HomeMy WebLinkAboutNordland Construction NW, Inc., Change Order No. 3 - 022420 O1 ' f O a/ 25/cL)
-1-0L+n c_,70(..24,"
JEFFERSON COUNTY
Sheet 1 DEPARTMENT OF PUBLIC WORKS Change
JC Transfer Station Site Improvement Project Order 3
Date: 18-Feb-20 CHANGE ORDER Number
Ordered by County Engineer under terms of
[]Contract documents Contract No.: 40120423
Change proposed by Contractor To:
Attn:Tom Johnson
ndorsed by: Nordland Construction North West,Inc. Nordland Construction North West,Inc.
I't Contractor Firm Name 123 Ponderosa Place
` L..,....„~ CL___` V hf1/4A:ar,..\\(,16,30 Nordland,
602 529 65358
azure !kite
ole
Consent given by Surety:(when required) Project Title:
JC Transfer Station:
By: Site Improvement Project
Attorney-in-fact Date
You are directed to perform the followingdescribed work upon receipt of an approved copy of this change order:
P
Construction DAYS ADDED COST WSST @ 9.0% COST W/WSST REMARKS
COP No.
for time 30 $ - $ - $ - no cost change
All work materials and measurement to be in accordance with the provisions of the specifications and
special provisions for the type of construction involved.
ORIGINAL CURRENT ESTIMATED ESTIMATED
CONTRACT CONTRACT NET CHANGE CONTRACT TOTAL
AMOUNT AMOUNT THIS ORDER AFTER CHANGE
$237,620.00 $265,833.26 0.00 $265,833.26
ORIGINAL CONTRACT CURRENT CONTRACT TIME NEW CONTRACT
COMPLETION DATE CONTRACT TIME CHANGE(Add) TIME
26-Jan-20 (140)days 30 March.27,2020
APPROVAL RLCCIMMI%QI)F.I) APPROVAL RECOu .9ED
1 /
Prof t,Allow.er r Date County Eng'
fr1I Date
A 'ROVAI RFC Mtv1I'NI)Fi)
20 2.0 APPRE+ IL 61,gjietitu
� _
Engineeringbervice,Manager • i Date Chair,Jefferson County Commissto • Date
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, Public Works Director/County Engine
ine�
Agenda Date: February 24, 2020
Subject: Execute Change Order#3 for the
Transfer Station Site Improvement Project
Project # 401204023
Statement of Issue: The Execution of a Change Order to the Construction Contract
for Site Improvements, including the installation of a modular office facility at the JC
transfer Station site at 325 County Landfill Road.
Analysis/Strategic Goals/Pro's Et Con's: This Change order is necessary to extend the
contract period.
Fiscal Impact/Cost Benefit Analysis: This project is funded with local funds. This is
a no cost change for a Contract time extension in the amount of 30 calendar days.
Recommendation: We recommend that this Contract Change Order be signed by the
Board. Please sign the three originals, retaining one for your records, and return two
originals to Public Works.
Department Contact: Gordon D. Ramstrom, Architectural Projects Planner,
360-385-9380
Reviewed By:
Philip Morley, ou - Administrator Date
- � ( . 7.(c1Jefferson County Public WorksTRANFER STATION: SITE IMPROVEMENT PROJECT #40120423
CONTRACT
JEFFERSON COUNTY, WASHINGTON
THIS AGREEMENT, made and entered into this day of (a41:4177 , 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 NORDLAND CONSTUCTION NW, Inc.of Nordland, WA,98358
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:
The Contractor agrees to furnish all labor and equipment and do certain work,to-wit: The scope of work is for a\\
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 project consists of improvements to the Jefferson County Solid Waste Transfer Station site for the installation of a
modular building,to be provided by the County. The site will be prepared,filled and compacted for the construction of a
cast in place concrete foundation,for the installation of the modular,with utility connections. Other elements include an
emergency facewash,concrete paving,and a canopy. Site improvements such as gravel parking,asphalt paving,culvert
replacement and site restoration in proximity to the Transfer Station will be installed. The site address is 325 County
Landfill Rd., Port Townsend, WA 98368.
for the total sum of Two hundred thirty seven thousand, six hundred twenty and 00/100 dollars ($237,620.00) 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 ninety(110)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 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
Construction Contract, Contract F, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page of 10
Jefferson County Public Works
TRANSFER STATION: SITE IMPROVEMENT PROJECT #40120423
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.
B. General Liability(l) - 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.
(l)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.
Construction Contract, Contract F, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 2 of 10
Jefferson County Public Works
TRANSFER STATION: SITE IMPROVEMENT PROJECT #40120423
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.
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.
Construction Contract, Contract F, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 3 of 10
Jefferson County Public Works
TRANSFER STATION: SITE IMPROVEMENT PROJECT #40120423
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$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
❑X Exhibit A: Certification Regarding Debarment, Suspension, Ineligibility,and Voluntary Exclusion
Exhibit B: Certification of Compliance with Wage Payment Statues
X Exhibit C: Contract Bond,Jefferson County, Washington
nExhibit D: Contractor's Declaration of Option for Contracts for Less Than $150,000
0 Exhibit E: Contractor's Declaration of Option for Management of Statutory Retained Percentage
Construction Contract, Contract F, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 4 of 10
Jefferson County Public Works
TRANSFER STATION: SITE IMPROVEMEN C PROJECT #40120423
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 -00{7 ,2019
Contractor:
/v ,g?.)L-13 CFSA/J'14i.A i/v.v AI-1
(Please print)
By: ._7y.ti,4S.
(Please print)
(Signature)
State of Washington,Contractor Registration Number
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
Kate Dean, Di i t 1
David Su iva i, istrict 2
Olk
Greg :ro - : District 3
Approved as to form only:
9.c/Philip C. ucke /26/99
Chief Civil Deputy Prosecutor
Monte 'eittrers, .E. Date
Public Works Director/County Engineer
Construction Contract, Contract F, Version I, Risk Legal Review Date xx/xx/xxxx(TBD) Page 5 of 10
5, �.�-•'� \ '� { � ! tt )\ { l.. 1i , 1A�� i
.l b f .>i{I��''v ( 7 i�� S."[ 1 ! -t
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.
)occlIrAN1 Con k.t( L)LkNy nc,-
Name of Contractor(Please print)
(Ar\ Pc‘? Nei 0 Ak.
Name and Title of Aut orized Representative(Please print)
Signature of Authorize Representative
EI am unable to certify to the above statement. An explanation is attached.
Construction Contract, Contract F, Version I, Risk Legal Review Date xxlxx/xxxx(TBD) Page 6 of 10
ir= ft--.--;cs,-,Y, County Pahli:, Works
TRANSFER STATION': SITE IMPROVEMENT PROJECT #40120473
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 8,2019 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.
nCc.\\a nit t +nStrikr t rv1 1 iy
Bidder's Business Name
Signature of Authorized Official*
Printed Name
fe 5:do /NE
itle
. ,2,6r1 _.)(-)(---c\1 ,d LILA
CityDate State
Check One: _
Sole Proprietorship n Partnership Ti Joint Venture Corporation..
State of Incorporation, or if not a corporation, State where business entity was formed:
<15h`,n
If a co-partnership, give name under which business is transacted:
7,_N) IA
*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.
Bond No. 0227049
Jefferson County Public Works
TRANSFER STATION: SITE IMPROVEMENT PROJECT #40120423
EXHIBIT C
CONTRACT BOND
JEFFERSON COUNTY,WASHINGTON
KNOW ALL MEN BY THESE PRESENTS:
That Nordland Construction Northwest, Inc. ,of 123 Ponderosa Place, Nordland, WA 98358 ,as Principal,
and Berkley Insurance Company , as Surety, are jointly and severally held and bound unto the COUNTY OF
JEFFERSON,the penal sum ofTwo Hundred Thirty Seven Thousand Six Hundred Twenty&No/1oq)o11 ($237,620.00
for the payment of which we jointly and severally bind ourselves, or heirs, executors, administrators, and assigns, and
successors and assigns,firmly by these presents.
The condition of this bond is such that WHEREAS,on the 7th day of OctoberA.D.,2019,the said
Nordland Construction Northwest, Inc. ,Principal herein,executed a certain contract with the County of Jefferson,by the
terms,conditions and provisions of which contract the said Nordland Construction Northwest, Inc.,Principal herewith,agrees
to furnish all materials and do certain work,to-wit: That the said Principal herein will undertake and complete the
following described work:This project consists of improvements to the Jefferson County Solid Waste Transfer Station
site for the installation of a modular building,to be provided by the County. The site will be prepared,filled and
compacted for the construction of a cast in place concrete foundation,for the installation of the modular,with utility
connections. Other elements include an emergency facewash,concrete paving,and a canopy. Site improvements such as
gravel parking,asphalt paving, culvert replacement and site restoration in proximity to the Transfer Station will be
installed. The site address is 325 County Landfill Rd.,Port Townsend,WA 98368,in Jefferson County,Washington,as
per maps,plans and specifications made a part of said contract,which contract as so executed,is hereunto attached,and is
now referred to and by this reference is incorporated herein and made a part hereof as full for all purposes as if here set
forth at length.
NOW THEREFORE,if the Principal herein shall faithfully and truly observe and comply with the terms,conditions
and provisions of said contract,in all respects and shall well and truly and fully do and perform all matters and things by the
said Principal undertaken to be performed under said contract, upon the terms proposed therein, and within the time
prescribed therein, and until the same is accepted, and shall pay all laborers, mechanics, subcontractors and materialmen,
and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such
work,and shall in all respects faithfully perform said contract according to law,then this obligation to be void,otherwise to
remain in full force and effect.
WITNESS our hands this 7th day of October ,2019
Nordland Construction Northwest, Inc. Berkley Insurance Company
PRINCIPAL SURETY COMPANY
By:_.."-- By:
y,J_nes Clegg,Agent s
Br 's
Attorney-in-factJudith C. Kaiser-Smith
Address of local office and agent
of surety company:
PayneWest Insurance, Inc.
501 N. Riverpoint Blvd., Suite 403
Spokane,WA 99202
James Clegg,Agent 509-789-7438
Construction Contract, Contract F, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 10 of 10
No.B1-78011
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON,DELAWARE
NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly
organized and existing under the laws of the State of Delaware,having its principal office in Greenwich,CT,has made,constituted
.:.4 and appointed, and does by these presents make, constitute and appoint: James E.Majeskey II;Judith C. Kaiser-Smith; Thomas
E. V.A. Davis;Shanalee E. Steele;Jaclyn R. Kruse;or Melissa Wolf of PayneWest Insurance,Inc. of Spokane, WA its true and
▪ lawful Attorney-in-Fact, sign t,to its name as surety only as delineated below and to execute,seal,acknowledge and deliver any and
all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed
Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and
acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons.
a This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
▪ without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is
granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010:
v▪ RESOLVED, that, with respect to the Surety business written by Berkley Surety, the Chairman of the Board, Chief
c Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein
6. to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
c attorney-in-fact and revoke any power of attorney previously granted;and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings,recognizances,
wor other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
'� manner and to the extent therein stated;and further
• RESOLVED,that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and
= further
r,▪ RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
• other suretyship obligation of the Company;and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued.
= IN WITNESS WHEREOF,the Comply has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this tKIday of IS'L 9.tri,
Attest: ::U
Insurance Company
TE (Seal) By
'7, Ir . ederman < Je 1 y. i after -1—tr
s Executive Vice President&Secretary Se i f e • esident
WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER.
0
STATE OF CONNECTICUT)
- ) ss:
COUNTY OF FAIRFIELD )
Sworn to before me,a Notary Public in the State of Connecticut, this day of t`17. (it , by Ira S. Lederman
and Jeffrey M. Hafter who are sworn to me to be the Executive Vice President Secretary, and Senior Vice President,
-,-4 respectively,of Berkley Insurance Company. 'R^e RUNORAKEN
NOTARY PURI IC r�` t' `J• ijW"
f CONNECTICUT
MY COMMISSION EXPIRES
77 APRIL 30,2024 otary Public,State o Connecticut
CERTIFICATE
I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a
• true, correct and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded
2 and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this Power of
Attorney is attached,is in full force and effect as of this date.
Given under my hand and seal of the Company,this 7th day of 0 , 201_9
(Seal) i/�
Vincent P.Forte
Jefferson County Public Works
TRANSFER STATION: SITE IMPROVEMENT PROJECT #40120423
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 Signed
Construction Contract, Contract F, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 9 of 10
•
1 i< A 1! i'K V \ t 1 " I' V
I e� :il ��1 1 i 'i�` ,�,1_ \ 1 'ii(),j! (_� i . _`'-.. i
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)n()t- t, .2(-)19 Signed �'---
B. I hereby elect to /K
have the Owner deposit the retained percentage of this contract in an interest bearing account.
not subject to withdrawal until after final acceptance of the work.
Date Signed
C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained
percentage accrues.
I hereby designate as the repository for the escrow of said funds.
I hereby further agree to be fully responsible for payment of all costs or fees incurred as a result of placing said retained
percentage in escrow and investing it as authorized by statute. The Owner shall not be liable in any way for any costs
or fees in connection therewith.
Date Signed
D. I hereby elect to provide a Retainage Bond in accordance with R.C.W 60.28.011.
Date Signed
Construction Contract. Contract F, Version I. Risk Legal Review Date xxixx/xxxx(TBD) Page 10 of 10
i •
NORDCON-02 "'NEIGHBORS
4C.iRpr CERTIFICATE OF LIABILITY INSURANCE D"TE'""'°°""""''
9/17/2019
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
M ODUCER CONTACT
eyneIsokaWestt Insurance ce
Inc. INA NYE . :( )838-3501
I No(509)8384511
01 N.Rive int Blvd.,Ste 403 :
,pokane,WA 99202
INSURERS)AFFORDING COVERAGE NMC i
INSURER A:BITCO General Insurance Corp 20095
NSURED
INSURER B:
Nordland Construction Northwest,Inc. INSURER C:
123 Ponderosa PI
INSURER D:
Nordland,WA 98358
INSURER E:
INSURER F
:OVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDMONS OF SUCH POUCIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
TTRR , TYPE OF INSURANCE A01111) INVD POLICY NUMBER (M DDI7MY UMTS
A X COMMERCIAL GENERAL LU1&CITY EACH OCCURRENCE 3 1,000,000_
CLAIMS-MADE X OCCUR X X CLP 3682173 5/28/2019 512$/2020 DAMAGE TO RENTED 300,000
PREMISES(FA acaarenosi S
MED EXP(Any one person) $ 10,000
PERSONAL&ADV INJURY $ 1,000,000
• GENt AGGREGATE LIMIT APP ES PER: GENERAL AGGREGATE $ 2,000,000
POLICY n JEt LOC PRODUCTS-COMPIOP AGG $ 2,000,000
I
OTHER: WA STOP GAP $ 1,000,000
A AUTOMOBILE LIABILITY C MBINEDSINGLE LIMIT $ 1,000,000
X ANY AUTO pU� X X CAP 3682174 5/28/2019 5/28/2020 BODILY INJURY(Per person) $
OWNE_ AUTO SONLY AUTOSSCHEDULED
BODILYBODILY INJURY(Per accident) $ _
AUTO ONLY AIMS G AGE
$
s
A X UMBRELLA UAB X OCCUR EACH OCCURRENCE 3,000,000
EXCESS UAB CLAIMS MADE CUP2817403 5128/2019 5/28/2020 AGGREGATE $ 3,000,000
DED X RETENTION f 10,000
��OpM�pp
AND EMPLOYERS*UUAABIUTY SETA UTE _ ERS
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
EL EACH ACCIDENT E
QFFI ERIMEn MO EXCLUDED? N I A
K ee desc rIbe undef E.L DISEASE-EA EMPLOYEE $
DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT $
ESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remark.Schedule, be attached I mon Vice is rod)
infer Station:Site Improvement Project/County Project*40120423•Jefferson County Transfer Station,325 County Landfill Rd.Port Townsend,WA
1368
rfferson County Is additional insured,on a primary/non-contributory basis,including waiver of subrogation,as per the attached forms.
:ERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Jefferson County THE EXPIRATION DATE THEREOF, NOTICE WILL. BE DELIVERED IN
P.O.Box 1220 ACCORDANCE WITH THE POLICY PROVISIONS.
Port Townsend,WA 98368
AUTHORIZED REPRESENTATIVE
,CORD 25(2016/03) ®1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
•
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, Public Works Director/County Enginee
Agenda Date: October 7, 2019
Subject: Execute Contract for the
Jefferson County Transfer Station: Site Improvement Project
Project # 40120403
Statement of Issue: The Execution of a Construction Contract for site improvements,
including compacted fill, a cast in place concrete foundation to receive a 14'x56' modular
office with canopy. Includes other work such as utility connections, concrete and asphalt
paving in several locations.
Analysis/Strategic Goals/Pro's & Con's: This procurement has been done via the Competitive
Sealed Bidding Process. Nordland Construction Northwest, of Nordland, WA was found to be
the most responsive and responsible Bidder. This project consists of improvements to the
Jefferson County Solid Waste Transfer Station site for the installation of a modular building,
to be provided by the County. The site will be prepared, filled, and compacted for the
construction of a cast in place concrete foundation, for the installation of the modular, with
utility connections. Other elements include an emergency facewash, concrete paving, and a
canopy. Site improvements such as gravel parking, asphalt paving, culvert replacement and
site restoration in proximity to the Transfer Station will be installed
Fiscal Impact/Cost Benefit Analysis: This project is funded with local funds. The contract
amount, is ($237,620.00) tax inclusive. This project will support Transfer Station operations
for the foreseeable future.
Recommendation: We recommend that this Contract (three originals) for construction be
signed by the Board. Please sign the three originals, retaining one for your records, and
return two originals to Public Works.
Department Contact: Gordon D. Ramstrom, Architectural Project Planner,
360-385-9380
R- -wd %'
.'41P / ivi?/,--,
• 'lip Mori,y, Co ty Administrat Date
, t
CONTRACT REVIEW FORM t"t N/9-06
'140k.w6 rtsf . - ro g- Vag/I
CONTRACT WITH:
(Contractor/Consultant)
CONTRACT FOR: JC Transfer Station Site Improvements TE ' '44 am}
COUNTY DEPARTMENT: Public Works
AUG 20 2019
For More Information Contact: Gordon Ram SSITON
FF
r.
Contact Phone #: (360)385-938(1"'� � r 9 '
INeRS
tgi Ty
RETURN TO: Chris RETURN BY: August 30,2019 F'
(Person in Department) (Date)
AMOUNT: TBD (Estimate=$149,207 w/ PROCESS: fJ Exempt from Bid Process
WSST)
_ Consultant Selection Process
Revenue: 401000010.34370.00 Cooperative Purchase
Expenditure: 4010001010.59437.62 X Competitive Sealed Bid
Matching Funds Required: NO _ Small Works Roster
Sources(s)of Matching Funds _ Vendor List Bid
— RFP or RFQ
_ Other
Step 1: :
REVIEW .�0i,r�Review by: ���� !.31%.7'T
Phili M
�� ' '�� p Orley
Date Revie ed: u
APPROVED FORM El 'eturned for revision(See Comments)
ents
Step 2: REVIEW BY PRECUT Nd TORNEY
Review by: �` • •�I Philip C. Hunsucker
Date Reviewed: /� Chief Civil Deputy Prosecuting Attorney
APPROVED AS TO FORM Returned'for revision(See Comments)
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
Admin will submit originals and 2 copies of Contract and Review Form with Agenda Bill to BOCC Office.
Place"Sign Here"markers on all places the BOCC needs td 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.)
\\CASTLEHILL\group\Publicworks\PwC1P\1. Solid Waste\TS 2019 New Office Project\3 Site Scope 40120423\CONTRACT\Contract\082319 TS Site Contract
Review Form docx rev 4/76/2(117
i . '1! 1?-10-II - 0A"- Dalt
JEFFERSON COUNTY
Sheet I of 3 DEPARTMENT OF PUBLIC WORKS Change
JC Transfer Station Site Improvement Project Order I
Date_ 5-Dec-19 CHANGE ORDER#1 Number
Ordered by County Engineer under terms of
ElContract documents Contract Nu.: 40120423
Change proposed by Contractor To:
Attn:Tom Johnson
Endorsed by Nordland Construction North West,Inc. Nordland Construction North West,Inc.
,......r.--- ,.^ om123 Ponderosa Place
-1 t (' ra"dor Firm Name
t.0/(._.�__.,._ •. u " fA/1)
/ 1) /+� Nordland,WA 98358
ti, ,,,,� / 1�, UBI:602 529 765
t i f 4/ 64t7/7 'T
Y 1,,,,
Consent given by Surely:(when required) Project Title:
• JC Transfer Station:
By: Site Improvement Project
Annrney-in-fuer Pate
You are directed to perform the following described work upon receipt of an approved copy of this change order:
Construction1!1 DAYS ADDED COST WSST!1%9.0% COST W/WSST REMARKS
COP No.
Construction See attached for
COP#i 0 $ 21,250.00 $ 1.912.50 . $ 23.162.50 breakdown
Construction $ 4,633.73 $ 417.04 = $ 5,050.76 See attached for
COP#2 0 breakdown
TOTAL ADD 0 $ 25,883.73 $ 2.329.54 = $ 28,213.26 with WSST
All work materials and measurement to be in accordance with the provisions of the specifications and
special provisions for the type of construction involved.
ORIGINAL. CURRENT ESTIMATED ESTIMATED
CONTRACT CONTRACT NET CHANGE CONTRACT TOTAL
AMOUNT AMOUNT TI IIS ORDER AFTER CHANGE
$237.620.00 $237,620.00 28,213.26 $265,833.26
ORIGINAL CONTRACT CURRENT CONTRACT TIME NEW CONTRACT
COMPLETION DATE CONTRACT TEME CHANGE(Add/Del) TIME
26-Jan-20 (110)days 0 26-Jan-20
APPROV /.RECOMMENDED APPR VAL. . OMMENDED
I P fZ� /2--Wg
Pro ,Manager �"", Date C minty Eng, Date
APPROVAL RE : MMENDED APPR
1V\-."--
. 1441Stir Lid`
ngcering
l. mJ ' nager Dan Chair,Jefferson C'minty Commissioners /Jute
CONSTRUCTION CHANGE ORDER PROPOSAL NO. 1
REQUEST FOR PROPOSAL
Project:Jefferson County Department of Public Works Date:November 8,2019
Project No: 40120423
TO: Nordland Construction Northwest Inc.
In connection with your Contract with Jefferson County please furnish your proposal for performing the changes outlined
below and/or detailed on the attachments referred to:
Description of Changes:
See attached Proposal Request for description of PRO3, PRO4 and PROS. See the attached marked up sign revised November
8, for locations
BY: '1/1" a y DATE: November 8,2019
(Gordon, Ram rom, Proje anager for J: erson County) j
VIEWED BY: —.mar DATE: *I 01/7
II (<2.5k, En: ices Mgr.,>2,5k ty Engineer)
�rlv
PROPOSAL
TO: Jefferson County
We propose to perform all changes described in the above request based upon the following unit costs. See the attached
Construction Cost Proposal dated October 31,2019.
PRO3 Asphalt Paving Revisions $18,050.00
PRO4 Change dimensions at the paving below the temporary tipping wall _0_
no cost change
PROS Expand modular access lane $3,200.00
Subtotal $21,250.00
WSST $1,912.50
Total Change Order Proposal $23,162.50
The foregoing amount covers all direct and indirect costs related to these changes and to the effect of the changes on the
remainder of the project. All other provisions remain in full force and effect.
We request the completion date be extended 0 working days because of this work.
BY: DATE:
(for (Contractor))
ACCEPTANCE OF PROPOSAL AND APPROVAL TO PROCEED WITH CHANGES
A future CHANGE ORDER TO THE CONTRACT will be prepared for execution by the Contractor and Jefferson County.
TO: Nordland Construction North West Inc.
You are hereby directed to proceed with the changes described above.
BY: i %v DATE:
• ( or on Ramstrom, Project Man.: or -fferson County)
REVIEWED BY: DATE: 1/ 111,1
(<2.5k, En:. gr., >2.5k County Engineer)
Nordland Construction NW Inc. \ MI
123 Ponderosa Place ,
Nordland,WA 98358 - _
Tel: (360) 379-1352 Fax: (360)360-5182
CONSTRUCTION COST PROPOSAL REQUEST
TO: Gordon Ramstrom 11/7/2019
Jefferson County Public Works
623 Sheridan Street Thomas Johnson
Port Townsend,WA 98368 Tel: (360)379-1352
360-385-9380 Cell: (360)774-1274
n ordla ndconstructionnwe hotmail.com
RE: Transfer Station Site Improvments Proposal Request#1 
Items PRO3&PROS and PRO4
Please find below our Lump Sum Pricing for PRO3&PRO5 Including all their components and response to PRO4
No. Item Quantity Amount
PRO3 ASPHALT PAVING REVISIONS LS $ 18,050.00
PRO5 EXPAND MODULAR ACCESS LANE LS $ 3,200.00
PRO4 NO COST CHANGE FOR DIMENSION CHANGE $ -
Subtotal: $ 21,250.00
WA Sales Tax 9%: $ 1,912.50
Sum Total of BID $ 23,162.50
1of1
•
CONSTRUCTION CHANGE ORDER PROPOSAL NO. 2
REQUEST FOR PROPOSAL
Project:JC TRANSFER STATION SITE IMPROVEMENTS Date: December 4, 2019
Project No: 40120423
TO: Nordland Construction Northwest Inc.
In connection with your Contract with Jefferson County please furnish your proposal for performing the changes outlined
below and/or detailed on the attachments referred to:
Description of Changes:
See attache Proposal R• uc-t7for description of COP 6,7,8 and 9.
BY: j,� c. I',0414, DATE: December 4, 2019
(Gordon Raiffm, Project Manage or Jcffcrson County)
REVIEWED BY: DATE: ' ' 5/1'7
`= • - '`fir.,>2.5k County Engineer)
PROPOSAL
TO: Jefferson County
We propose to perform all changes described in the above request based upon the following unit costs. See the attached
Construction Cost Proposal dated October 3 I. 2019.
DESCRIPTION AMOUNT
NCNW COP#6 Sewer drops tie-in under Modular Building $2,540.16
NCNW COP#7 Adding Roof Drain to Modular#4 $374.55
NCNW COP#8 Grade changes to the West Side Sidewalk: $874.16
NCNW COP#9 Locate and repair culvert at Transfer Exit: $844.86
Subtotal $4,633.73
WSST $417.04
TOTAL $5,050.76
The foregoing amount covers all direct and indirect costs related to these changes and to the effect of the changes on the
remainder of the project. All other provisions remain in full force and effect.
We request the completion date be extended 0 working days because of this work.
DATE: i _..i9
(for (Contractor))
ACCEPTANCE OF PROPOSAL AND APPROVAL TO PROCEED WITH CHANGES
A future CHA,A'GE ORDER TO THE CONTRACT will be prepared for execution by the Contractor and Jefferson County.
TO: Nordland Construction North West Inc.
You are hereby directed to pceed with the changes described above.
BY: / � v�/ t
y ✓ DATE: _ L_ -41
j (Gordon .- - -.
Ramstrom, Project Manager for Jefferson County)
REVIEWED BY: — DATE: / /7
(<2.5k, Eng. •• :r., .>2.5k County Engineer)
CHANGE ORDER PROPOSAL Jefferson County Department of Public Works
SCHEDULE Transfer Station: Site Improvement Project
Project#40120423
Location: DATE: December 4,2019
JC Transfer Station,325 County Landfill Road. REV:
TO: Tom Johnson, NCNW, Inc
BY: Gordon Ramstrom, Architectural Projects Planner
Cc: Jennifer Taylor,NCNW, Inc
Tom Boatman,JCPW-SW
George Puopolo,JCPW-SW
Eric Kuzma,JCPW
Monte Reinders,JCPW
DESCRIPTION PROPOSAL AMOUNT JCPW ACTION
COP#6 Sewer drops tie-in under Modular Building: 2,540.16 ACCEPT
Required to add as not included in the modular. 228.61 = WSST
$2,768.77= TOTAL
This work is pending.
Adding Roof Drain to Modular#4:
COP#7 Required to add as downspout receptors were not included 374.55 ACCEPT
for the east side of the modular roof. 33.71 =WSST
$408.26_= TOTAL
This work is completed.
Grade changes to the West Side Sidewalk:
Required to comply with revisions to the grade at the 874.16 ACCEPT
sidewalk at the west side of the tipping approach area. At 78.67=WSST
COP#8 the east front of the modular building. $952.83= TOTAL
This work is completed
Locate and repair culvert at Transfer Exit:
East end of this culvert was buried,and required extension 844.86 ACCEPT
COP#9 to suit added paving at this turn. This culvert was blocked, 76.04= WSST
and cleared out by County Forces. $920.90= TOTAL
This work is completed
SUB TOTAL $4,633.73
WSST $417.04
TOTAL $5,050.76
Page 1 of 1
JEFFERSON COUNTY PUBLIC WORKS
TRANSFER STATION SITE IMPROVMENTS
PROJECT NO. 4012043
11/27/2019
Change Order Proposal
Sewer Drops tie-in under Modular Buidling
Contractor Labor: Quant. Unit Price Cost
CARPENTER HR $ 72.70 $0.00
OPERATOR HR $ 77.42 $0.00
TRUCK DRIVER HR $ 69.92 $0.00
total: $0.00
Contractor Equipment:
CAT EXCAVATOR HR $ 28.13 $0.00
2017 KENWORTH TRUCK HR $ 94.22 $0.00
total: $0.00
Contractor Materials:
LS $0.00
total: $0.00
Subcontractor
SILVERDALE PLUMBING $ 2,268.00
total: $2,268.00
Markup $0.00
Contractor Markup on Labor @ 29% $0.00
Contractor Markup on Equipment @ 21% .00
$0
Contractor Markup on Materials @ 21% $2$0.00
Contractor Markup on Subcontractor @ 12% 16
total: $272.16
SubTotal: $2,540.16
Sales Tax $228.61
Grand Total COP: $2,768.77
silverdale plumbing & heating inc.
Cbf *(o
Date: November 27, 2019
From: Dennis Dlugosh- Silverdale Plumbing & Heating, Inc.
Re: Jefferson County Transfer Station
Port Townsend, WA
PLUMBING SCOPE OF WORK AS FOLLOWS:
Silverdale Plumbing and Heating, Inc. proposes to furnish labor and material to
install the following:
D. IF ANY OF THE EXCLUSIONS LISTED BELOW NEED TO BE INCLUDED IN OUR
SCOPE OF WORK, PLEASE CONTACT US FOR PRICING.
General Exclusions:
- Concrete cut, core, remove &patch
•6 Underground utility locating
.6 Select fill
•c, Any electrical
▪ Any sheetrock
.6 Any painting
*6 Condensate piping & drain
- Roof flashings
*6 Any exterior grease traps
.o Washington State Sales Tax
Job_Specic_Inclusions:
Tie modular unit sewer drops together under modular building
Prevailing wages
For the Sum of: $2,268.00
4 Considering the volatility of the market, our vendors are unable to guarantee
pricing. Therefore this proposal will expire in 30 days and will need to be re-
quoted after that time.
Submitted by Dennis Dlugosh
(360) 340-1393 cell
11875 Silverdale Way NW, Suite 104 • Silverdale, WA 98383 • (360) 692-8840 • Fax (360) 692-1867
•
JEFFERSON COUNTY PUBLIC WORKS
TRANSFER STATION SITE IMPROVMENTS
PROJECT NO. 4012043
11/27/2019
Change Order Proposal
Adding Roof Drain to Modular
Contractor Labor: Quant. Unit Price Cost
CARPENTER 2 HR $ 72.70 $145.40
OPERATOR HR $ 77.42 $0.00
TRUCK DRIVER HR $ 69.92 $0.00
total: $145.40
Contractor Equipment:
CAT EXCAVATOR HR $ 28.13 $0.00
2017 KENWORTH TRUCK HR $ 94.22 $0.00
total: $0.00
Contractor Materials:
CARLS BUILDING SUPPLY LS $ 154.53 $154.53
total: $154.53
Subcontractor
total: $0.00
Markup
Contractor Markup on Labor @ 29% $42.17
Contractor Markup on Equipment @ 21% $0.00
Contractor Markup on Materials @ 21% $32.45
Contractor Markup on Subcontractor @ 12% $0.00
total: $74.62
Sub Total: $374.55
Sales Tax: $33.71
Grand Total COP: $408.26
•
JEFFERSON COUNTY PUBLIC WORKS
TRANSFER STATION SITE IMPROVMENTS
PROJECT NO. 4012043
11/27/2019
Change Order Proposal
Grade changes to West Side Sidewalk
Contractor Labor: Quant. Unit Price Cost
CARPENTER 2 HR $ 72.70 $145.40
OPERATOR 1 HR $ 77.42 $77.42
TRUCK DRIVER 1 HR $ 69.92 $69.92
total: $292.74
Contractor Equipment:
CAT EXCAVATOR 1 HR $ 28.13 $28.13
2017 KENWORTH TRUCK 1 HR $ 94.22 $94.22
total: $122.35
Contractor Materials:
SHOLD EXCAVATING 1 LS $ 288.00 $288.00
total: $288.00
Subcontractor
total: $0.00
Markup
Contractor Markup on Labor @ 29% $84.89
Contractor Markup on Equipment @ 21% $25.69
Contractor Markup on Materials @ 21% $60.48
Contractor Markup on Subcontractor @ 12% $0.00
total: $171.07
Sub Total: $874.16
Sales Tax: $78.67
Grand Total COP: $952.83
JEFFERSON COUNTY PUBLIC WORKS
TRANSFER STATION SITE IMPROVMENTS
PROJECT NO. 4012043
11/27/2019
Change Order Proposal 1
Locate and Repair Culvert at Transfer exit
Contractor Labor: Quant. Unit Price Cost
CARPENTER 3 HR $ 72.70 $218.10
OPERATOR 4 HR $ 77.42 $309.68
TRUCK DRIVER HR $ 69.92 $0.00
total: $527.78
Contractor Equipment:
CAT EXCAVATOR 2 HR $ 28.13 $56.26
2017 KENWORTH TRUCK HR $ 94.22 $0.00
2007 JD BACKHOE 2 HR $ 39.65 $79.30
total: $135.56
Contractor Materials:
LS $ - $0.00
total: $0.00
Subcontractor
total: $0.00
Markup
Contractor Markup on Labor @ 29% $153.06
Contractor Markup on Equipment @ 21% $28.47
Contractor Markup on Materials @ 21% $0.00
Contractor Markup on Subcontractor @ 12% $0.00
total: $181.52
Sub Total: $844.86
Sales Tax: $76.04
Grand Total COP: $920.90
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, Public Works Director/County Engineer
Agenda Date: December 16, 2019
Subject: Execute Change Order#1 for the
Transfer Station Site Improvement Project
Project #401204023
Statement of Issue: The Execution of a Change Order #1 to the Construction Contract
for Site Improvements, including the installation of a modular office facility at the JC
transfer Station site at 325 County Landfill Road.
Analysis/Strategic Goals/Pro's Et Con's: This added work was necessary to address
undiscovered conditions, extend paving, and resolve construction conflicts.
Fiscal Impact/Cost Benefit Analysis: This project is funded with local funds. The
contract change is $28,213.26 tax inclusive.
Recommendation: We recommend that this Contract Change Order be signed by the
Board. Please sign the three originals, retaining one for your records, and return two
originals to Public Works.
Department Contact: Gordon D. Ramstrom, Architectural Projects Planner,
360-385-9380
Reviewed By:
`Ph 1iip Morley, (C. •my Adminastr Date