Loading...
HomeMy WebLinkAbout020816_ca07Department 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., Public Works Director/County Engineer Agenda Date: February 8, 2016 " Subject: Execution of Contract with Bruch and Bruch Construction, Inc. Undie Road MP 1.1 Emergency Repair, County Project No. X01990 County Road No.150009 Statement of Issue: Execution of Contract with Bruch and Bruch Construction, Inc. of Port Angeles, Washington for the above referenced project. Analysis/Strategic Goals/Pro's Et Con's: Slide activity has severely damaged the culvert and roadway at Undie Road MP 1.1. The culvert is separating at the joints,. causing recurring sinkholes in the roadway, and requiring county road maintenance personnel to monitor and perform maintenance on a daily basis. Public Works recommends taking immediate action to replace the culvert with a solid steel pipe, which will not separate or deform under the landslide forces. Work also includes minor road realignment and repair. Public Works recommends award of the emergency repair contract to Bruch and Bruch Construction in an amount not to exceed $55,000. Fiscal Impact/Cost Benefit Analysis: The maximum amount payable is $55,000. This will be funded at 100% by the County Road Fund. Recommendation: Public Works recommends that the Board execute all three originals of the Contract with Bruch and Bruch Construction, Inc. and return two originals to Public Works. Department Contact: Mark Thurston, P. E., Project Manager, 385-9217. Reviewed By: Philip Morley, ty Administrator 2--1311,2-- Date CONTRACT JEFFERSON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this day of , 20__, between the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of Title 36, RCW, as amended and Bruch and Bruch Construction of Port Angeles, 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: 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: Emergency replacement of culverts and minor realignment of roadway at Undie Road (County Road No. 150009) at Milepost 1.1 as directed by the Engineer in accordance with the rates and provisions attached hereto. for the total sum not to exceed Fifty five thousand dollars ($55,000.00). 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. No minimum amount of work is guaranteed. The Contractor shall complete the described work as follows: Work to proceed immediately followingverbal authorization by the County Engineer 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. 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. Revised 3/2015 Pagel of 8 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 famish additional security covering such judgment as may be determined by the County. Revised 3/2015 Page 2 of 8 The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and specific service agreements. Any 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. 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. Revised 3/2015 Page 3 of 8 r 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. Revised 3/2015 Page 4 of 8 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 ZP , 201b Contractor: (Please print) By: n) (20'E'MA4-j (Please print) 0— (Signature) `Cja-'CAA 15C -L-1 o CVA State of Washington, Contractor Registration Number COUNTY OF JEFFERSON BOARD OF COMMISSIONERS David W. Sullivan, - Phil Johnson, Kathleen Kler, roved as to f only: David Alvarez Pate Deputy Prosecuting Attorney Mo Binders, P.E. Date Public Works Director/County Engineer Revised 3/2015 Page 5 of 8 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. Name of Contractor (Please print) 4 CuuE'vv%A-rz 7,XvbG'cC WL,qOACOL, Name and Title of AtAorized Representative (Please print) Signature of Authorize Representative ❑ I am unable to certify to the above statement. An explanation is attached. Revised 3/2015 Page 6 of 8 CONTRACT BOND Bond No. 106426907 JEFFERSON COUNTY, WASHINGTON KNOW ALL MEN BY THESE PRESENTS: That Bruch & Bruch Construction Inc. of Port Angeles. Washington _ _ as Principal, and Travelers Casualty an Surety Comps}' of America , as Surety, are jointly and severally held and bound unto the COUNTY OF JEFFERSON, the penal sum of Fifty Five Thousand and No/ I00THS _ Dollars ($ 55.000.00 1, for the payment of which we jointly and severally bind ourselves, or heirs, executors, administrators, and assigns, and successors and assigns, finely by these presents. The condition of this bond is such that WHEREAS, on the day of , A.D., 20_„_, the said Bruch &Bruch Construction. Inc., Principal herein, executed a certain contract with the County of Jefferson, by the terms, conditions and provisions of which contract the said Bruch & Bruch Construction. Inc. , Principal herewith, agrees to famish all materials and do certain work, to -wit: That the said Principal herein will undertake and complete the following described work: Undie Road MP 1.1 Emergency Repair, County Project No. X01990, County Road No. 150009 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 19th day of January 72016 . Bruch & Bruch Construction. Inc. PRINCIPAL /� n By: Sean Coleman, Estimator Travelers Casualty and Surety Company of America SLTE 9 COMPANY „ Lin of local office and agent of surety company: Propel Insurance PO Box 2940 Tacoma, WA 98401 Revised 3/2015 Page 7 of 8 WARNING: TH POWER OF ATTORNEY TRAVELERS/, Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 229707 Certificate No. 006178306 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 Karen Swanson, Brent E. Heilesen, Peter J. Comfort, Julie R. Truitt, Christopher Kinyon, Jamie Diemer, Carley Espiritu, and Jennifer L. Snyder of the City of Tacoma , State of Washington , their true and lawful Attomey(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 their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or -proceedings allowed by law. ?X9 IN WITNESS WHEREOF, the Companies have caused this ins to`be Signe' and theirig-corporate seals to be hereto affixed, this 27th trumenc da of July 2015,E Y ,y 1, Farmington Casualty Company-' St. Paul Mercury Insurance Company c l ouipany�, `may � ' Travelers Casualty and Surety Company Fidelity and Guaranty Insur; Fidelity and Guaranty Insuiarice`Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company G,.SU� FIRE 6 RN..IMS + 1NSU see .Y"'�n�i`.F•tD, 1<• J 2g 1896 State of Connecticut City of Hartford ss. By: Robert L. Raney, enior Vice President On this the 27th day of July 2015 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, St. 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. t�" In Witness Whereof, I hereunto set my hand and official seal. toMy Commission expires the 30th day of June, 2016. A* Marie C. Tetreault, Notary Public 58440-8-12 Printed in U.S.A. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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 Attorneys -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 Attorneys -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 be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -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. I, 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 United\S'ta_tes Fidelity 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 Companes�which;is in`fullrforce and'effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the -seals of said Companies this 1 L day of 20 Kevin E. Hughes, Assistant Sec tary 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 Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. ATTORNEY IS INVALID WITHOUT THE RED BORDER EXHIBIT B CONTRACTOR'S DECLARATION OF OPTION FOR MANAGEMENT OF STATUTORY RETAINED PERCENTAGE A. I 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. 001 Date 01/20/2016 Signed CQVVI Sean Coleman, Estimator 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. I 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 3/2015 Page 8 of 8 �- BRUCH c-..1 . BRUCH BRUCH & BRUCH CONSTRUCTION - Jefferson County- Emergency Rates 2014 EQ# Straight Time Rate Overtime Rate Double Time Rate #7 L 145.00 165.00 196.00 #7 J & L 175.00 205.00 225.00 Solo Dump 105.00 120.00 145.00 #10, #74, #75 3500 gallon Water Trk 95.00 118.00 142.00 Truck & Trailer/Sidedump 120.00 140.00 168.00 #17 Shop Truck w/ mechanic 115.00 138.00 165.00 #20- Cat 321CL Excavator 130.00 155.00 185.00 #20M- with Mower 150.00 175.00 205.00 Hitachi Mini 108.00 132.00 160.00 - Cat 330DL Excavator 145.00 170.00 200.00 - 315D Excavator L- 120.00 145.00 175.00 6- with Breaker 175.00 195.00 225.00 - Cat 330L Excavator 145.00 170.00 200.00 #25- Cat 330BL Excavator 145.00 170.00 200.00 #26- Kobelco 150 Excavator 118.00 140.00 170.00 #27- LB2800 Excavator 125.00 148.00 177.00 #28- Cat 345BI Excavator 170.00 195.00 225.00 #29- Hitachi 200 Long Reach 170.00 185.00 220.00 #30- Terex Loader 120.00 148.00 177.00 #31- L125 Michigan 108.00 133.00 160.00 #32- JD544 Loader 108.00 133.00 160.00 #34 Cat 966 Loader 108.00 133.00 160.00 35- Cat 980 Loader 125.00 152.00 180.00 #38- JD 310 Backhoe 105.00 130.00 158.00 #39- Cat 446B Backhoe 110.00 140.00 170.00 #41- JD550 Dozer 110.00 135.00 163.00 #43- TD -15 Dozer 115.00 140.00 168.00 #44- JD750 Dozer 115.00 140.00 170.00 #45- JD850 Dozer 125.00 145.00 175.00 #46- JD700 LGP Dozer 125.00 145.00 175.00 #48- D81- Dozer 155.00 185.00 215.00 #50- 850 Grader 130.00 160.00 191.00 #55- 160 Cat Grader 130.00 160.00 191.00 #53- Track Truck 70.00 98.00 120.00 #62, #63, #64- 84 Inch Roller 98.00 122.00 148.00 #67- Cat 618B Scraper 115.00 145.00 175.00 #72, 73, 74, 77- Volvo 30 -ton Truck 135.00 165.00 193.00 #91- Powerscreen 85.00 85.00 85.00 #91J- Pe son Jaw Crusher 175.00 175.00 175.00 Drill 125.00 155.00 185.00 Pilot Car/Pickup Operated 75.00 92.00 112.00 Labor 56.00 77.50 103.00 Grade Hop/ Pie Layer 58.00 79.50 106.00 Flagger 52.00 68.00 93.00 TCS w/ Pickup 70.00 95.00 120.00 Operator Remtal Machine, etc 69.00 95.00 125.00 Foreman 95.00 125.00 156.00 SNIDER QUARRY 213 East Snider Road Beaver, WA 98305 (MP 213 SR101)) 1-800-246-5388 (360) 452-5388 FAX: (360) 452-5433 #70-013215 PRICE LIST October 21, 2014 MATERIAL FOB 5/8" Minus 1 1/4" Minus 1 1/4" Clean 2" Minus 4" Clean 4" Jaw Run Light Loose Riprap $ 9.50 Tun $ 9.00 Ton $ 10.00 Ton $ 8.00 Ton $ 8.00 Ton $ 7.00 Ton $ 20.00 Ton (Beaver Falls Quarry) As more materials become available- will update price sheet- THANK YOU. j. 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 shalt 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 resuR 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 tw Client#: 57170 BRUCBRUCI ACORD. CERTIFICATE OF LIABILITY INSURANCEDATE(MWDD/YYYY) 02101/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite I OOO Tacoma, WA 98402 CONTACT NAME: Wendy Parsons PHONE 253.761.3263 FAX E41UUL Ext • ac, No): 866.577.1326 ADDRESS: Wendy.Parsons@Propelinsurance.com INSURER(S) AFFORDING COVERAGE NAIC A INSURER A: Travelers Indemnity Company 25666 INSURED INSURER B: Travelers Property Casualty Ins 36161 Bruch Bruch Construction Inc 1706 Highway 101 West INSURER C: Ironshore Specialty Insurance 25445 INSURER D Charter Oak Fire Insurance Co 25615 Port Angeles, WA 98362 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. RR LTR TYPE OF INSURANCE INSR y VO POLICY NUMBER M�pY EFF MMIDO EXP UMC A GENERAL LIABILITY X X C08F33788AIND15 5/14/2015 05/14/2016 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY D PREMISAMAG ST Ee occurreRENTEDnce $300 OOO CLAIMS-MADEi OCCUR MED EXP (Any one person) $5,000 PERSONAL BADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO-- LOC $ D AUTOMOBILE LIABILITY X X 8108F33788ATIL15 D511412015 05/14/2016COMBINED SINGLE LIMIT Ea accident $1,000,000 X ANY AUTO BODILY INJURY (Per person) $ 1AUTOS ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY (Per accident) $ X X NON -OWNED PROPERTY DAMAGE $ HIRED AUTOS Per acc ideM B X UMBRELLA LIAB X OCCUR X X CUP8F33788ATIL15 5/14/2015 05/14/201 EACH OCCURRENCE s3,000,000 EXCESS LIAR CLAIMS -MADE AGGREGATE s3.000.000 DED I X RETENTION $10000 $ A WORKERS COMPENSATION C08F33788AIND15 5/14/2015 05/14/2016we srATu- oTH- AND EMPLOYERS' LIABILITY Y/ N ANY PROPRIETOR/PARTNER/EXECUTIVE WA Stop Gap Only E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? F N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Contractors 002018601 5/14/2015 05/14/201 Occurrence: $2,000,000 Pollution Liab Aggreagate: $2,000,000 Deductible: $10,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Re: Undie Road MP 1.1 Emergency Repair Project. Jefferson County Department of Public Works are included as Additional Insureds per attached endorsement(s). Jefferson County Department of Public Works 623 Sheridan Street Port Townsend, WA 98368 ACORD 25 (2010/05) 1 Of 1 #S2051754/M2051701 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AMR00