HomeMy WebLinkAbout120919_ca15 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: December 9, 2019
Subject: Construction Contract with Seton Construction Inc.
Upper Hoh Road MP 8.0 Emergency Repair, County Project No.
18020381
Statement of Issue: Execution of a construction contract with Seton Construction
Inc. for an emergency repair at Upper Hoh Road mile post 8.0.
Analysis/Strategic Goals/Pro's Et Con's: Ongoing bank erosion at Upper Hoh Road
milepost 8.0 throughout the winter of 2018-2019 resulted in a 50 ft. long scour hole
immediately adjacent to the roadway. Subsequent to the washout, Public Works
reduced the road to one lane and monitored the situation closely while attempting to
obtain an Army Corps permit for repair, which was not forthcoming. In May, Public
Works widened the road and installed temporary barrier to reestablish two lanes and
accommodate the higher summer traffic volumes. In October, a high flow event in
the Hoh River expanded the scour hole to 70 ft. long and washed out part of the
eastbound lane, which again reduced the road to one lane. An emergency declaration
was issued on October 25, 2019 and permits were obtained to proceed with the
emergency repairs. Quotes were obtained from three contractors and Seton
Construction was selected to perform the work based on price and availability.
Fiscal Impact/Cost Benefit t Anal sis: The maximum amount payable under this
contract is $65,000. This project will be funded by the Road fund.
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
Revi : : .�
/ 7d73/K
a'1TMorley, Cou ty Administrator 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, R.C.W,as amended and Seton Construction of Port Townsend, 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:
Haul and place rip rap and other work at the Upper Hoh Road MP 8.0 road washout site as directed by the
County Engineer and his designee(s) in accordance with the terms and conditions of this Agreement including
Exhibit F, Rates, and Exhibit G, Provisions,attached hereto
for the total sum not to exceed Sixty five thousand dollars ($65,000.00) 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: 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.
Construction Contract, Contract G, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page I of 9
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.
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(I) -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:
I. 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
Construction Contract, Contract G, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 2 of 9
' 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 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.
Construction Contract, Contract G, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 3 of 9
' 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$150,000 or less,the County and the Contractor may agree that in-lieu of the Contract Bond;
the County will withhold 10%of the Contract amount in accordance with R.C.W 39.08.010. If applicable,the
Contractor will indicate this option on Exhibit D.
9. The Contractor will declare a management option of the statutory retained percentage on Exhibit E.
Limited Small Works Project per RCW 39.04.155(3): Performance Bond and Retainage Waived
INDEX OF EXHIBITS
nExhibit A: Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion
0 Exhibit B: Certification of Compliance with Wage Payment Statues
Exhibit C: Contract Bond,Jefferson County, Washington
X Exhibit D: Contractor's Declaration of Option for Contracts for Less Than$150,000
X Exhibit E: Contractor's Declaration of Option for Management of Statutory Retained Percentage
Construction Contract, Contract G, Version I, Risk Legal Review Date xx/xx/xxxx(TBD) Page 4 of 9
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 n' p,-' 20 11
Contractor:
5 1.) CoNS i 1Z VG'I1 O kJ C
(Please print)
By: k LUc6- a .&TDtiIJ -
(Please print)
star---oe ,
(Signature)
SET-DK; Cl. I b S 0 A-
State of Washington, Contractor Registration Number
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
Kate Dean, District 1
David Sullivan, District 2
Greg Brotherton, District 3
Approved as to form only:
e.
Philip C. Hunsucker Date
Chief Civil De.. •rosscutor
• 3./qZ
Mont :-rs, P.E. Date
Public v. : !' or/County Engineer
Construction Contract, Contract G, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 5 of 9
EXHIBIT A
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.
ec)t`% SZtxT otJ }�' e .
Name of Contractor(Please print)
Name and Title of Authorized Representative(Please print)
Signature of Authorize Representative
I am unable to certify to the above statement. An explanation is attached.
Construction Contract, Contract G, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 6 of 9
EXHIBIT B
CERTIFICATION OF COMPLIANCE WITH WAGE PAYMENT STATUTES
I declare under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct.
The undersigned bidder hereby certifies that,within the three-year period immediately preceding the bid solicitation date
(12/17/18), the bidder is not a "willful" violator, as defined in RCW 49.48.082, or any of the provisions of chapters
49.46, 49.48, or 49.52 RCW as determined by a final and binding citation and notice of assessment issued by the
Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction.
SETDti c4=4,DSTP C:n o,J,- —i e .
Bidder's Business Name
4.42a4
Signature of Authorized 0 cial*
gC-1)cE
Printed Name
Title
Date City State
Check One:
Sole Proprietorship ri Partnership n Joint Ventures Corporationgt
State of Incorporation,or if not a corporation, State where business entity was formed:
If a co-partnership,give firm name under which business is transacted:
*If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any
other corporate officer accompanied by evidence of authority to sign). If a co-partnership,proposal must be
executed by a partner.
Construction Contract, Contract G, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 7 of 9
EXHIBIT D
CONTRACTOR'S DECLARATION OF OPTION FOR CONTRACTS FOR LESS THAN$150,000
A. A Contract Bond will be provided as required.
Date Signed
B. In lieu of providing a Contract Bond,the County will withhold 10%of the Contract amount.
Date 1 a-/o _l a(j)9 Signed Le-t-' 4iA
I
Construction Contract, Contract G, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 8 of 9
EXHIBIT E
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 )a 0,:;43-6) Signed% l/-
B. [ 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.
[ 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
D. I hereby elect to provide a Retainage Bond in accordance with R.C.W 60.28.011.
Date Signed
Construction Contract, Contract G, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 9 of 9
a
Exhibit F
Rates
APPLICABLE WASHINGTON STATE SALES TAX IS INDLUDED IN THE BID ITEM PRICE.
1
i
Item Estimated '
No. Item Description Quantity _Unit Price per Unit Total Amount
Mobilization 1 L.S. $11,980.00 $11,980.00
Min. 20 Metric Ton Excavator 30 HR $211.00 $6,330.00
Min. 20 Metric Ton Excavator (O.T.) 5 HR $249.54 $1,247.70
Armor Rock (3-4 Man) Incl. Haul 600 TON $27.00 $16,200.00
Heavy Loose Riprap Incl. Haul 500 TON $25.00 $12,500.00
Light Loose Riprap Incl. Haul 100 TON $20.00 $2,000.00
Quarry Spalls Incl. Haul 100 TON $20.00 $2,000.00
Select Borrow Incl. Haul 350 TON $20.00 $7,000.00
General Labor 10 HR $74.87 $748.70
General Labor(O.T.) 5 HR $101.76 $508.80
Traffic Control Signs 1 L.S. $100.00 $100.00
Traffic Control Supervisor 30 HR $68.07 $2,042.10
Traffic Control Supervisor(O.T.) 4 HR $100.99_ $403.96
Flagger 30 HR $63.79 $1,913.70
Flagger(O.T.) 4,HR $94.60 $378.40
Estimated Total $64,974.96
Exhibit G
Provisions
1. The Contractor shall supply and place riprap at MP 8.0 on the Upper Hoh Road. Length of project is
approximately 70 feet. Three to four-man rock shall be placed at toe of structure mixing with heavy loose
on road side. Smaller material (light loose)will be used in upper 8 feet. Estimated height of structure is 20
feet. The Contractor shall perform work under the direction of the County Engineer's designated Engineer.
Payment for the work will be in accordance with the items listed on Exhibit F, Rates. There is no guarantee
that the County will proceed with the work, and no minimum amount of work is guaranteed.
2. Mobilization includes 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 or rental yard. If other equipment is
later deemed necessary by the Engineer, mobilization will be paid at hourly rates established with the
Engineer prior to the move.
3. 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.
4. All equipment provided shall be in good working condition. No compensation will be provided for
maintenance or equipment before, during, or after projects. Payment will cease immediately for any
equipment that is broken down and for any equipment that is idled as a result of a breakdown.
5. All products are quoted F.O.B. at the site located on Upper Hoh Road at Milepost 8.0 and shall be hauled in
"on-road"highway legal trucks/trailers. Truck time will not be tracked.
6. If products are required that do not have prices quoted,a price will be established with the Engineer prior to
use.
7. Applicable sales and use tax are included in unit prices. By virtue of WAC 458-20-171, retail sales tax
does not apply to charges made in the repair of county roads. On such projects,the Contractor shall pay
sales/use tax on materials and supplies used or consumed in the performance of the work.
8. 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.
9. Contractor may work up to 10 hour days(40 hour week)Monday through Friday. If overtime is ordered by
the Engineer, rates will be negotiated.
10. All wage rates shall meet the minimum prevailing base and fringe rates for Washington State obtained at
http://www.lni.wa.gov/TradesLicensing/Prev Wage/WageRates/default.asp
11. Prior to contract execution,the Contractor shall secure a performance bond for the work. The County will
reimburse the Contractor for the cost of the performance bond.
12. 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 rejected by the Engineer. Rock products
shall meet all other requirements of the 2018 WSDOT Standard Specification section 9-13 except as noted
above.
13. If scales are not available at the quarry,weight data from previous projects may be used if applicable to the
trucks used on this project. Otherwise, plan to run each truck with a representative load over another scale
at least once during the project.
14. All work shall be completed in compliance with permits and authorizations obtained by Jefferson County
from the U.S. Army Corps of Engineers and the Washington State Dept. of Fish and Wildlife.