Loading...
HomeMy WebLinkAboutHanson Excavation, LLC - 041717CONTRACT 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 Hanson Excavation LLC of Shelton, WA hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1. The Contractor agrees to furnish all labor and equipment and do certain work, to -wit: That the Contractor herein will undertake and complete the following described work: This Contract provides for an approximately 200 foot long realignment of Oil City Road in western Jefferson County near Forks Washington to relocate the roadway away from a landslide and construction of a 330 foot slope drain/spillway to direct surface drainage away from the slide area. Work includes clearing roadway excavation culvert removal culvert and slope drain installation, gravel base and surfacing temporary erosion control and other work all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications. for the total sum of Seventy one thousand, seven hundred eight and 60/100 dollars ($ 71,708.60 ) 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: Within 15 Working Days as defined in the Special Provisions. 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. Revised 1/2016 Page 1 of 8 If any of the insurance requirements are not complied with at the renewal date of the insurance policy, payments to the Contractor shall be withheld until all such requirements have been met, or at the option of the County, the County may pay the renewal premium and withhold such payments from the moneys due The Contractor. All notices shall name the Contractor and identify the agreement by contract number or some other form of identification necessary to inform the County of the particular contract affected. A. Workers Compensation and Employers Liability Insurance. The Contractor shall procure and maintain for the life of the contract, Workers Compensation Insurance, including Employers Liability Coverage, in accordance with the laws of the State of Washington. B. General Liability(1) - with a minimum limit per occurrence of one million dollars ($1,000,000) and an aggregate of not less than two million dollars ($2,000,000) for bodily injury, death and property damage unless otherwise specified in the contract specifications. This insurance coverage shall contain no limitations on the scope of the protection provided and indicate on the certificate of insurance the following coverage: 1. Broad Form Property Damage with no employee exclusion; 2. Personal Injury Liability, including extended bodily injury; 3. Broad Form Contractual/Commercial Liability including completed operations (contractors only); 4. Premises - Operations Liability (M&C); 5. Independent Contractors and Subcontractors; and 6. Blanket Contractual Liability. (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. Revised 1/2016 Page 2 of 8 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 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 1/2016 Page 3 of 8 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. 9. The Contractor will declare management option of the statutory retained percentage on Exhibit A. Revised 1/2016 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 AV t I 0' 20 1-1 Contractor: 41,50 Y 87x(AL-a.`i4r7 LLC- (Please L-L(Please print) By: j'- "� I W 1 �o n (Please print) (Signa � /s0 EL. a 5!&a State of Washington, Contractor Registration Number COUNTY OF JEFFERSON BOARD OF COMMISSIONERS Approved as rm only: Michael Hays, Prosecuting Attorney ate Ft?,- Monti Rei ders, P.E. Date Public WoAcs Director/County Engineer Revised 1/2016 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. 14ot n Sd A L&CGv aI'yi, L -k- Name of Contractor (Please print) Name and Title of Authorized Renresenta Authorize Representative (Please print) ❑ I am unable to certify to the above statement. An explanation is attached. Revised 1/2016 Page 6 of 8 That as Surety, are thousand, seg ourselves, or l The c Hanson Excai and provision, do certain woi as per maps, il now referred length. NOM and provision said Principal therein, and u who shall sup respects faithi effect. Hanson Exca PRINCIPAL By: CONTRACT BOND JEFFERSON COUNTY, WASHINGTON Bond No. SUR400013941 BY THESE PRESENTS: of Shelton, WA , as Principal, and Ironshore Indemnity Inc. and severally held and bound unto the COUNTY OF JEFFERSON, the penal sum of Seventy one Dollars ($ 71,708.60 ), for the payment of which we jointly and severally bind executors, administrators, and assigns, and successors and assigns, firmly by these presents. ion of this bond is such that WHEREAS, on the 28th day of February , A.D., 2017 ,, the said Principal herein, executed a certain contract with the County of Jefferson, by the terms, conditions of which contract the said Hanson Excavation LLC . Principal herewith, agrees to furnish all materials and to -wit: That the said Principal herein will undertake and complete the following described work: in Jefferson County, Washington , and specifications made a part of said contract, which contract as so executed, is hereunto attached, and is and by this reference is incorporated herein and made a part hereof as full for all purposes as if here set forth at THEREFORE, if the Principal herein shall faithfully and truly observe and comply with the terms, conditions of said contract, in all respects and shall well and truly and fatly do and perform all matters and things by the mdertaken to be performed under said contract, upon the terms proposed therein, and within the time prescribed til the same is accepted, and shalt pay all laborers, mechanics, subcontractors and materialmen, and all persons ly such contractor or subcontractor with provisions and supplies for the carrying on of such work, and shall in all 11y perform said contract according to law, then this obligation to be void, otherwise to remain in full force and our hands this 3rd day of April , 20 17 . LLC Ironshore Indemnity Inc. ��- SURETY COMPANY By: Heather L. Allen, Attorney -in -Fact Attomey-in-fact Address of local office and agent of surety company: 191411 Revised 1/2016 1 Page 7 of 8 Qn'n ,d ixp o/?' SEAL �On/= 1919 �� uunmmoa III- SUR400013941 Ironshore Indemnity Inc. KNOW ALL MEN BY THESE PRESENTS, that IRONSHORE INDEMNITY INC., a Minnesota Corporation, with its principal office in New York, NY does hereby constitute and appoint: Aliceon A. Keltner, Cynthia L. Jay, Karen C. Swanson, Julie R. Truitt, Jamie Diemer, Carley Espiritu, Christopher Kinyon, Annelies M. Richie, Mary S. Norrell, Heather L. Allen, Tamara A. Ringeisen, Emily Ann Jovanovich its true and lawful Attorney(s)-in-Fact to make, execute, seal, and deliver for, and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in nature of a bond. This authority is made under and by the authority of a resolution which was passed by the Board of Directors of IRONSHORE INDEMNITY INC. on the 22nd day of April, 2013 as follows: Resolved, that the Director of the Company is hereby authorized to appoint and empower any representative of the company or other person or persons as Attorney -In -Fact to execute on behalf of the Company any bonds, undertakings, policies, contracts of indemnity or other writings obligatory in nature of a bond not to exceed $2,500,000 dollars, which the Company might execute through its duly elected officers, and affix the seal of the Company thereto. Any said execution of such documents by an Attorney -In -Fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company. Any Attorney -In -Fact, so appointed, may be removed for good cause and the authority so granted may be revoked as specified in the Power of Attorney. Resolved, that the signature of the Director and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary, and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certificate so executed and sealed shall, with respect to any bond of undertaking to which it is attached, continue to be valid and binding on the Company. IN WITNESS THEREOF, IRONSHORE INDEMNITY INC. has caused this instrument to be signed by its Director, and its Corporate Seal to be affixed this 7v' day of August, 2013 IRONSHORE INDEMNITY INC. °gym - SEAL 1915 �. Director ACKNOWLEDGEMENT On this 7th Day of August, 2013, before me, personally came Daniel L. Sussman to me known, who being duly sworn, did depose and say that he is the Director of Ironshore Indemnity, Inc. , the corporation described in and which executed the above instrument; that he executed said instrument on behalf of the corporation by authority of his office under the By-laws of said corporation. CERTIFICATE I, the undersigned, Secretary of IRONSHORE INDEMNITY INC., a Mi \\ 4 teicor0. which the foregoing is a true and correct copy, is in full force and eff O Signed and Sealed at this 3rd Day of April , 20 17 �. ? G SEAL S_ ,�l�,N�ep ppyy�Q DO HEREBY CERTIFY that the original Power of Attorney of svoked and the resolutions as set forth are now in force. n P i Pwl S. GWdaw ' secret" "WARNING: Any person who knowingly and with intent to defraud any insurance company or other person, files and application for insurance or statement of claim containing any materially false information, or conceals for the purpose of misleading information concerning any fact material thereto, commits a fraudulent insurance act, which is a crime and subjects such person to criminal and civil penalties." EXHIBIT A 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 q'Lski Signed B. I hereby elect to have the Owner deposit the re ained 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 1/2016 Page 8 of 8 CONTRACT REVIEW FORM CONTRACT WITH: TBD by MRSC small works roster process (Contractor/Consultant) CONTRACT FOR: Oil City Road MP 7.8 Slide Repair TERM: Completed prior to 7/15/17 COUNTY DEPARTMENT: For More Information Contact: Contact Phone #: RETURN TO: Tina Public Works Bruce D. Patterson ,SAN, 3,1 201 (360) 385-9169 RETURN BY: AMOUNT: $78,189 (Engineer's Estimate) PROCESS: Revenue: Expenditure: Matching Funds Required: Sources(s) of Matching Funds Step 1: 33397.01 1805450048 $9,774 Local funds �I mil Review by: Date Reviewed: PROVED FORM Cott o ments 2017 Exempt from Bid Process Consultant Selection Process Cooperative Purchase Competitive Sealed Bid X Small Works Roster Vendor List Bid RFP or RFQ Other 0 Returned for revision (See Comments) Step 2: REVIEW BY PROSECUTIN Review by: Date Reviewed: APPROVED AS TO FORM Comments Returned for revision (see Comments) Step 3: (If required) DEPARTMENT MAKES REVISIONS AND RESUBMITS TO RISK MANAGEMENT AND PROSECUTING ATTORNEY Step 4: CONTRACTOR/CONSULTANT SIGNS APPROPRIATE NUMBER OF ORIGINALS Step 5: SUBMIT TO BOCC FOR APPROVAL Submit originals and 6 copies of Contract and Review Form with Agenda Bill to BOCC Office. Place "Sign Here" markers on all places the BOCC needs to sign. MUST be in BOCC Office by 4:30 p.m. TUESDAY for the following Monday's agenda. (This form is to stay with the contract throughout the contract review process and accompany the Agenda Bill.) C:\Users\brucep\Documents\Oil City MP 7.8 slide\BOCC Agenda\Contract Review Form.docx rev. 7/8/2016 Michael Haas 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 Engineer Agenda Date: April 17, 2017 Subject: Execution of Contract with Hanson Excavation LLC for: Oil City Road MP 7.8 Slide Repair County Project No. 18020020 FEMA DR -4249, reference number 115N492, PW number 34 Statement of Issue: Execution of contract to Hanson Excavation LLC of Shelton , Washington for their bid amount of $71,708.60 for the above referenced project. Analysis/Strategic Goals/Pro's £t Con's: This project is repairs to the roadway and drainage at a slide location. Public Works received four quotes using the MRSC Small Works process. Public Works awarded the contract to the lowest responsive contractor, Hanson Excavation LLC for their bid amount of $71,708.60 . Fiscal Impact/Cost Benefit Analysis: Construction of this project is funded 75% by FEMA, 12.5% by WA Emergency Management Division , with the remainder the responsibility of Jefferson County. Recommendation: Public Works recommends that the Board execute all three originals of the contract with Hanson Excavation LLC and return two of the contracts to Public Works. Department Contact: Bruce D. Patterson P.E., Project Manager, 385-9160. Reviewed By: Ph' ' orley, (Cbru-qY Administrator Date