 — Steel Frame Building Enclosures The general provisions and clauses of the Contract shall be in full force and effect for this Task. Location: 301 County Landfill Rd., Port Townsend, WA 98368 Scope of Work Contractor will undertake and complete the following described Work: 1. Contractor shall enclose two openings on the west end of the existing Recycling Warehouse Building with new similar metal materials and construction. 2. All metal siding installed must be of equal gauge or thicker than existing material, with equal or better finish. 3. All metal siding shall be as similar to the existing color and pattern as possible. 4. All metal siding support structure required to properly fasten the metal siding must be of equal gauge or thicker than the existing siding supports. 5. All metal siding support structure shall be galvanized or coated with a rust- resistant coating. 6. Any required vertical metal supports shall be bolted to the existing concrete floor with flanges, installed by either drilling and grouting bolts or using striker anchors to place the bolts in- place. 7. All fastenings shall be galvanized. 8. Each door opening is approximately 119" wide x 106" high. 9. Remove the existing ladder on the west end of the Recycle Warehouse and grind all bolts level to the concrete. 10. Install the existing ladder approximately four (4) feet south of its original location. 11. The ladder shall be bolted to the existing concrete by (6) six bolts V2-inch in diameter. The bolts shall be installed by drilling and using striker anchors to place the bolts in- place. TASK COSTS Task #1 - Concrete Slab Construction Labor $1,540.00 Materials $ 578.52 Other Fees $ 150.00 WA. State Sales Tax $ 204.17 Task #1 Total $2,472.69 Task #2 - Steel Frame Building Enclosures Labor $1,600.00 Materials $1,179.24 Other Fees $ 150.00 WA. State Sales Tax $ 263.63 Task #2 Total $3,192.87 Total Project Not -to- Exceed Cost $5,665.56 Start Time after receiving the "Notice to Proceed" 15 Work Days Time required to complete project 5 Work Days Warranty for Materials 365 Days Warranty for Labor 365 Days