HomeMy WebLinkAboutAward Contract Seton Construction Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Mark McCauley, County Administrator
From: Monte Reinders, P.E., Public Works Director/County Engineer�C
Agenda Date: April 24, 2023
Subject: Award of Contract—Port Hadlock Wastewater Facility- Phase I, Site
Preparation, Earthwork, and Service Utilities
Statement of Issue: Award of Contract to Seton Construction of Port Townsend, Washington
for their bid of$1,139,547.00 plus WSST for the above referenced project.
Analysis/Strategic Goals/Pro's& Con's: The Public Works Department has completed checking
the bids and has investigated the qualifications of the lowest bidder including Bidder
responsibility criteria of RCW 39.04.350(1) and project supplemental criteria of Special
Provision 1-02.14. Bid tabulations and Bidder verification documentation is attached.
Fiscal Impact/Cost Benefit Analysis: The Bid amount is $1,139,547.00 plus WSST. This project
is fully funded with an appropriation from the State of Washington received in the 2021 Capital
Budget utilizing Coronavirus State and Local Fiscal Recovery Funds (SLFRF) from the federal
American Rescue Plan Act (ARPA
Recommendation: Public Works recommends that the Board authorize the Award of Contract
to Seton Construction by signing the attached document and returning it to Public Works for
further processing.
Department Contact: Monte Reinders, P.E., Public Works Director, Ext. 242
Reviewed By:
Mark McCauley unty Administrator ate
ON
Department of Public Works 623 Sheridan Street
Port Townsend,WA 98368
_ = Jefferson County, Washington 360-385-9160
DATE: April 24,2023
TO: Board of County Commissioners
FROM: Monte Reinders,P.E.,Public Works Director/County Engine;/�
SUBJECT: AWARD OF CONTRACT
Port Hadlock Wastewater Project
Phase 1 —Site Preparation, Earthwork,and Service Utilities
County Project No. 180-2114-0
In the ►natter of awarding a construction contract for the above referenced work:
• The Call for Bids was issued by the Board of County Commissioners on March 6,2023.
• Due notice of the Call for Bids was given as required by law.
• Sealed bids were received and opened in public on March 30,2023 at 2:00 p.m. in the Commissioner's
Chambers.
• The Public Works Department has completed checking the bids and has investigated the qualifications
of the lowest bidder including Bidder responsibility criteria of RCW 39.04.350(1) and project
supplemental criteria of Special Provision 1-02.14.
• Bid tabs are attached for reference.
The Public Works Department recommends that the construction contract be awarded to the lowest responsive
and responsible bidder:
Seton Construction of Port Townsend, Washington for their bid amount of$1,139,547.00 plus WSST
for the:
Port Hadlock Wastewater Project, Phase 1 — Site Preparation, Earthwork, and Service Utilities, County
Project No. 180-2114-0.
Approved
Greg Brotherton Date
Chair,Board of County Commissioners
Attached: Bid Tabulations
Bid&Contractor Verification Summary
Supplemental Bidder Criteria
BID TABULATION SUMMARY
PHASE I-SITE PREPARATION,EARTHWORK,AND SITE UTILITIES
COUNTY PROJECT 405-2114-0 Nordland Construction Satan Construction Interwest Construction Inc. Mike McClung Construction Co. Bruch and Bruch
BID OPENING DATE: March 30,2023 ENGINEER'S ESTIMATE 123 Ponderosa Place Nordland. 4640 S.Discovery Rd. 170 Business Perk Loop PO Box 1189 PO Box 250
BID OPENING TIME: 2:10 a.m. WA 98358 Port Townsend.WA 98368 Sequim,WA 98362 Buckley,WA 98121 Port Angeles.WA 98362
ITEM QUANTITY UNIT ITEM DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL
N 0. BID BID BID BID BID BID BID BID BID BID BID BID
PREPARATION
1I ti M D BI I!A 110 N 5728 .91. $226 594.50 $195,000,00 195 000,00 $54 500.00 $54,500.00 225 C00 00 $225 000.00 $225,000.00 5225 000.00 $172,000.00 $112 000.0
2 I I S C I L A N N G 8 G R U BBIN G E 120,000 00 $120 000,00 $75 000.00 E 75 000.00 S55 000.00 $55,000.00 285 0'10 00 5285 000.00 320 000.00 $320 000.00 $114,800.00 114 800.0
GRADING
1 I. ROADWAY EXCAVATION AND EMBANKMENI $90000.00 590000.00 $85000.00 $85,000.00 $75000.00 $75,000.00 33000,00 $33,000.00 $57,500.00 $57,500.00 $63,400.00 $63,400.0
4 1 L.S. WASTEWATER POND EXCAVATION AND EMBANKMENT $465.000,00 $465.000.00 $210.000.00 $210.000.00 S35.000.00 $35,000.00 91000.00 $91.000.00 275000.00 275000.00 $105.950.00 $105.950.0
5 B00 C.Y. CLAY CORE $100.00 $80,000.00 $125.00 $100,000.00 $49.00 $39,200.00 $115.00 $92,000.00 $200.00 $160,000.00 $102.00 $81,600.0
6 100 C.Y. UNSUITABLE FOUNDATION EXCAVATION INC.HAUL $45.00 $4,500.00 560.00 $6000.00 35.00 $3500.00 $75.00 7500.00 $50,00 $5000,00 61.00 6700.0
DRAINAGE
7 20 LF CL 1111 R INF,CONIC.SOTRM SEWER PIPE IB-INCH DIAM. 120.00 2400.00 300.00 $6000.00 51/0.0o 53400.00 100,00 2000.00 100.00 $2000.00 145.00 -00.0
8 10 TON QUARRY SPALLS $50.00 $500.00 100.00 $1 000.00 10.Do $700.00 $110.00 $1,700.00 $60.00 $600,00 $95.00 $950.0
9 540 L.F. STORMWATER DITCH $50,00 527000.00 580.00 $43,200.00 $4050 $21,870.00 60,00 $32,400.00 $50.00 $21,000400 $66,40 $35,856.0
STRUCTURE
10 1 L S. S T R U C T U RAI EARIH W A I L J300
0.Do 100 000.00 $90 000.00 90 000.00 $51 500 00 57 500,00 $110 000,00 S 1 10 000.00 BO 000.00 80 000.00 75 140.00 75 140.0
11 1 1.5. SHORING OR LXIRA EXCAVATION CI A 0,00 520000.DO $15000.00 15000.00 5000.00 S5000.00 $18000,00 18000,00 5000.00 $5000.00 17300.00 $17300.0
WATER AND SEWER
12 477 L.F. PVC PIPE FOR WATER MAINS 6-INCH DIAME I ER 00 38160.00 75.00 35775,00 59.00 28143.00 63.50 30289.50 75.00 35775.00 57.60 27475.2
13 EA. SERVICE CONNECTION FOR 2-INCH DIAMETER . 0 $3000.00 250 0 2500.00 7600.00 76 0.00 7200.00 7200.00 5500.00 5500.00 1 7 0 4370.14 1 EA. APPING S E VE AND VALVE ASS M Y 6-INCH .00 5 000.00 8 000.00 B 000.0 00.0 5 900.00 6 200.00 6 200.00 6 500.00 6 500.00 7 810.00 7 81 .15 1 E A HY RANI ASSEMBLY .00 $5,000.00 $10,000.00 $10,000.00 $9,500.00 $9,500.00 $9,650.00 $9,650.00 $9,000.00 $9,000.00 $9,300.00 $9,300.0
16 744 L.F. RELOCATE WATER SERVICE 1-INCH DIAMETER $25.00 $18,600.00 $50.00 $37,200.00 $18.00 $13,392.00 $23.00 $17,112.00 $20.00 $14,800.00 $13.90 $10,341.E
17 1 E A. MANHOLE 48-I N DIAM.TYPE 1 $10 000.00 $10,000.00 $12,000.00 $12.000.00 $6.000.00 $6,000.00 $5.850.00 $5.850.00 $15.000.00 $15.000.00 $12.800.00 $12,800.0
18 3 L.F. MANHOLE ADDITIONAL HEIGHT 48-IN.DIAM.TYPE $500.00 1500.00 $1.000.00 $3000.00 $1,500.00 $4,500.00 57100.00 $4,200.00 $2.500.00 $7500.00 $925.001 $2,775.0
19 3278 L.F. HOPE PRESSURE SEWER PIPE 6-IN.DIAM.OR 11 150.00 $491,700.00 $118.00 $386.804.00 $39.00 $127,842.00 $45.00 $147,510.00 $50.00 $163900.00 $48.50 $158983.0
20 842 L.F. HOPE PRESSURE SEWER PIPE 10-IN.DIAM.OR 17 200.00 $168,400.00 $185.00 $155,770.00 $87.00 $73,254.00 $90.00 $75,780.00 $125.00 $105250.00 $90.50 $76,201.0
21 120 L.F. HOPE SEWER CASING PIPE 12-1111.DIAM. 30.00 $3,600.00 $300.00 $36,000.00 $75.00 $9.000.00 $120.00 $14,400.00 $100.00 12000.00 $63.00 $7,560.0
22 40 1.F. H PE SEWER CASING PIPE 6-111.OIAM. 70.00 $2,800.00 $200.00 $0,000.00 $35.00 $1400,00 $30.00 $1,200.00 $60.00 $2,400.00 $14.00 $560.0
23 134 1.F. PVC SANITARY SEWER PIPE 10-IN.DIAM. 100,00 513400.00 $125.00 $16,750.00 $70.00 $9,380.00 $85.00 $11,390.00 $150.00 $20,100.00 $188.00 $25,197.0
24 4 EA. GATE VALVE FOR PRESSURE SEWER 6-111.DIAM, $3,000.00 $1 000.00 $3,000.00 $12,000.00 $2,900.00 $11,600.00 $1.725.00 $6.900.00 $2.500.00 $10,000.00 $3075.00 $12,300.0
25 4 EA, PRESSURE SEWER C L E A N O U T 1 000.00 $4,000.00 $1,500.00 $6 000.00 $3.000.00 $12,000.00 $2,375.00 $9,500.00 $3,500.00 $14,000400 $1 895.00 $7,580.0
26 100 C.Y. REMOVAL a REPtAC EMENT OF UNSUITABLE MAT E RIAI. 50.00 $5.000.001 $75.00 $7500.00 05.00 $8500.00 140.00 $14,000.00 E50.00 $5000.00 $98.00 $9,800.0
27 1 LS. SHORING OR EXTRA EXCVATION UTILITIES $500oo Do $50.000,001 $15000.00 $15000.00 $5,000.00 $5000400 $15,000.00 $15000.00 550000.00 $50,000.00 $28.500400 $28.500.0
SURFACING
28 1 490 TON CRUSHED SURFACING BASE COURSE $50.00 572500.00 547.00 $68150.00 $30.00 $43500,00 $45.00 $65,250.00 $50.00 $72,500.00 $29480 $43,210.0
29 S00 TON CRUSHED SURFACING TOP COURSE $50,00 S25000,00 550.00 $25,000.00 $59,00 $29500,00 $45.00 $22,50000 60.00 $30,000,00 $34.30 $17j50.0
HOT MIX ASPHALT
30 3 :; TON COMMERCIAL LIMA 5175.00 557750.00 S116,G0 $57350.00 $152.00 $50,160.00 s163.00 $54.450DO $130.00 $42900.00 $153.00 $50490,
EROSION CONTROL a ROADSIDE RESTORATION
31 1 I S EROSION/WATER POLUTION CONTROL 30 000 00 530 000.00 $25 000.00 25 000.00 4 000.00 $4 000.00 13 000.00 13 000. 0 5 000.00 $S 000.00 14 400.00 14 400.0
32 330 S.Y. STABILIZED CONSTRUCTION ENTRANCE $35,00 511 550.00 540.00 $13,200.00 $21,00 $6,930,00 $30.00 9 .00 $20.00 $6600,00 $41.50 $13.695.0
33 500 S.Y. BARK ORWOOD CHIP MULCH $20.00 1 510000.cc $15.00 $7500,00 $25,00 $12,500.00 SB.00 $4,000.00 $10.00 55000.00 $21.00 $10,500.0
34 600 S.Y. TOPSOIL TYPE B $40.00 S24 000.00 540TO $24.000,00 S20,00 $12.000.00 $10,25 $6,150.00 $10.00 $6 000.00 $35.00 $21,000.
35 2100 L.F. HIGH VISIBILITY SILT FENCE $7.00 $14700.00 $7.00 14700.00 $9.00 $18.900.00 $7.50 $15,750.00 $6.00 $12,600.00 $7.10 $14,910.0
35 245 L.F. HIGH VISIBILITY FENCE 5. 0 $1,225,00 $6.00 $1,470400 1 470. 0 S5450 $1,59?.50 $4.00 S980.00 $4.20 $1.029.0
37 24 DAY ESC LEAD15 3 125,00 $3,000.00 $200.00 $4,000.00 $165.00 $3.960.002 $4 800,00 $225.00 $5,400.0
8 3 ACRE DIN FERTILIZING,AND MULCHING 8 0 524000.00 $6,500.00 $19,500400 $4,500.00 $13,500.00 $5,000.00 $18 4000.00 $12,000600 $3,300.00
39 40 E A. P IPE VINE MAPLE IT GALLON) 4 1 600.00 90.00 $3,500.00 $80.00 $3,200.00 $21.00 $840600 25.00 SI.000.00 35.00 400.0
40 46 EA. P IPE BIG LEAF MAPLE IT GALLON) 4 .00 $1,840.00 90.00 $4,140400 8 $3680.00 $21.00 $966.00 $25.0 1150.00 35 001 $1,510.0
41 44 EA. P IPE RED ALDER I GALLON) 4 1 760.00 90.00 $3.960.00 3520.00 $21.00 $924.0025.0 1100.00 35.00 $1.540.0
42 45 EA. P IPE SHORE PINE IGALLON) 40.00 $1.800.00 $90.00 $4.050.00 $80.00 $3600.00 $21.00 $945.00 $25.00 $1125.00 $35.00 $1,575.0
43 89 EA. P IPE DOUGLAS FIR 0 GALLON) 40.00 $3.560.00 $90,00 $8010.00 $80.00 $7.120.001 $21.00 $1,069.00 $25.00 $2,225.00 $35.00 $3,115.0
44 42 EA. P IPE WESTERN RED CEDAR 1 GALLONI 40.00 $1.680.0090.Do $3,780.00 .00 $ 360.00 $21.00 $882.002 . 0 $1 5 3 0 $1,470.
45 24 EA. P IPE 5 E R VIC E BERRY 1 G ALL 0 N 40. 0,00 $90.00 $2,160.00 $00-00 $1,920.0021.00 $504.002 .00 $600-00 $35.00 $840.0
46 27 E A. P IPE RETINIG DOGWOOD 1 GALLON GALLONI 40.00 1 90.00 $24 0 21 0.00 18.001 S486.002 75.00 $35.00 $945.
47 297 E A. PSIPE SALAL IT GALLON) 40.00 $11 0 $90.00 $26,730.00 $80.00 $23,760.0018.001 $5.346.002 0 $7,425.00 $35.00 $10,395.0
48 52 E A. P IPE OCEAN SPRAY 1 GALLONI 2 080400 $90,00 $4,600.00 $80,00 $4,160.0018.00 $936.002 1.300.00 S35.00 $1,820.
49 155 E A. P IPE OREGON GRAPE 1 GALLON) 4 20 .00 90.00 1 0.00 80.00 124 1 279 .0 2 .00 3 7 . 535. 42 .
50 2 7 A. IPE W R D FERN 1 ALL N 4 51 28 .00 590.00 2 1 . 0 80.00 20 560.00 1 4 626.0 2 56 42 0 35.00 5.0
1 10 EA. P IPE RED F WERIN RRANT 1 4 400.00 590.00 0.00 80. f800.00 21. 210. 25.00 $25 35.00 350.0
52 4 EA. P IPE N TKA ROSE 1 GALLON 40. 160.00 $90.00 360.00 80.00 5320.00 $21.001 $84.00 $25.001 S100.001 $35,00 140.0
ITEM QUANTITY UNIT ITEM DESCRIPTION UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL UNIT TOTAL
N0. BID BID BID BID BID BID BID BID BID BID BID BID
53 69 EA. PSIPE PACIFIC WILLOW LIVE STAKE) 15.00 $1,035.00 $90.00 $5210.00 80.Do 55520.00 18.00 $1,242.00 $8.00 5552.00 35.00 $2,415.0
54 119 EA. PSIPE SITKA WILLOW LIVE STAKE 15.00 $1,785.00 $90.00 $10,710.00 80.00 $9520.00 $18.00 $2,142.00 $8.00 $952.00 $3500 $4,165,0
55 57 EA. PSIPE COMMON SNOWBERRY IT GALLON $40.00 2280.00 590.00 $5130.00 80.00 54560.00 $21.00 $119700 $25.00 5142500 $35.00 f1995.0
TRAFFIC
56 1 L.S. PROJE CT TEMPORARY TRAFFIC CONTROL 5IO,GDO 00 510000.00 525000.00 $25000.00 529000.00 529000.00 $35000.00 $35000.00 $80000.00 $80,00000 $3725000 $37250.0
OTHER ITEMS
57 1 LS SPCC PLAN $1.000.00 $1000.00 $1.000.00 $1000.00 $1500.00 $1500.00 $875.00 $875.00 500.00 S50000 $2700.00 $2,700.0
58 1 L.S. MONITORING WELL DECOMMISSIONING $10000.00 $To 000.00 510000.00 $10000.00 $8800.00 58800.00 12850.00 $12850,00 $15,000.00 $15,000.Do 54770.00 $4,770.0
59 1992 L.F. JOINT UTILITY TRENCH POWER AND COMMUNICATION 50.00 599600.00 550.00 $99,600.00 32.00 $63,744.00 $38.00 $75696.00 20.00 $39,840.00 29.70 $59,162.4
60 4 EA. UTILITY VAULT AND IID $2000.00 $8000.00 $6000.00 $24000.00 $1250.00 55000.00 51475.00 $5900.00 ffi OOD.00 $24000.00 $2905.00 $11620.0
61 818 L.F. COATED CHAIN LINK FENCE TYPE 3 $60.00 $49080.00 560.00 $49080.00 $39.00 $31902.00 $80.00 $65440.00 $75.00 $61350.00 f1700 $62986.0
62 2 EA. DOUBLE 14 FT.CHAIN LINK GATE $5000.00 $10000,00 $4500.00 f9000.00 f1 750.00 $3500.00 $3425.00 $6850.00 $2100.00 $420000 $1320,00 $2640.0
63 2 EA. DOUBLE 20 FT.CHAIN LINK GATE $6000.00 $12000,00 $5000.00 $10000,00 $2500.00 55000.00 53850.00 $7700.00 $3000.00 $6000.00 $1675,00 $3350.0
SUBTOTAL: $2492539.50 f2189379.00 f1139547.00 1724634.00 $2094404.00 f1512501!2
SALES TAA: f226821.09 f199233.49 1103698.78 f156941.69 $190590!76 f137631.6
TOTAL: f2119360.59 f2388612.49 f1243245.78 f1881575.69 f2284994.16 f1650138.8
Prepared by Project Manager.
e.vie.wed by End.Serv,Manager.
Reviewed by County Engineer:
BID&CONTRACTOR VERIFICATION SUMMARY Form Ve,slon Date 3/31/2023
Jefferson County Public Works Bid Opening Dale: 30-Mar-23
Project Name Phase 1-Site Preparation,Earthwork.and Utilities Bid Opening Time: 2 OOpm
County Project No. 405-2114-0
i " m
0a3
uo,
ZO
°wIS w
F ' H w5 aa?w
° F U R uY =Z o F5g o is gq
5 9a 5 �° �_ Aso ' W� az w3= € w � ��c zo
1. 0S Q is
S g Se 9� �av 0 Ng
o - Y w w ¢ g �b �'° u k's ; "=i moo$ �R oRi w
I.
1. 9 — < " a 3 c e yyE £ _ E$8€ 0 0 pT� o a o w Z. �Z a
o i m o & °u g < li ut � �} iY SSE c S x S vb �w 0 . c!y < w°z
conrlucroR — — i ° K o a$ <@@ o $ @ o$u° 1,E L o w a o@ 1. _
wo��de care sebmn;ed.
A nt a No records 1oun�: YES a d nxsedn9 Sent or Nol
Eltafnn�F 1.:.34,w 00 YES YES YES YES 91.123458T YES YES YES YES YES YES 1 YES WA Not a OBE YES Nd on IM 12M56T89 12UN789 ABCDEF-123YZ VI2018 YES —1 Nd on 1. by SAM N/A E eltended Re,,uneol
Salon Consouaim Inc.
4640 5.Oisweery R4. Accoatl a SWrdKa4
7 Pal Townsend,WA98385 $1138541.00 A YES YES YES YES 914910295 YES NIA WA YES YES WA WA WA Nda DBE WA WA 600120 SOL 600120687 SETONCIISSOA 10/30/2023 YES aarenl Not on let M9F5HUT8R7M5 68T.88 N/A EYenp U1712023 V112023
Bmdt 613—CanaWctim Inc. S',t,ed
M5.250 Accord is QW23(6:00
Z Pal M9ales,WA 98362 $1,512,501.20 YES YES YES YES 91-1195183 YES NIA NIA YES YES WA WA WA Nda OBE WA WA 600408712 60046E T12 BRUCHCB1rOCM 5/1412023 YES current NW an let EBSOFSM9YLK9 848,019-01 WA EMmpl 3I182023 mn)
ImO N caH Wd Inc
Not Ralulred
609 NMN wn BNd Mwud is only z low
3 Budingtm,WA98233 S1.224,634 OC YES YES YES YES 91-1413003 YES NIA WA YES YES WA NIA I WA I 14-13BE WA WA 8U1029425 1.1029425 I NTERC1121OF 7112023 1 YES mm1 Not on till NKSPLR12M4J8 MS,53 N/A Exempt 3/1BI2023 bidden
Mille WC.,Con.—Co. Na Requ'd
PO Bax 1189al2 Ms Sl.STE A Aemum a only 21-
4 Buckley.WA 98321 S2.0.40401 YES YES YES YES 91-2118939 YES NIA NIA YES YES NIA NIA WA Nm80BE NIA WA 802201001 502NION MIKEMCC981KB U112023 YES Nat do lial KPP5PHPRW968 032,T83-N N/A Exempt 31172023 b14Eers
Nordlend Cor—Ow NW Inc- Na Required
123 Ponderosa Place A--is only 21—
S 14--d,WA99356 52.189329 pC YES YES YES YES 41-2162800 YES NIA WA YES YES WA WA WA Not a OBE WA NIA GUU970 W2529765 NOR I-CN953NT 512012023 YES Nol on i.st N4TNWZIUSL5 159,861-00 N/A Exempt VIM023 III
ENBN4EER'b ESTIMATE 11.112,11111
Notes:
Special Provision 1-02.14 Supplemental Bidder Criteria
Submit by Noon on Monday (4/3)
3. Subcontractor Responsibility
A. Criterion: The Bidder's standard subcontract form shall include the
subcontractor responsibility language required by RCW 39.06.020, and the
Bidder shall have an established procedure which it utilizes to validate the
responsibility of each of its subcontractors. The Bidder's subcontract form shall
also include a requirement that each of its subcontractors shall have and
document a similar procedure to determine whether the sub-tier subcontractors
with whom it contracts are also "responsible" subcontractors as defined by RCW
39.06.020.
B. Documentation: The Bidder, if and when required as detailed below, shall
submit a copy of its standard subcontract form for review by the Contracting
Agency, and a written description of its procedure for validating the
responsibility of subcontractors with which it contracts.
4. Claims Against Retainage and Bonds
A. Criterion: The Bidder shall not have a record of excessive claims filed against the
retainage or payment bonds for public works projects in the three years prior to
the bid submittal date, that demonstrate a lack of effective management by the
Bidder of making timely and appropriate payments to its subcontractors,
suppliers, and workers, unless there are extenuating circumstances and such
circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall submit
a list of the public works projects completed in the three years prior to the bid
submittal date that have had claims against retainage and bonds and include for
each project the following information:
• Name of project
• The owner and contact information for the owner;
• A list of claims filed against the retainage and/or payment bond for any of the
projects listed;
• A written explanation of the circumstances surrounding each claim and the
ultimate resolution of the claim.
5. Public Bidding Crime
A. Criterion: The Bidder and/or its owners shall not have been convicted of a crime
involving bidding on a public works contract in the five years prior to the bid
submittal date.
Phase I—Site Preparation, Earthwork, and Utilities
Supplemental Bidder Criteria
Special Provision 1-02.14 Supplemental Bidder Criteria
Submit by Noon on Monday (4/3)
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
and/or its owners have not been convicted of a crime involving bidding on a
public works contract.
6. Termination for Cause/Termination for Default
A. Criterion: The Bidder shall not have had any public works contract terminated
for cause or terminated for default by a government agency in the five years
prior to the bid submittal date, unless there are extenuating circumstances and
such circumstances are deemed acceptable to the Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
has not had any public works contract terminated for cause or terminated for
default by a government agency in the five years prior to the bid submittal date;
or if Bidder was terminated, describe the circumstances.
7. Lawsuits
A. Criterion: The Bidder shall not have lawsuits with judgments entered against the
Bidder in the five years prior to the bid submittal date that demonstrate a
pattern of failing to meet the terms of contracts, unless there are extenuating
circumstances and such circumstances are deemed acceptable to the
Contracting Agency.
B. Documentation: The Bidder, if and when required as detailed below, shall sign a
statement (on a form to be provided by the Contracting Agency) that the Bidder
has not had any lawsuits with judgments entered against the Bidder in the five
years prior to the bid submittal date that demonstrate a pattern of failing to
meet the terms of contracts, or shall submit a list of all lawsuits with judgments
entered against the Bidder in the five years prior to the bid submittal date, along
with a written explanation of the circumstances surrounding each such lawsuit.
The Contracting Agency shall evaluate these explanations to determine whether
the lawsuits demonstrate a pattern of failing to meet of terms of construction
related
Subcontractor Responsibility
1. Provide a copy of a sample contract and submit with this form.
Submitted, not provided in this board packet.
Phase I—Site Preparation, Earthwork,and Utilities
Supplemental Bidder Criteria
Special Provision 1-02.14 Supplemental Bidder Criteria
Submit by Noon on Monday (4/3)
Claims Against Retainage and Bonds
1. NO X
2. YES
If Yes, please provide the information requested in 4B above
Public Bidding Crime. By signing below, the bidder certifies that:
1. its owners have not been convicted of a crime involving bidding on a public works
contract.
Termination for Cause/Termination for Default. By signing below, the bidder certifies that:
1. I/we have not had any public works contract terminated for cause or terminated for
default by a government agency in the five years prior to the bid submittal date; or if
Bidder was terminated, describe the circumstances.
Lawsuits. By signing below, the bidder certifies that:
1. I/we have not had any lawsuits with judgments entered against the Bidder in the five
years prior to the bid submittal date that demonstrate a pattern of failing to meet the
terms of contracts, or shall submit a list of all lawsuits with judgments entered against
the Bidder in the five years prior to the bid submittal date, along with a written
explanation of the circumstances surrounding each such lawsuit.
Phase I—Site Preparation, Earthwork,and Utilities
Supplemental Bidder Criteria
Special Provision 1-02.14 Supplemental Bidder Criteria
Submit by Noon on Monday (4/3)
Bidder Name: SETON CONSTRUCTION, INC.
Name of Contractor/Bidder- Print full legal entity name of firm
By: BRUCE B. SETON, JR.
Signature of authorized pe son Print Name
Title: PRESIDENT Place: PORT TOWNSEND, WA
Title of person signing Print city and state where signed
Date: 3/31/2023
Phase I—Site Preparation, Earthwork, and Utilities
Supplemental Bidder Criteria