HomeMy WebLinkAbout021020_ca04 Department of Public Works
0 Consent Agenda
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, P.E., Public Works Director/County Enginee
Agenda Date: February 10, 2020
Subject: Execution of Contract for Upper Oak Bay Electric Project
Statement of Issue: The Upper Oak Bay Campground electric system has been in
place for 25 years and is need of replacement. Using the MRSC Small Works Roster, a
contractor has been located and the contract is ready for execution.
Analysis/Strategic Goals/Pro's Et Con's: The electrical system will entirely replace
the panel, wiring, RV hook up pedestals for six existing campsites, and add 4 new
campsites. In addition the contractor will install a water line to the camp host site
and a light at the information kiosk. Electric service is the most desirable and
important amenity for most campers.
Fiscal Impact/Cost Benefit Analysis: The contract cost is $36,079. The project will be
funded through the Parks Improvement Budget.
Recommendation: Public Works recommends that the Board execute all three (3)
originals of the Contract and return two (2) originals to Public Works for further
processing.
Department Contact: Matt Tyler, 360-385-9129
Reviewed By:
2
h� ip Morley, Co ty Administrator) Date
CONTRACT
JEFFERSON COUNTY,WASHINGTON
THIS AGREEMENT,made and entered into this 10"'day of February,2019,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 of
Henden Electric Inc,26124 Calvary Lane,Kingston,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:remove and replace six existing recreational vehicle electrical hook up pedestals,install 4 new
pedestals,and install a new light in the information kiosk;including all new wiring,electrical service and equipment;and install 100 feet
of water line to site#20,county to provide water pipe and all materials;located at Upper Oak Bay County Campground,290 Cleveland St,
Port Hadlock WA; for the total sum of Thirty four thousand four hundred and forty four dollars($36,079), in accordance with and as
described in the attached plans and specifications and in the AIA Document A201 2017 `General Conditions of the Contract for
Construction'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 30 calendar days after the Notice to Proceed to the point
of Substantial Completion.
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. 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.
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.
PAGE 1 OF 9
B. General Liability(1)-with a minimum limit per occurrence of one million dollars($1,000,000) and an aggregate of
not less than two million dollars($2,000,000)for bodily injury,death and property damage unless otherwise specified in the
contract specifications. This insurance coverage shall contain no limitations on the scope of the protection provided and
indicate on the certificate of insurance the following coverage:
1. Broad Form Property Damage with no employee exclusion;
2. Personal Injury Liability,including extended bodily injury;
3. Broad Form Contractual/Commercial Liability including completed operations(contractors only);
4. Premises-Operations Liability(M&C);
5. Independent Contractors and Subcontractors;and
6. Blanket Contractual Liability.
(1)Note: The County shall be named as an additional insured party under this policy.
C. Automobile(2)-with a minimum limit per occurrence of$1,000,000 for bodily injury,death and property damage
unless otherwise specified in the contract specifications. This insurance shall indicate on the certificate of insurance the
following coverage:
1. Owned automobiles;
2. Hired automobiles;and,
3. Non-owned automobiles.
(2)Note: The County shall be named as an additional insured party under this policy.
Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of the contract
by the County. At the option of the County,the insurer shall reduce or eliminate deductibles or self-insured retention or The Contractor
shall procure a bond guaranteeing payment of losses and related investigations,claim administration and defense expenses.
The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate certificates and
endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to all of the requirements stated herein.
Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from any liability
under the Agreement,nor shall the insurance requirements be construed to conflict with or otherwise limit the obligations concerning
indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County(including its employees
and other agents and agencies),it being the intention of the parties that the insurance policies so affected shall protect both parties and
be primary coverage for any and all losses covered by the above described insurance. It is further agreed by the parties that insurance
companies issuing the policy or policies shall have no recourse against the County (including its employees and other agents and
agencies)for payment of any premiums or for assessments under any form of policy. It is further agreed by the parties that any and all
deductibles in the above described insurance policies shall be assumed by and be at the sole risk of The Contractor.
It is agreed by the parties that judgments for which the County may be liable,in excess of insured amounts provided herein,or
any portion thereof, may be withheld from payment due, or to become due, to the Contractor until such time as the Contractor shall
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.
PAGE 2 OF 9
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.
9. This contract is a Limited Small Works Project per RCW 39..04.155.Performance Bond and Retainage are Waived.
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.
PAGE 3 OF 9
Executed by the Contractor 2 0 204-9
Contractor:
(Please print)
By: ...5-z-.4 2 e%??//A2i
(Please print)
. -%1''' 'v--4e- -14
(Signature)
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:
Philip C.Hunsucker Date
Chie • • ty Prosecutor
..1•1•Zo
e Reinders,P.E. Date
Public Works Director/County Engineer
PAGE 4 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.
/7/er/
Name of Contractor(Please print)
.Se o , �4X-7 fires
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.
PAGE 5 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 August 12,2-
19,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.
Bidder's Business Name
Signature of Authorized 0 cial*
see 0.1 �� X1,4-7
Printed Name
Title
fl-e/y/ o ii a IT/z#City State
/
Check One:
Sole Proprietorship ❑ Partnership n Joint Venture Corporations'
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.
PAGE 6 OF 9
EXHIBIT C
SCOPE OF WORK,SPECIFICATIONS AND DESIGN
Scope of Work
County
1. County to verify location of new pedestals and service and mark with stake and flag.
2. Pedestals are designed for direct burial in soil.If concrete housekeeping pad desired,county to provide.
PUD
1.Contractor to be responsible for PUD fees and coordinating de-energizing existing service and energizing new service.
Electrical
1. Remove and dispose of original equipment.
2. Provide and install(1)320A meter base with(2)200A 240V rain tight panels.
3. Provide and install(10)RV pedestals with circuits and wire sizes in accordance with pages E-1 and E-3 of electrical drawings dated
24 Aug 18,and specifications below.
4. Provide wiring and circuitry to(2)photocell controlled LED strip lights at kiosk in accordance with sheets E-2,and E-3 dated 24
Aug 18,and specifications below.
Excavation
1.Provide excavation for above electrical in in accordance with electrical drawings and specifications included below.
2.Provide and install(1)3"PVC conduit with pull string in accordance with pages E-1 and E-3 of electrical drawings dated 24 Aug
18,and specifications below.
3.Compact backfill,patch road ways with gravel,distribute grass seed and mulch with straw,in all disturbed and restore the site.
PAGE 7 OF 9
Specifications
Permit and Labeling
1. Electrical contractor to obtain electrical permit prior to commencing work.
2. Electrical contractor to provide required labeling of all equipment.
Electrical
1. Scale on plans not verified for accuracy.
2. Service to be Milbank U3548-X 320A Meter Base and(2)Cutler Hammer rain tight 200A,32 space panels or equal.
3. RV pedestals to be Midwest U075CP6010 with 50A,30A RV receptacles and 20A GFI receptacle or equal.
4. Landscape pull box to be Oldcastle Precast 0910107 or equal.
5. Kiosk luminaries to be Lithonia XWMLED or equal.
6. Wire size to pedestals to be 4/0 Al URD quad or 1/0 URD triplex with individual ground or equal,depending on voltage drop.See
sheet E-3.
7. Wire size to kiosk landscape junction box to be#8 THHN CU.
8. Pedestals to be temporarily braced plumb until backfill is completed
9. Electrical Contractor to provide first 3"PVC conduit and first 90 degree sweep from service,bedded in pea stone
Excavation
1. Scale on plans not verified for accuracy.Excavation Contractor to field verify ditch lengths prior to submitting bid.
2. Excavation Contractor to coordinate location of existing utilities.
3. Secondary conduit ditch to be 32"deep.
4. Pedestal conduit ditch to be 20"deep.
5. Excavation Contractor to provide and install 3"PVC conduit from 90 degree sweep to transformer and install pull string.
6. Excavation Contractor to insure pedestals remain plumb after backfill.
General
1. Work days are Monday through Saturday.Work day hours(maximum)are 7:00 a.m.to 9:00 p.m.
PAGE 8 OF 9
r"""11
} ' 77—::
LE]
IA
i
1
lk
r
Z .
44 MUJ0
II
it
V L
§ ; 1
i i i it 5 0
1111111.111 . 0
g0
i
110x
Lga.
El]
Page 9 of 1 I
•C
•
{
0
c
Page 10 of 11
-o
Pa
Ori0
R 0 I I I I _1.19,.4,.•25
I oot OS SZ o
LE
NV kt"1VVI2LLV9'1a A21
CI ?121o'd)VS?IVO 21add1'1
•
`•I . ; .13'7101
, .IIIhh' ; (1J44dx6d•"4do?S N11oN) O
NY31149A
'4111111111110;1111
h0319'1b1011JYJ JI5+01]1
ED , I 30 NOlSN91X4 YOL 9zYLLVrj
I x08 NOLL3NY(9dSI
yJCNV�
I •
I II
I I
I I 1
• , I 1
o
0
+♦ 1
-1+♦ 2 39'RO}!1d39321 A21 b.,OZ/0£/OS/M
�1♦ y1S9Q9d Ali 1YOOZ-'d1.1 1t
ipip
•
•
(L-47d 495)'71-1
I S`79Nb+d/.OIL b'OOL(L)/M •aio3 xSLAr 0.1 J.7•-7> VOL
I 991A?13S AOIL VOLE `
I ♦
`♦?IS-01,4
/r f `0
, I
a
•
•
I
a '
[[E1 a
a (
(9Nr 9pN9*GNOA98.S's xo-add{7 ■
219WZiO3SNy2t1011MQNOJ.£..."----111.