HomeMy WebLinkAbout020722ca09 Department of Public Works
0 Consent Agenda
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Mark McCauley, Interim County Administrator
From: Monte Reinders, P.E., Public Works Director/County Enginee5 f( ,_
r
Agenda Date: February 7, 2022
Subject: Execution of Contract with Sanford Irrigation for repair of HJ
Carroll Park athletic field irrigation system, County Project #
17521030
Statement of Issue: The athletic field irrigation system at HJ Carroll Park is in need
of repairs including a new timer, installation of swing joints on 92 heads, repair of a
valve, and the addition of a new irrigation zone near the baseball diamond. A
contract has been prepared and is ready for approval.
Analysis/Strategic Goals/Pro's Et Con's: The HJ Carroll Park athletic field is a critical
community resource that is used to its maximum capacity by youth and adult sports
leagues as well as casual use for recreation. This field is one of two public (non-
school) athletic fields in Jefferson County.
Fiscal Impact/Cost Benefit Analysis: The repair costs is $17,417. The repairs will
reduce irrigation costs and increase the usability of the athletic field.
Recommendation: Public Works recommends that the Board execute all three (3)
originals of the Contract and return two (2) originals to Public Works for further
processing.
Department Contact: Matt Tyler, 385-9160
Reviewed By:
vie -%2
Mark McCa y, Interim County Ad i strator Date
�j
CONTRACT
JEFFERSON COUNTY, WASHINGTON
THIS AGREEMENT, made and entered into this _ day of , between
the COUNTY OF JEFFERSON, acting through the Jefferson County Commissioners and the Director of
Public Works under and by virtue of Title 36, R.C.W, as amended and
Sanford Irrigation of Sanford Irrigation
hereinafter called the Contractor.
WITNESSETH:
That in consideration of the terms and conditions contained herein and attached and made a part of this
agreement, the parties hereto covenant and agree as follows:
1. The Contractor agrees to furnish all labor and equipment and do certain work, to -wit: That the
Contractor herein will undertake and complete the following described work:
Replace irrigation timer with Rainbird ESPMe 22 station timer, replace or repair leaking valve in
southeast corner of field; retrofit 92 irrigation heads with heavy duty V swing joints, backfill
each head and adjust for maximum coverage, check each head for function and replace as needed
using county owned heads in stock at the field; build one new irrigation zone along edge of
baseball diamond, at HJ Carroll Park athletic field per quote dated December 7, 2021.
for the total sum of Seventeen Thousand, Four Hundred and Seventeen dollars
($ 17,417 _) in accordance with and as described in the attached plans and specifications. 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 (60 ) 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.
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
Construction Contract Modified Contract F Page 1 of 10
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 (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.
Construction Contract Modified Contract F Page 2 of 10
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 defend, indemnify and hold the County, its officers, officials, employees, agents
and volunteers (and their marital communities) harmless from any and all claims, injuries, damages,
losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of
the Contractor in performance of this Agreement, except for injuries and damages caused by the sole
negligence of the County. Should a court of competent jurisdiction determine that this Agreement is
subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to
persons or damages to property caused by or resulting from the concurrent negligence of the
Contractor and the County, its officers, officials, employees, agents and volunteers (and their marital
communities) the Contractor's liability, including the duty and cost to defend, hereunder shall be only
to the extent of the Contractor's negligence.
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 the
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
Construction Contract Modified Contract F Page 3 of 10
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.
The provisions of this section shall survive the expiration or termination of this Agreement.
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
Exhibit A:
Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary
Exclusion
❑�
Exhibit B:
Certification of Compliance with Wage Payment Statues
Exhibit C:
Contract Bond, Jefferson County, Washington
Exhibit D:
Contractor's Declaration of Option for Contracts for Less Than $150,000
Exhibit E:
Contractor's Declaration of Option for Management of Statutory Retained Percentage
Construction Contract Modified Contract F Page 4 of 10
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 ,
Contractor:
Travis Cowan S�°''� �� r yl
(Please print) i
By:
-I r
r a v;_ cowqh
(Please print)
(Signature) f�
S A pj � o F
State of Washington, Contractor Registration Number
COUNTY OF JEFFERSON
BOARD OF COMMISSIONERS
Kate Dean, District I
Heidi Eisenhour, District 2
Greg Brotherton, District 3
Approved as to form only:
0—c-
Philip C. Hunsucker Date
Chief •y'1 Deputy Prosecutor
�7
31�loite Retn`lc ors; I':1;. Date
Public Works Director/County Engineer
t4 � �---. December 28, 2021
Construction Contract Modified Contract F Pagc 5 of 10
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.
Sanford Irrigation
Name of Contractor (Please print)
Travis Cowan
Name and Title of Authorized Representative (Please print)
-1 /Vpvol V�rw� IA I/a�
Signature of Authorize Representative
III am unable to certify to the above statement. An explanation is attached.
Construction Contract Modified Contract F Page 6 of 10
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, , 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.
Sanford Irrigation
Bidder's Business Z"L,
'1,.
of Authorized Official*
--Fr,qv.,s L;Wqrl
Printed Name
ouvk)er- V(-��
Title
1 A S: W
ate Y City State
Check One:
Sole Proprietorship ❑ Partnership Joint Venture Corporation
State of Incorporation, or if not a corporation, State where business entity was formed:
LC
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 Modified Contract F Page 7 of 10
Sanford Irrigation, Inc.
P.O. Box 2246
Sequim, WA 98382
Ph. (360) 683-9807
Lic.# SANFO11991 LF
Design Specifications and Quote
H J Carroll Park
9884 Highway 19
Chimacum, WA 98325
Contacts: Matt— Email: mt ler count rec.com; Ph. (360) 531-1744
Molly— Email: rnhiltCa),co.jefferson.wa.us; Ph. (360) 531-0043
Date: Revised on December 7, 2021 (Labeled each division of the
project and provided breakdown of cost for parts and labor)
Scope of Work:
Timer Replacement
Sanford Irrigation, Inc. will replace the existing timer with a Rainbird
ESPMe twenty-two station timer. This timer is both user friendly and yet
capable of highly customizable programs. It is wifi compatible (not included
at this time and depending on whether you can get wifi installed to the
building) and rain sensor compatible (not included at this time but
something to consider for conservation of water).
The price for this portion of the work is: $820.00 plus tax.
Parts will cost $515.00
Labor rate at $110.00 per hour for just under three hours.
Leaking Valve
Sanford Irrigation, Inc. will dig up the valve that is leaking in the valve
box off the southeast corner of the baseball diamond. Sanford will solve
the leak. This may include valve replacement with the spare valve supplied
by the park. It was determined that using that valve (should it be needed)
was the best idea since it matches the exact specs of the original valve.
The price for this portion of the work is: $400.00 plus tax.
Parts will cost $230.00
Labor rate at $110.00 per hour for about 1.75 hours.
This price is also with the assumption that we will be doing at least one
other portion of work simultaneously for the purpose of efficiency. If you
decide to have Sanford only do this portion of the work then the price is
$550.00 plus tax.
Parts will cost $230.00
Labor at $110.00 per hour will be just over three hours.
Retrofitting 92 Field Sprinklers with Swing Joints
Sanford will dig up each of the 92 Rainbird Falcon sprinklers in the
soccer field and baseball diamond. We will then retrofit each one with a
heavy duty 1" swing joint assembly complete with female threaded fitting,
three marlex and Sched. 80 nipple. We will then backfill each sprinkler at
grade and adjust them for maximum coverage. If we find sprinklers that
are no longer rotating, sticking up after they have been turned off or other
failures meriting a replacement, Sanford will use the spare sprinklers that
you already have to replace them.
All sprinkler brands and models have inherent weak spots in their
coverage. It is for this reason that systems ought to be designed with the
manufacturers' recommendations of spacing known as "head -to -head
coverage". This means that the spray of one sprinkler reaches all the way
to the closest adjacent sprinkler(s), thereby allowing the strong coverage of
each sprinkler to cover the weak areas of the sprinklers around them. I did
not see this design when two of the stations were turned on. Spacing
seemed longer than what I would have recommended or installed and
spray was falling far short of closest sprinklers.
So what I mean by "adjust for maximum coverage" is: "the nozzles
will be checked so that there is uniformity of precipitation rates for each
sprinkler (except in places that Molly has observed extreme dry or extreme
soggy —and we will then choose nozzles to attempt to compensate) and,
the set screw which holds the nozzle in place will be driven into the spray
so that there is a little extra diffusion of spray.
This is absolutely the best that we can do at this time. We take no
responsibility for the results of this uniform precipitation rate with uniform
sprinkler adjustments. The original design may prohibit full coverage and
there are simply too many factors (soil types, compaction, exposure to wind
etc.) that are outside of our knowledge and control at this time. As Matt
and Molly and I discussed, the best approach to attempt to resolve
coverage issues that may arise is for us or someone else to wait for July or
August so that we can see where the dry spots (and potentially over-
saturated areas) are located and potentially change nozzles and definitely
manipulate the sprinklers to attempt to address these areas. These future
adjustments are not part of this current bid.
However, the zone that is farthest east consisting of nine 360 degree
sprinklers is so far outside of the recommended flow and velocity rates that
Sanford will downsize these nozzles as part of this bid in hope that this
might result in "head -to -head coverage". Again, we take no responsibility
for the affects of these proper changes in regard to successful coverage of
the turf they are responsible for.
The price for this portion of the work is: $11,600.00 plus tax.
Parts will cost $1,350.00
Labor at $110.00 per hour for 93.25 hours will cost $10,250.00
Installing Sprinklers on Edge of Infield
Sanford will find the pipe that serves the sprinklers that are closest to
the baseball infield and build a new zone off of it with sprinklers that are in
the turf but right on the edge of the infield. We will use our vibratory plow
so that minimal damage is done to the field —no open trench, no reseeding
etc.
Due to the spacing between sprinklers being quite long and a gap in
coverage that would have appeared, Sanford will add two more sprinklers
to this zone so that spray onto the dirt is reduced further. One original
sprinkler on the far west end of the original zone will be retained in its
current position since it is far enough away from the infield.
Sanford will dig up and reuse the excellent Rainbird Falcon sprinklers
that were on the original zone. All sprinklers will be installed with the
proper marlex and nipple universal swing joints. Nozzles will be chosen to
reflect the new square area of turf each sprinkler is responsible for and
adjustments will be made with the same protocols and disclaimers as
written above.
The price for this portion of the work is: $3,100.00 plus tax.
The parts will cost $550.00
The use of the machine for two hours will cost $200.00
The labor at $110.00 per hour for 21.5 hours will cost $2,350.00
Warranties:
1). Automatic timer: 2 year as per manufacturer's warranty
2). All other materials we provide: 2 years
Start Date:
If you are satisfied with this estimate, please call our office phone at
(360) 683-9807. Leave a message for Heather and she will call you back
to discuss scheduling the project's start date.
HJ Carroll Park Irrigation Repairs Project Scope
Cost Summary
Machine
Item
Hours
Rate/Hour
Labor Total
Parts
Rental
Total
1
Install new timer
2.75
$ 110
$ 303
517
$ 820
Repair or replace leaking valve
2
using spare county valve
1.75
$ 110
$ 193
230
$ 423
Retro fit 92 irrigation heads with
swing joints, check heads, adjust
head height, modify nozzles as
3
needed
93.25
$ 110
$ 10,258
1350
$ 11,608
Build new irrigation zone along
edge of in -field, include two new
4
heads
21.5
$ 110
$ 2,365
550
200
$ 3,115
Total
119.3
$ 110
$ 13,118
2647
200
$ 15,965
Sales Tax 9.1%
$ 1,453
Grand Total
$ 17,417