HomeMy WebLinkAbout032116_ca05Department 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.E.
Public Works Director/County Engineer Zj
Agenda Date: March 21, 2016
Subject: Low Bid Contract Approval - Environmental Center Project
Statement of Issue: This work will provide consolidation and expansion of special
waste (oil, antifreeze, fluorescent bulbs) for residential collection stations at the Public
Works transfer station, as well as, a secure safe and compliant waste storage building
designed for public use. In addition, expansion of facility concrete storage area and an
access apron for existing on-site storage sheds are included as separate tasks.
Analysis/Strategic Goals/Pro's tt Con's:
The project is supported by the current Solid Waste Management Plan to provide
residential collection for special wastes and compliant secure waste storage and
disposal. Overall, in 2015 moderate risk waste collection at this facility increased
approximately 3% and included over (20) tons of used oil, (3.5) tons of antifreeze and
(2.8) tons of Hg lights.
Fiscal Impact/Cost Benefit Analysis:
Capital funds have been provided from the approved 2016 solid waste budget and all
work will be capitalized as asset improvements.
Recommendation:
Approval and authorization of this Solid Waste project is recommended.
Department Contact:
Tom Boatman, Solid Waste Manager 360-385-9213
Reviewed By:
Philip Morl y, ounty Adn4nisfrator
Department of Public Works
X Consent Agenda
Page 2 of 2
Date
JEFFERSON COUNTY DEPARTMENT OF PUBLIC WORKS
ENVIRONMENTAL CENTER PROJECT
MINIMUM SPECIFICATIONS AND SCOPE OF WORK
These Specifications describe the work for the Environmental Center 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 325 Landfill
Road, Port Townsend, WA. 98368.
Proiect Description
This Environmental Center Project includes three (3) Tasks each identified with its own Scope of Work in
this document. Tasks include:
1. Construction of a 6 -inch reinforced concrete slab approximately 612 sq. ft. at the equipment
storage garage.
2. Construction of a 6 -inch reinforced concrete approach slab approximately 240 sq. ft. at the
storage shed.
3. The construction of the foundation, placement and improvements to the Environmental Center
Building on-site.
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 specified in construction documents. The work
shall be supplied and delivered by the Bidder responsible for the performance, warranty, parts, and
service as specified. All integral components and parts shall work together as a complete and balanced
unit.
Contractor shall be in compliance with all local, state, and federal regulations and licenses.
Quantity 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
www.Ini.wa.gov/tradeslicensing/prevwage.
Work shall commence upon a written notice sent by the County to the Contractor to proceed, after a fully
signed Contract is in place and Contractor's Certificates of Insurance documents have been accepted by the
County. Project work shall be complete (45) forty five days from notice to proceed according to the terms
of the Contract and these Specifications.
Contractor's Responsibility
1. Contractor shall provide itemized billing for work accomplished to Jefferson County Public
Works, 623 Sheridan st., Port Townsend, WA 98368, Att. Solid Waste Manager.
2. Shall be in compliance with all local, state, and federal regulations.
3. Provide the services described in the Minimum Specifications and Scope of Work.
4. Provide Certificates of Insurance as specified in the Contract.
S. Complete the Combined Intent to Pay Prevailing Wages/Affidavit of Wages Paid for contracts
under $35,000 form provided by the County and return a signed copy to the County at completion
of work.
6. Locate utilities before digging.
7. Sign building permits as the General Contractor.
8. County's Architect or designated professional shall approve all materials and work per
architectural plans and specifications.
County's Responsibility
Approve/disapprove any proposed specifications substitutions.
Prepare and administer Contract document.
Pay for accepted and completed work in accordance with project documents and Contract
provisions.
Construction permits and fees are the responsibility of the County.
County shall pay all on-site project related disposal fees.
TASK SPECIFCATIONS
Task No. 1 — Equipment Storage Garage Concrete Slab Construction
Location: 325 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 25 ft. 1 in. x 24 ft. 6 in. x 6 -inch thick
reinforced concrete pad (612 sq. ft.) within the equipment storage garage. (See architectural plans
and specifications)
2. The slab surface shall be at ground level for easy access by a forklift.
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 placement of reinforcement and concrete.
5. The concrete pad may be placed and finished using hand methods.
6. After troweling and before edging, the surface of the concrete pad shall be brushed in a transverse
direction with a stiff broom.
TASK SPECIFCATIONS
Task No. 2 — Storage Shed Concrete Approach Construction
Location: 325 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 10 ft. x 24 ft. x 6 -inch thick reinforced
concrete pad (240 sq. ft.) storage shed concrete approach. (See architectural plans and
specifications)
2. The slab approach shall be at ground level for easy access with a forklift.
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 placement of reinforcement and concrete.
5. The concrete pad may be placed and finished using hand methods.
6. After troweling and before edging, the surface of the concrete pad shall be brushed in a transverse
direction with a stiff broom.
TASK SPECIFCATIONS
Task No. 3 — Environmental Center Building Construction
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 site preparation, construction of the foundation and installation of the
Environmental Center Building. (See architectural plans and specifications)
2. Contractor shall remove any excess material and place it at an approved location at the Solid
Waste Disposal Facility.
3. On site water hydrant is not active. The contractor shall remove the on-site 3/4" hydrant and cap
the water line a minimum of six inches below ground.
4. All base fill material shall be wetted and compacted by Contractor with proper compaction
equipment prior to placement of reinforcement and concrete.
5. The concrete pad may be placed and finished using hand methods.
6. After troweling and before edging, the surface of the concrete pad shall be brushed in a transverse
direction with a stiff broom.
7. All excavations shall be graded to maintain and provide proper drainage.
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 of
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 dollars ($ ) 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 See attached Minimum Specifications and Scope of
Work
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
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
pw_form\contract\small works contract doc 3/2015
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 mjury, 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
The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts
and specific service agreements
pw_form\contract\small works contract doc 3/2015
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 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 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_form\contract\small works contract doc 3/2015
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 �-k(I(LV) VS , 20 1 �P
Contractor
W r •
(Please print)
By
(Please int)
(Signature)
State of ashington, Contractor Registration Number
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
David W Sullivan, Chair
Phil Johnson, Member
Kathleen Kler, Member
Ap oved as to fop only 111 7-014
OW4 awLel:,� zi
David Alvarez Date
Deputy Prosecuting Attorney
Mont s, Date
Public Works Director/County Engineer
pw_form\contract\small works contract doc 3/2015
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
03, L !2 C2QA im'[ Loo4rac.-{5 U -G
Name of Contractor (Please print)
Mcg �O'M5vam\w
Name andditle of Authorized Representative (Please print)
---M o - G
Signature of Auliorize Representative
❑ I am unable to certify to the above statement An explanation is attached
pw_form\contract\small works contract doc 3/2015