Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
031416_ca04
Department 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 Engineert/'� Agenda Date: March 14, 2016 Subject: Emergency Construction Contract w/ Seton Construction Inc. Oil City Road, MP 8.9 Statement of Issue: Execution of an emergency road reconstruction contract with Seton Construction Inc. for a washout at Oil City Road mile post 8.9. Analysis/Strategic Goals/Pro's Et Con's: Flows on the Hoh River reached 32,500 cfs on January 28th - the fourth storm of the season to exceed the 2 -Year recurrence flood flow of 32,000 cfs. The Hoh River is a dynamic river which changes its channel location regularly during high flow events. This event washed out the road prism at the Oil City Road mile post 8.9 just downstream of the section repaired in December threatening access for residents and the Olympic National Park trailhead at the road end and threatening power and phone service. Fiscal Impact/Cost Benefit Analysis: Contract amount is $96,250. Site may be eligible for FEMA reimbursement at 75% to 87.5% as a result of a Presidential disaster declaration. Recommendation: Public Works recommends that the Board execute all three originals of the contract with Seton Construction and return two (2) originals to Public Works for further processing. Department Contact: Mark Thurston P.E., Project Manager, 385-9160 Reviewed By: ip Morl rnstrator Date Or CONTRACT JEFFERSON COUNTY, WASHINGTON THIS AGREEMENT, made and entered into this day of , 2016, between the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of Title 36, RCW, as amended and Seton Construction of Port Townsend, Washirigion hereinafter called the Contractor WITNESSETH That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows 1 The Contractor agrees to furnish all labor and equipment and do certain work, to -wit That the Contractor herein will undertake and complete the following described work Haul and place rip rap and other work at the Oil City Road MP 8 9 road washout site as directed by the County Engineer and his designe() in accordance with the terms and conditions of this Agreement including attached quote dated January 27, 2016 for the total sum not to exceed Ninety-six thousand two hundred fifty dollars ($ 96,250 ) Work is to be directed by the County Engineer and his designee(s) and will be in accordance with plans and specifications developed for the project and specifically transmitted to the Contractor and including the Washington State Department of Transportation Standard Specifications most current version The Contractor shall complete the described work as follows Work to proceed immediately following verbal 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 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 Oil City Road Washout Repair MP 8 9 Revised 2/21/14 Page 1 of 9 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 linut 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 Oil City Road Washout Repair MP 8 9 Revised 2/21/14 Page 2 of 9 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 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 relatmg 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 Oil City Road Washout Repair MP S 9 Revised 2/21/14 Page 3 of 9 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 anse 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 Oil City Road Washout Repair MP 8 9 Page 4 of 9 Revised 2/21/14 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 M#ecN 1 �* , 201((p Contractor Seton Construction, Inc (Please print) By RRtX9 B SETW ac /(Please print)4e 1!1& n (Signature) SETW Cr l (v5 OA State of Washington, Contractor Registration Number Oil City Road Washout Repair MP 8 9 Page 5 of 9 COUNTY OF JEFFERSON BOARD OF COMMISSIONERS Kathleen Kler, Chair Phil Johnson, Member David W Sullivan, Member Approved as to form only /� z 17,14 )On i_X dj'� ,.,.. David Alvarez 0 Date Deputy Putmg At to y Monte Remders, P E " / Date Public Works Director/County Engineer Revised 2/21/14 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 perfommng 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 cnimnally 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 Se-~rDPJ co" sTnRUv-T1 0►J . TM C. Name of Contractor (Please print) rLCE t�3. SFT -o0 . SIZ ISS DCT Name and Title of Authorized Representative (Please print) Signature of Authorize ❑ I am unable to certify to the above statement An explanation is attached Oil City Road Washout Repair MP 8 9 Page 6 of 9 Revised 2/21/14 CONTRACT BOND JEFFERSON COUNTY, WASHINGTON Bond No 2208522 KNOW ALL MEN BY THESE PRESENTS That Seton Construction, Inc , of Port Townsend, WA , as Principal, and North American Specialty Insurance Compang as Surety, are jointly and severally held and bound unto the COUNTY OF JEFFERSON, the penal sum of Ninety Six Thousand Two Hundred Fifty 8, 00/100 ------ Dollars ($ 96,250 00 ), for the payment of which we jointly and severally bind ourselves, or hens, executors, admm,strat-Ors, and assigns, and successors and assigns, firmly by these presents The condition of this bond is such that WHEREAS, on theist day of March , A D , 20_L6, the said Seton Construction, Inc , Principal herein, executed a certain contract with the County of Jefferson, by the terms, conditions and provisions Of which contract the said Seton 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 Haul and place np rap and other work at the Oil City Road MP 8 9 washout site 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 matenalmen, 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 1st day of March Seton Construction, Inc PRINCIPAL /1 By 2016 North American Specialty Insurance Company SURETY COMPANY B By Joanne Reinkensmeyer Attorney -m -fact Address of local office and agent of surety company Hentschell & Associates, Inc 1436 S Union Ave Tacoma, WA 98405 W City Road Washout Repair MP 8 9 Revised 221/14 Page 7 of 9 6 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSLRANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company. a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester. New Hampshire. and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having Its pnncipal ofrm in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint THOMAS P HENTSCHELL. BRADLEY k ROBERTS JULIE A CRAKER KAREN J SMITH and JOANNE REINKENSMEYER JODMY OR SEVERALLY Its true and lawful Attorneys) -tri -Fact, to make, execute. seal and deliver, for and on its behalf and as its act and deed, bonds or other wntinp obligatory in the nature of a bond on behalf of each of said Companies as surety, on contracts of suretyship as are or may be requited or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50.000.000 00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and hold on the 9t° of May, 2012 "RESOLVED, that any two of the Presidents. any Managing Director. any Senior Vice President, any Vice President, any Assistant Vice President. the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company, and it is , that the signature of such officers and the seal of the Company may be affixed to any such Power of Attomey or to any FURTHER RESOLVED certificate relating thereto by that the, end any such Power of Attorney or certificate bearing such facsimile signatures or facsmule seal shall be th regard to any bond, undertaking or contract of surety to which itis attached " binding upon the Company when so affixed and in the future w► �ut� �" WL "`BY s 80tw=� 9e VW Ygdw vk rlrOrO AtoQEtsv� Sped io m c BFJIL tai II Nifew A. CUPW r titian m Seobr Via pn"wt of %onh AUWIM Sprdd* Imurt- COMM IN WITNESS WHEREOF, North American Spwlalty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 1st day of 20 15 North American Specialty Insurance Company Washington International insurance Company State of Illinois ss County of Cook Public personally appeared Sty- is ewe, Senior Vice President of On this 1st day of Maw_.__ 20L5, before me, a Notary Pers Insurance Company and Michael A. Itn Washington International Insurance Company and Senior Vice President d North American Specialty Senior Vice president of Washington International Insurance Company and Senior Nue President of North American Specialty Insurance knowledged that they signed the above Power of Attorney as officers of and Company, personally known to me, who being by me duly sworn, ac acknowledged said instrument to be the voluntary act and deed of their respective compames OFFOK Stet AIIQpfM' W 1 ' m Kenny. Watery Public North American Specialty Insurance Company and Washtttgton 1, rte, [4nteihera _the duly elected t copyof a Power of Attorney given by said North International Insurance Company, do hereby certify that the above and foregoing is a true y. and ich chi still in full force and effect. American Specialty Insurance Company ,,�/_ and Washington International Insurance Company. 2010 IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of /��,Wr fyak Gowar pit Cm & e N=M Acme, OfsPM* tm� CGMPW Wow f amd t°wno°° Camp' 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 Date '311 Ilo 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 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 Oil City Road Washout Repair MP 8 9 Signed Page 8 of 9 Revised 2/21/14 Oil City Road Emergency Repair M.P. 8.9 Proposal Form Quotes due Wednesday, January 27th by 2 PM (Fax, email, or hand deliver) Return This Page (Pg 1) To Monte Reinders, County Engineer Jefferson County Public Works Department 623 Sheridan Street Port Townsend, WA 98368 Contact. Phone (360) 385-9242, Fax: (360) 385-9234, Email. mreindersCDco.lefferson.wa us NOTE* UNIT PRICES FOR ALL ITEMS ALL EXTENSIONS, AND TOTAL AMOUNT OF QUOTE SHALL BE SHOWN SHOW UNIT PRICE IN FIGURES ONLY (NOT WORDS). APPLICABLE WASHINGTON STATE SALES TAX IS TO BE INCLUDED IN THE BID ITEM PRICE ALL ENTRIES MUST BE TYPED OR ENTERED IN INK A BID BOND IS NOT REQUIRED Item Item Description Estimated Unit Price per Unit Total Amount No. Quantity Dollars Dollars 1 Mobilization/Demobilization 1 LS 6,00000 $6.00000 4 to 5 -Man Armor Rock 2 (F 0.8 MP 8 9) 1,000 TON 28 00 $28,000 00 3 Heavy Loose Riprap 1000 TON, (FOB MP 8 9) 2500 $25,00000 4 to 12 -inch "Light" 4 (FOB MP 8 9) 1,000 TON 2200 $22.00000 30 Metric Tons Excavator w/ 5 Operator 60 HR 195 00 $11,700 00 (Minimum OperatingWeight) 6 O.T Upcharge Excavator 4 HR Operator 5500 $22000 7 O.T Upcharge Truck Driver 16 HR 3000 $48000 9 Contract Bond 1 LS 2,85000 $2,85000 Quote Total $ $96,25000 Date Rip Rap Available and Can Start Work14'.— PAvo�Cr., /A( 57',04KSignature of Authorized Official 1 X. g if Firm Name Seton ConstrucUon Inc Address 4640 South Discovery Road Port Townsend, WA 98368 State of Washington Contractor's License No SETONCH 650A IUB1600-120-687 iof3 Oil City Road Emergency Repair M P 8.9 Project Special Provisions 1) This is a quote for a potential emergency repair at Oil City Road, Jefferson County, WA Oil City Road intersects US101 approximately 12 miles south of Forks, WA Then proceed west on Oil City Road to milepost 8 9 2) No bid bond is required 3) The Contractor shall supply and place rip rap at MP 8 9 on the Oil City Road Placement to occur by ramping into work site, creating a bench from which to operate excavator and position materials, and then work bench back up to road elevation Length of project is approximately 250 feet but may change due to ongoing erosion 4 -man rock shall be placed at toe of structure mixing with heavy loose on road side Smaller material (4 to 12 -inch) will be used in upper 1 to 2 feet and behind larger rock Estimated height of structure is 10 to 15 feet See drawing 4) The Contractor shall perform work tinder the dtrprtion of the rnunty Fngtnppr's designee Payment for the work will be to accordance with the items listed on this Proposal Form Quotes shall be good for 60 days from the date of quote The County is still seeking permits and funding for this site and as such no minimum amount of work is guaranteed 5) Contractor shall indicate on the Proposal Form the date when rip rap will be available and when Contractor can begin work A road washout at this site appears imminent, however, a start date cannot be established by the County at this time and is subject to issues including permitting and funding 6) Mobilization includes preconstructton expenses, preparatory work, transporting to/from the site a 30 Metric Ton Excavator (minimum excavator size) and other necessary equipment including but not limited to trucks and traffic control items It shall also include all costs to load/offload equipment at the home office yard, rental yard, and project site If other equipment is later deemed necessary by the Engineer, mobilization will be paid at hourly rates established with the Engineer prior to move 7) No payment will be made for staged/parked equipment for which no operator is available 8) All products are quoted F 0 B at the site located on Oil City Road at Milepost 8 9 and shall be hauled to "on -road" highway legal trucks/trailers No separate hourly payment will be made for trucking or equipment used to load trucks 9) If products are required that do not have prices quoted, a price will be established with the Engineer prior to use 10) Include applicable sales and use tax to unit prices above By virtue of WAC 458-20-171, retail sales tax does not apply to charges made to the repair of county roads On such projects, the Contractor shall pay sales/use tax on materials and supplies used or consumed to the performance of the work 11) Hourly equipment rates shall include operators, fuel, maintenance, and all costs incidental to furnishing and operating the equipment including overhead, profit, insurance, B&O tax, etc 12) Contractor may work up to 10 hour days (40 -hour week) Monday through Friday If overtime is ordered by the Engineer, hourly overtime (0 T ) upcharges quoted will be applied to each person 13) All wages rates shall meet the minimum prevailing base and fringe rates for Washington State obtained at http //www Int wa Roy/Trades Lice nstne/PrevWage/WaeeRates/default asp 2of3 Oil City Road Emergency Repair M.P. 8.9 14) Prior to contract execution, the Contractor shall secure a contract bond for the work The County will reimburse the Contractor for the cost of the contract bond 15) Rock products may be locally sourced without meeting WSDOT degradation and LA Wear specifications Rock shall be sound, reasonably free of defects, shall not break apart during loading, unloading, or placement and will be visually accepted Unsound rock will be refected by the Engineer Rock products shall meet all other requirements of the 2014 WSDOT Standard Specification section 9-13 except as noted above 16) For the 4 to 5 -Man Armor Rock, oversize is acceptable Up to 10% 3 -Man is allowed Loads with more than 10% 3 -Man delivered to the site will be paid at prices quoted for Heavy Loose 17) 4 to 12 -inch "Light" material shall consist primarily of angular rock in this size range and will be accepted based on visual examination and determination that it will meet its intent for a smaller graded fill This material can consist of anything from Light Loose Rip Rap to quarry spalls Some oversize is acceptable 18) Due to uncertainty in the actual quantities that may be required a this site, it is understood that the above prices shall not be subject to renegotiation due to differing quantities The Contractor shall inform the Engineer immediately if circumstances exist which could result in a request to renegotiate any prices 19) If scales are not available at the quarry, load weights will be determined using information from prior projects (if contractor's trucks have been used before) or the County may order several trucks/loads to be weighed Cost for trucking to an off-site scale would be paid for separately by the County on a negotiated hourly charge 3 of 3 Oil City Road Emergency Repair MP 8.9 Rates for Additional Work Item Description Estimated Quantity Unit Price per Unit Total Amount 4 to 5 -man Armor Rock (drilled for cabling) F 0 B Oil City Road MP 8 9 8 EACH $25000 $2,00000 Cable and clamps (Including tax and markup) 1 LUMP SUM $46162 $46162 General Labor 6 HR $6600 $396 00 TOTAL $2,857 62 Signature of Authorized Official Firm Name Se on Construction Inc Address 4640 South Discovery Road Port Townsend. WA 98368 State of Washington Contractor's License No SETONCI 1650A/UB1600-120-687 AD Az o Avl� ,ayaru r ed Island i Alexander I,!an' 1 "y l .r JProtect Location,O11 City Rd MP 8 8 I'nage C 20[LgIta" !GIU:.e 0, _ CiJ.4g Eia:a 510 .M1:7i�h L5 Ravv h(JA Lt EJCU y R — Goo )Ic earth 7q Aw. e 'dole., -0 4 .L t w r. _ A� o® CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYY,n 3/1/2016 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 certHicais holder Is an ADDITIONAL INSURED, the pollay(les) 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 Kuresman Insurance, LLC 9321 Bayshore Dr. NWL STE 111 Silverdale WA 98383-8350 CONTACTNAME Mark W. Maberry PHONE (360)692-6131 F114- AX (360)692-6187 n arkm@kure--gn i n s . com INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A ZabertyNorthwest Insurance Cc INSURED Seton Construction, Inc. 4640 Discovery Rd Port Townsend WA 98368 INSURER B INSURER INSURER INSURER E INSURER COVERAGES CERTIFICATE NUMBERCLISIOIS04107 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 CONTRACT OR 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 LTR TYPE OF INSURANCE POLICY NUMBER �WDpf LICY EFF POLICY Ulm $ COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A CLAIMS-0MDE �$ OCCUR PREMISES Eaerxurence $ 100,000 MED Exp (Any one pin) $ 5,000 R LOGGERS BROAD FORM 8 Y C12 16-16-02 10/30/2015 10/30/2016 PERSONALS ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 POLICY��taT LOC PRODUCTS - COMP/OP AGG $ 2,000,000 Employee Bend $ 1,000,000 OTHER I AUTOMOBILE LIABILITY COMBINED SIN3MT11Wr-- $ 1,000,000 (Ea accident) BODILY INJURY (Per person) $ A g ANY AUTO ALL OWNED SCHEDULED AUTOS C12 16-16-02 10/30/2015 10/30/2016 BODILY INJURY (Per aoddent) $ PROPERTY DAMAGE $ 8 HIRED AUTOS B NOON -OWNED AUTOS UndsinsLmW motorist $ 1,000,000 UMBRELLA UAS 8 OCCUR EACH OCCURRENCE $ 5,000"000 000 AGGREGATE $ 5,000,000 A X1 EXCESS LIAR CLAIMS -MADE DED I I RETENTION 0 $ C12 16-16-02 10/30/2015 10/30/2016 INORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE PER TH- STATUTE I S ER E L EACH ACCIDENT $ 11000,000 A OFFlCER/MEanER E)(CLUDED7 ❑NIA (Mdatory tMBNH) C12 16-16-02 10/30/2015 10/30/2016 E.L. DISEASE - EA EMPLO $ 1,000,000 If yes describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 2,000,000 A RENTED/BORROWED EQUIPbIENT IIgLpl>>D MI RINE C12 16-16-02 10/30/2015 10/30/2016 $1000 DEDUCTIBLE $500,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addidonal Renuft Scluedule, may be allached U more space Is required) CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED PER CG8416. INSURANCE IS PRIMARY AND NON CONTRIBUTORY WITH IUiiVER OF SUBROGATION PER CG8416. RE- OIL CITY MP 8 9 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE JEFFERSON COUNTY DEPARTMENT OF PUBLIC WOR THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 623 SHERIDAN STREET ACCORDANCE WITH THE POLICY PROVISIONS PORT TOWNSEND, WA 98368 AUTHORI2ED REPRESENTATIVE Maberry/MWM 7&4 e-1!% - .-- - - -- ©1988-2014 ACORD CORPORATION- All rlahts reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD IN3025r7mami