Loading...
HomeMy WebLinkAboutPhase 1 site prep change order 7 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 Agenda Date: February 12, 2024 Subject: Change Order No. 7, Phase 1 - Site Prep., Earthwork and Service Utilities for the Port Hadlock Sewer, Project No. 405-2114-0, Commerce Project No. 22-96515-026 Statement of Issue: Change Order No. 7 with Seton Construction of Port Townsend, Washington. Analysis/Strategic Goals/Pro's Et Con's: This change order includes increase in cost for the re-alignment of an existing water main under the new wastewater treatment plant access road; installation of 2-inch side sewer; and credits for existing bid items related to the water line realignment and reduction in linear footage of new influent HDPE pipe. The change order also includes pavement of Lopeman Rd. for approx. 300-ft, which will improve the roadway (turning radius, etc.) to support traffic to the wastewater treatment plant. Fiscal Impact/Cost Benefit Analysis: The amount for Change Order No. 7 is $49,905.14. The contract amount will increase from $1,900,952.70 to $1,950,857.84. NOTE, the cost includes 9.1% sales tax. The project is funded at 100% by the Department of Commerce. Recommendation: Public Works recommends that the Board authorize Change Order No. 7 with Seton Construction, and return one original to Public Works for further processing. Department Contact: Samantha Harper, P.E., Project Manager, 385-9175. Reviewed � Le9 Mark McCauley, ounty Administrator 0 Date I JEFFERSON COUNTY Shcct 1 of 2 DEPARTMENT OF PUBLIC WORKS Change 7 IIac. 1/31/2024 CHANGE ORDER order No. Ordered by County Engineer under terms of ❑X Section 1-04.4 of the Standard Specifications Contract No. Change proposed by Contractor To: Seton Construction SETON CONSTRUCTION,INC. 4640 S. Discovery Rd. Endorsed by: Port Townsend,WA 98368 Contractor Firm Name 2/5/24 Signature U f Date PRESIDENT Title Consent given by Surety:(when required) Project Title Phase 1-Site Prep., Earthwork,and Service By: Utilities for the PH Sewer Attorney-in-fact Date You are ordered to perform the following described work upon receipt of an approved copy of this change order: The changes under this change order was to realign and existing water main to provide the required material coverage (i.e. distance between the roadway and top of water main pipe); installation of 2-inch side sewer; credits for exisiting bid items due to existing water line realignment and reduction in linear footage of new influent HDPE pipe. Also included is the repaving of Lopeman Rd.,from the new access road to the wastewater treatment plant and the access road to the infiltration facility. This work is being done to upgraded quality and provide a solid road for approximately 300-ft to construction traffic and future vechiluar traffic to the wastewater treatment plant. All work materials and measurement to be in accordance with the provisions of the standard specifications and special provisions for the type of construction involved. ORIGINAL CURRENT ESTIMATED ESTIMATED CONTRACT CONTRACT NET CHANGE CONTRACT TOTAL AMOUNT(incl.9.1%sales tax) AMOUNT(incl.9.1%sales tax) THIS ORDER(incl.9.1%sales tax) AFTER CHANGE(incl.9.1%sales tax) $ 1,243,245.78 $ 1,900,952.70 $49,905.14 $ 1,950,857.84 ORIGINAL CURRENT CONTRACTTIME NEW CONTRACT CONTRACT TIME CONTRACTTIME CHANGE(Add/Del) TIME 100 147 7 154 APPROV L RECOMMENDED APPROVAL REC DIED 4t-w 17-� J •5-•2- Project Manager Date County Engineer Date APPROVAL RECOMMENDED APPROVED Engineering Services Manager Date Chair,Jefferson County Commissioners Date JEFFERSON COUNTY I Contract Nc 405-2114-0 Sheet 2 of 2 DEPARTMENT OF PUBLIC WORKS Change Date: 1/31/2024 CHANGE ORDER ESTIMATE Order No. 7 ESTIMATED ESTIMATED ITEM DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. MEASURE PRICE CHANGE CHANGE NEW ITEMS Waterline Realignment and 10- OCR 6/COP 7 inch DIP Spool Piece LS $17,613.40 1 $17,613.40 OCR 6/COP 7 2" HDPE (Shold/Cotton) LS $6,140.17 1 $6,140.17 Weekly Construction Lopeman Rd - Roadway Ex. And Meeting Discussion Asphalt Removal LS $15,044.00 1 $15,044.00 New Item Total $38,797.57 EXISTING ITEMS DELETED QUANTITIES Tapping Sleeve and Valve Assembly 6-Inch (OCR No. 6/COP 14 No. 7) EA $5,900.00 -1 ($5,900.00) HDPE Pressure Sewer Pipe 6-inch Diameter DR 11 - OCR No. 1R/COP 19 No. 8 LF $39.00 -175 ($6,825.00) Existing Items Deleted Quantities Total ($12,725.00) EXISTING ITEMS ADDED QUANTITIES 28 Crushed Surfacing Base Course TON $ 30.00 225 $6,750.00 30 Commerical HMA TON $ 152.00 85 $12,920.00 Existing Items Added Quantities Total $19,670.00 ESTIMATED NET CHANGE SUBTOTAL: $45,742.57 9.1% Sales Tax $4,162.57 ESTIMATED NET CHANGE TOTAL: $49,905.14 prl` Tw � )ti a 1...1. Previous Change orders (1-6) and Original Contract JEFFERSON COUNTY shcct 1 of 2 DEPARTMENT OF PUBLIC WORKS Change 6 Datc: 12/8/2023 CHANGE ORDER Order No. Ordered by County Engineer under terms of ❑X Section 1-04.4 of the Standard Specifications Contrail No. I c Change proposed by Contractor To: Seton Construction Endorsed by: Seton Construction,inc. 4640 S. Discovery Rd. Zntract1irm Name Port Townsend,WA 98368 A� 12 8 2023 Signature Date re President Title Consent given by Surety:(when required) Project Title Phase 1-Site Prep., Earthwork,and Service By: Utilities for the PH Sewer Attorney-in-fact Date You are ordered to perform the following described work upon receipt of an approved copy of this change order: The change under this change order adds a 3-inch low pressure sewer(LPS) line to allow for the potential to serve sewer to a neighborhood west of the waterwater treatment plant site. All work materials and measurement to be in accordance with the provisions of the standard specifications and special provisions for the type of construction involved. ORIGINAL CURRENT ESTIMATED ESTIMATED CONTRACT CONTRACT NETCHANGE CONTRACT TOTAL AMOUNT(incl.9.1%sales tax) AMOUNT(incl.9.1%sales tax) THIS ORDER(incl.9.1%sales tax) AFTER CHANGE(incl.9.1%sales tax) $ 1,243,245.78 $ 1,883,204.86 $17,747.94 $ 1,900,952.70 ORIGINAL CURRENT CONTRACTTIME NEW CONTRACT CONTRACT TIME CONTRACTTIME CHANGE(Add/Del) TIME 100 145 2 147 AP ROV L RECOMMENDED APPROVAL RECOM DE Project Manager Date County Engineer Date APPROVAL RECOMMENDED APPR ZVA 11/19/Z3 Engineering Services Manager Date Chair,Jefferson County Commissioners Date JEFFERSON COUNTY Contract Nc 405-2114-0 Sheet 2 of 2 DEPARTMENT OF PUBLIC WORKS Change Date: 12/8/2023 CHANGE ORDER ESTIMATE Order No. 6 ESTIMATED ESTIMATED ITEM DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. MEASURE PRICE CHANGE CHANGE NEW ITEMS HDPE LPS Sewer 3-inch Dia., cleanout, valves and shoring 72 included LS $16,267.50 1 $16,267.S0 Gate 1lalve fA-.r Pressure Sewer-� 73 Mnch DiameteF NOT USING INCL. $0.00 End Clea eut NOT USING INCL IN 74 B172 $0.00 ShE)Fing and ExtFa C...--,yatieR NOT 75 USING INCL. IN BI 72 $0.00 New Item Total $16,267.50 EXISTING ITEMS DELETED QUANTITIES $0.00 Existing Items Deleted Quantities Total $0.00 EXISTING ITEMS ADDED QUANTITIES $0.00 Existing Items Added Quantities $0.00 ESTIMATED NET CHANGE SUBTOTAL: $16,267.50 9.1% Sales Tax $1,480.34 ESTIMATED NET CHANGE TOTAL: $17,747.84 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 L Agenda Date: December 18, 2023 Subject: Change Order No. 6, Phase 1 - Site Prep., Earthwork and Service Utilities for the Port Hadlock Sewer, Project No. 405-2114-0, Commerce Project No. 22-96515-026 Statement of Issue: Change Order No. 6 with Seton Construction of Port Townsend, Washington. Analysis/Strategic Goals/Pro's Et Con's: This change order includes the increased cost for providing an additional 3-inch low pressure sewer line, which could serve the neighborhood west of the wastewater treatment plant site. This provides an alternative route for serving future customers. Fiscal Impact/Cost Benefit Analysis: The amount for Change Order No. 6 is $17,747.84. The contract amount will increase from $1,883,204.86 to $1,900,952.70. NOTE, the cost includes 9.1% sales tax. The project is funded at 100% by the Department of Commerce. Recommendation: Public Works recommends that the Board authorize Change Order No. 6 with Seton Construction, and return one original to Public Works for further processing. Department Contact: Samantha Harper, P.E., Project Manager, 385-9175. Review ,By: Mark McCauley, County Administrator JEFFERSON COUNTY Sheet 1 of 2 DEPARTMENT OF PUBLIC WORKS Change 5 Date: 12/4/2023 CHANGE ORDER Order No. Ordered by County Engineer under terms of �X Section 1-04.4 of the Standard Specifications Contract No. ElChange proposed by Contractor To: Seton Construction Endorsed by: Seton Construction, Inc. 4640 S. Discovery Rd. Contr ctor Firm Name Port Townsend, WA 98368 12/4/2023 Signature Date PRESIDENT Title Consent given by Surety:(when required) Project Title Phase 1-Site Prep., Earthwork,and Service By: Utilities for the PH Sewer Attorney-in-fact Date You are ordered to perform the following described work upon receipt of an approved copy of this change order: The changes under this change order where for a variety of reasons. The disposal of unsuitable topsoil B was completed in order to not use the existing stripings for landscaping soil, due to quality of the stripings. During construction, changes in the infiltration facility led to changes at the wastewater treatment plant(WWTP) site. Due to removal of unsuitable soil and concrete in the infiltration facility(refer to Change Order No. 2), additional import sand was needed to fill in the infiltration facility,therefore import sand was hauled from the WWTP site to the infiltration facility. The additional sand and grading of the WWTP site lead to additional clearing and mulching of the fell trees. The end product of this change order led to a complete and ready WWTP site for the WWTP contractor. Note, some of the grading work would have been completed under the WWTP contract, if not done under this contract. All work materials and measurement to be in accordance with the provisions of the standard specifications and special provisions for the type of construction involved. ORIGINAL CURRENT ESTIMATED ESTIMATED CONTRACT CONTRACT NET CHANGE CONTRACT TOTAL AMOUNT(incl.9.1%sales tax) AMOUNT(incl.9.1%sales tax) THIS ORDER(incl.9.1%sales tax) AFTER CHANGE(incl.9.1%sales tax) $ 1,243,245.78 $ 1,571,299.92 $311,904.94 $ 1,883,204.86 ORIGINAL CURRENT CONTRACTTIME NEW CONTRACT CONTRACT TIME CONTRACT TIME CHANGE(Add/Del) TIME 100 114 31 145 APPROVAL RECOMMENDED APPROVAL R MENDE Project Manager Date County E ' eer Date APPROVAL RECOMMENDED APPROV ❑ ❑ Engineering ervices Manager Date Chair,Jefferson County Commissioners Date JEFFERSON COUNTY Contract No 405-2114-0 Sheet 2 of 2 DEPARTMENT OF PUBLIC WORKS Change Date: 12/4/2023 CHANGE ORDER ESTIMATE Order No. 5 ESTIMATED ESTIMATED ITEM DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. MEASURE PRICE CHANGE CHANGE NEW ITEMS 69 Disposal of Unsuitable Topsoil B CY $7.52 6,480 $48,729.60 70 Bark Mulch I Sy $3.84 12,038 $46,225.92 Sand Import from Treatment 71 plant site to Infiltration Facility CY $8.92 7,246 $64,634.32 83 WWTP Grading CY $8.18 15,440 $126,299.20 New Item Total $285,889.04 EXISTING ITEMS DELETED QUANTITIES $0.00 Existing Items Deleted Quantities Total $0.00 EXISTING ITEMS ADDED QUANTITIES $0.00 Existing Items Added Quantities $0.00 ESTIMATED NET CHANGE SUBTOTAL: $285,889.04 9.1% Sales Tax $26,015.90 ESTIMATED NET CHANGE TOTAL: $311,904.94 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 Agenda Date: December 11 , 2023 Subject: Change Order No. 5, Phase 1 - Site Prep., Earthwork and Service Utilities for the Port Hadlock Sewer, Project No. 405-2114-0, Commerce Project No. 22-96515-026 Statement of Issue: Change Order No. 5 with Seton Construction of Port Townsend, Washington. Analysis/Strategic Goals/Pro's Et Con's: This change order includes the increased costs for the hauling of the additional sand to the infiltration facility; grading the treatment plant site; providing and spreading bark mulch from fell trees; and disposing of unsuitable soil. The additional import sand was needed in the infiltration facility due to unforeseen materials being removed from the bottom of the infiltration facility (refer to Change Order #2). The changes and revisions completed at the treatment plant site made for a better prepared treatment plant site for both the general layout and setting up the wastewater treatment plant contractor. In additional, if not completed in this contract, portions of the grading work would have needed to be completed during the construction of the treatment plant. Fiscal Impact/Cost Benefit Analysis: The amount for Change Order No. 5 is $311 ,904.94. The contract amount will increase from $1 ,571 ,299.92 to $1,883,204.86. NOTE, the cost includes 9.1% sales tax. The project is funded at 100% by the Department of Commerce. Recommendation: Public Works recommends that the Board authorize Change Order No. 5 with Seton Construction, and return one original to Public Works for further processing. Department Contact: Samantha Harper, P.E., Project Manager, 385-9175. Review By: / Mark McCaL6h, County Administrator Date JEFFERSON COUNTY Sheet 1 of 2 DEPARTMENT OF PUBLIC WORKS Change 4 Date: 11/15/2023 CHANGE ORDER order No. Ordered by County Engineer under terms of Election 1-04.4 of the Standard Specifications Contract No. Change proposed by Contractor To: Seton Construction Endorsed by: Seton Construction,Inc. 4640 S. Discovery Rd. Port Townsend, WA 98368 Contractor firm Name 11/27/2023 Signature Date President Title Consent given by Surety:(when required) Project Title Phase 1-Site Prep., Earthwork,and Service By. Utilities for the PH Sewer Attorney-in-fact Date You are ordered to perform the following described work upon receipt of an approved copy of this change order: The change clarified and revised the sewer cleanout materials which were not provided in the original cleanout detail. The sewer cleanout detail(s)were revised in order to standardize the materials and configurations; to ensure all the sewer cleanouts moving forward will be constructed consistently. All work materials and measurement to be in accordance with the provisions of the standard specifications and special provisions for the type of construction involved. ORIGINAL CURRENT ESTIMATED ESTIMATED CONTRACT CONTRACT NET CHANGE CONTRACT TOTAL AMOUNT(incl.9.1%sales tax) AMOUNT(incl.9.1%sales tax) THIS ORDER(incl.9.1%sales tax) AFTER CHANGE(incl.9.1%sales tax) $ 1,243,245.78 $ 1,550,086.52 $21,213.40 $ 1,571,299.92 ORIGINAL CURRENT CONTRACT TIME NEW CONTRACT CONTRACT TIME CONTRACT TIME CHANGE(Add/Del) TIME 100 112 2 114 AP ROV RECOMMENDED APPRO AL COMMEND Project Manager Dote County Engineer Date APPROVAL RECOMMENDED APPROVED ❑ ❑' !z//2-3 Engineering Services Manager Date Chair, erson County Commissioners Date JEFFERSON COUNTY Contract No 405-2114-0 Sheet 2 of 2 DEPARTMENT OF PUBLIC WORKS Change Date: 11/15/2023 CHANGE ORDER ESTIMATE Order No. 4 ESTIMATED ESTIMATED ITEM DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. MEASURE PRICE CHANGE CHANGE NEW ITEMS 2S R1 Pressure Sewer Cleanout EA $7,861.00 4 $31,444.00 New Item Total $31,444.00 EXISTING ITEMS DELETED QUANTITIES 25 Pressure Sewer Cleanout EA $3,000 4 ($12,000.00) Existing Items Deleted Quantities Total ($12,000.00) EXISTING ITEMS ADDED QUANTITIES $0.00 Existing Items Added Quantities $0.00 ESTIMATED NET CHANGE SUBTOTAL: $19,444.00 9.1% Sales Tax $1,769.40 ESTIMATED NET CHANGE TOTAL: $21,213.40 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/.�L— Agenda Date: December 11, 2023 Subject: Change Order No. 4, Phase 1 - Site Prep., Earthwork and Service Utilities for the Port Hadlock Sewer, Project No. 405-2114-0, Commerce Project No. 22-96515-026 Statement of Issue: Change Order No. 4 with Seton Construction of Port Townsend, Washington. Analysis/Strategic Goals/Pro's It Con's: This change order includes an increase in cost to change the materials and improve the design detail for the low pressure sewer cleanouts. The revised cleanout design changes were done to standardize the cleanouts in order for the materials and installation methods to be consistent throughout the sewer construction phases. Fiscal Impact/Cost Benefit Analysis: The amount for Change Order No. 4 is $21,213.40. The contract amount will increase from $1,550,086.52 to $1,571,299.92. NOTE, the cost included 9.1% sales tax. The project is funded at 100% by the Department of Commerce. Recommendation: Public Works recommends that the Board authorize Change Order No. 4 with Seton Construction, and return one original to Public Works for further processing. Department Contact: Samantha Harper, P.E., Project Manager, 385-9175. Reviewe y: 1-4-14 Mark McCauIeJJCounty Administrator Date C t JEFFERSON COUNTY Sheet 1 of 2 DEPARTMENT OF PUBLIC WORKS Change Date 9/21/2023 CHANGE ORDER order No. 3 Ordered by County Engineer under terms of OX Section 1-04.4 of the Standard Specifications Contract No. Change proposed by Contractor To: Seton Construction Endorsed by: SETON CONSTRUCTION, INC. 4640 S. Discovery Rd. tractor m Name Port Townsend, WA 98368 Signature Date PRESIDENT 9/22/23 Title Consent given by Surety:(when required) Project Title Phase 1-Site Prep., Earthwork,and Service By: Utilities for the PH Sewer e Attorney-in fact Date r You are ordered to perform the following described work upon receipt of an approved copy of this change order: 12 The change was to a install 60 mil HDPE liner with concrete backfilled trench in lieu of original clay core. Estimated quantities and cost shown on attached sheet. / With the decision to construction this option, Bid item No. S Clay Core will be deleted from the contract and new bid items for the installation of the core material will be added to the contract. v All work materials and measurement to be in accordance with the provisions of the standard specifications and special provisions for the type of construction involved. ORIGINAL CURRENT ESTIMATED ESTIMATED CONTRACT CONTRACT NETCHANGE CONTRACT TOTAL AMOUNT(incl.9.1%sales tax) AMOUNT(incl.9.1%sales tax) THIS ORDER(incl.9.1%sales tax) AFTER CHANGE(incl.9.1%sales tax $ 1,243,245.78 $ 1,450,527.51 $99,559.01 $ 1,550,096.52 ORIGINAL CURRENT CONTRACT TIME NEW CONTRACT CONTRACT TIME CONTRACT TIME CHANGE(Add/Del) TIME 100 112 0 0 APP VAL RECOMM DED APPRIgIIA L MMEND Project Man a er Date County Engineer r Date 00 A ROVAL ECOM AENDED APPROVED Z (eye! ry Lei r films /� 71ZS Engineerin ervi s Manager `o r Date Chair,Jefferson County Commissioners Date JEFFERSON COUNTY Contract No405-2114-0 Sheet 2 of 2 DEPARTMENT OF PUBLIC WORKS Change Date: 9/21/2023 CHANGE ORDER ESTIMATE Order No. 3 ESTIMATED ESTIMATED ITEM DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. MEASURE PRICE CHANGE CHANGE NEW ITEMS 70 Purchase Liner SY $10.41 2,654 $27,626.98 71 Install Liner SY $4.96 875 $4,340.00 72 Purchased Concrete CY $153.67 528 $81,137.76 73 Placed Concrete CY $13.11 528 $6,922.08 74 Trench Excavation CY $19.75 528 $10,428.00 New Item Total $130,454.82 EXISTING ITEMS DELETED QUANTITIES 5 Clay Core CY $49 800 ($39,200.00) Existing Items Deleted Quantities Total ($39,200.00) EXISTING ITEMS ADDED QUANTITIES $0.00 Existing Items Added Quantities $0.00 ESTIMATED NET CHANGE SUBTOTAL: $91,254.82 9.1% Sales Tax $8,304.19 ESTIMATED NET CHANGE TOTAL: $99,559.01 Port Hadlock Concrete Core Pricing COP No. 3 - Revised 9/8/2023 Revised 9/15/2023 SAH 9/15/2023 Option 2-60 Mil HDPE Liner& 18 Inch Conc Filled Trench Item Unit I Quantity $/Unit Total$ Purchase Liner SY 2654 $10.41 $27,626.98 Install Liner SY 875 $4.96 $4,340.00 Purchase Conc CY 528 $153.67 $81,137.76 Place Conc CY 528 $13.11 $6,922.08 Trench Excavation CY 528 $19.75 $10,428.00 Total $130,454.82 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 Agenda Date: October 2, 2023 Subject: Change Order No. 3, Phase 1 Site Prep., Earthwork and Service Utilities for the Port Hadlock Sewer, Project No. 405-2114-0, Commerce Project No. 22-96515-026 Statement of Issue: Change Order No. 3 with Seton Construction of Port Townsend, Washington. Analysis/Strategic Goals/Pro's Et Con's: This change order includes the increased cost to change the clay core material, installation method and design detail. The originally designed clay core in the wastewater pond embankment will be replaced with an improved design consisting of a 60 mil HDPE liner and lean concrete backfill. The intent of this impermeable cut off wall is to ensure reclaimed water will be directed downwards through the bottom of the infiltration facility. Fiscal Impact/Cost Benefit Analysis: The amount for Change Order No. 3 is $99,559.01 . The contract amount will increase from $1 ,450,527.51 to $1 ,550,086.52. NOTE, the cost included 9.1% sales tax. The project is funded at 100% by the Department of Commerce. Recommendation: Public Works recommends that the Board authorize Change Order No. 3 with Seton Construction, and return two originals to Public Works for further processing. Department Contact: Samantha Harper, P.E., Project Manager, 385-9175. Revie By: Mark McCa , County Administrator Date T 43 1"4 JEFFERSON COUNTY Sheet 1 of 2 DEPARTMENT OF PUBLIC WORKS Change ^� Date: 8/29/2023 CHANGE ORDER Order No. Ordered by County Engineer under terms of Section 1-04.4 of the Standard Specifications 405 2 t 14-0 Contract No. oChange proposed by Contractor To: Seton Construction Endorsed by: SETON CONSTRUCTION, INC. 4640 S. Discovery Rd. i / Ca:tztorFirm Name Port Townsend,WA 98368 f Al 41 Al fmii ,� "'/Z 9/1/2023 j Signature JF Dote PRESIDENT Title Consent given by Surety:(when required) Project Title Phase 1-Site Prep., Earthwork,and Service By: Utilities for the PH Sewer Attorney-in.focr Date You are ordered to perform the following described work upon receipt of an approved copy of this change order: This change order is to compensate the Contractor for the unsuitable materials found within the infiltration area j (pond)bottom. The unsuitable materials which were removed included non-free draining materials and or concrete. The authorization for the change order proposal was through a field directive given to the Contractor on Monday (8/7). At first,when the unsuitable material was removed it was divided into two categories what could be re-used for embankment(berm)material (not included in this change order)and unsuitable material(i.e. hauled off-site). --� The field directive the Countygave to the Contractor was to excavate until a free draining sand layer was reached. As the unsuitable material was being sorted and or removed additional unsuitable was discovered which included a layer of concrete. Bid Item No.6 for unsuitable(grading)will be delete and the force account amount will be added to the contract amount. WSDOT Standard Specification Section 2-03.3(14)E allows the use of paying unsuitable per Section 1-04.4 (force account). Per the approved construction schedule,the estimated duration for the pond embankment/excavation and clay core task was 12 working days with a completion date of August 3,2023. Due to the work described above,the I All work materials and measurement to be in accordance with the provisions of the standard specifications and special provisions for the type of construction involved. ORIGINAL CURRENT ESTIMATED ESTIMATED CONTRACT CONTRACT NETCHANGE CONTRACT TOTAL AMOUNT(incl.9.1%sales tax) AMOUNT find.9.1%sales tax) THIS ORDER(incl.9.1%sales tax) AFTER CHANGE(incl.9.1%sales tax s 1,243,245.78 5 1,316,518.35 $134,009.17 $ 1,450,527.51 ORIGINAL CURRENT CONTRACT TIME NEW CONTRACT CONTRACT TIME CONTRACT TIME CHANGE(Add/Del) TIME 100 100 12 112 APP RECOMMENDED 1 '6APPROVAL RECO ENDED Pro Morroger V Date County Engineer Date APPROVAL RECOMMENDE APP ED - / /Y 646 WMIN q11l Z3 Engineering SEIVICA Manager Date Chair,Jefferson County Commissioners Date JEFFERSON COUNTY Contract No 405-2114-0 Sheet 2 of 2 DEPARTMENT OF PUBLIC WORKS Change Date:8/29/2021. CHANGE ORDER ESTIMATE - Order No. 2 ESTIMATED ESTIMATED ITEM DESCRIPTION UNIT UNIT QUANTITY AMOUNT NO. MEASURE PRICE CHANGE CHANGE NEW ITEMS CO 2 FA-Pond Unsuitable Incl. Haul Cy $31.00 2,030 $62,930.00 CO 2 FA-Pond Unsuitable Concrete Incl. Haul TON $50.00 1,268 $63,401.50 New Item Total $126,331.50 EXISTING ITEMS DELETED QUANTITIES 6 Unsuitable Foundation Excavation Incl. Haul CY $35 100 ($3,500.00) Existing Items Deleted Quantities Total ($3,500.00) EXISTING ITEMS ADDED QUANTITIES Existing Items Added Quantities $0.00 ESTIMATED NET CHANGE SUBTOTAL: $122,831.50 9.1%Sales Tax $11,177.67 ESTIMATED NET CHANGE TOTAL- $134,009.17 COP No. 2 4640 South Discovery Road Summary of Additional Work Port Townsend,WA 98368 Received (360f385-0213 Oft. Number 8/29/2023 SAH Time& Materials Project Number Project Name Client/General Contractor 2305 Port Hadlock WWTP Site Prep Phase 1 Jeff County Public Works Date of the Work Item Number item Name 877-8/22 1 Pond Unsuitable Dig Out Ind Haul&Disposal Description of Work Performed Excavate,haull off&dispose pond unsuitable materials. (Does not include any dig out that is being re-used onsite,that Will be seperately priced item. Does not include any import sand to replace removed materials,that Will be priced as separate change order) Total Quantity=2030 CY's Time Worked Record Labor Hours Worked Name of Workers Occupation Reg. OT DT Reg.Rate O.T.Rate D.T.Rate Amount Jay Gould Operator ForemaNLeadman 56 6.5 0 $ 90.06 $ 116.84 $ 143.63 $ 5.802.82 Tyler Hamilton Operator 34 7 0 $ 87.76 $ 113.57 $ 139.38 $ 3,778.83 Tyler Hamilton Laborer 9 3 0 $ 66.68 $ 87.97 $ 109.26 $ 864.03 Tyler Stefnik Operator 4 0 0 $ 87.76 $ 113.57 $ 139.38 $ 351.04 Tyler Stefnik Laborer 3 0 $ 66,68 $ 87.97 $ 109.26 $ 200.04 Forrest Hamilton Truck Driver 7 0 0 $ 81.61 $ 104.81 $ 128.00 $ 571.27 Robbin McAdow Truck Driver 57.51 0 0 $ 81.61 $ 104.81 $ 128.00 $ 4,692.58 $ $ $ $ $ $ Labor Subtotal 16,260.61 Markup @ 29% $ 4,715.58 Labor Total $ 20,976.19 Equipment Hours Worked Equipment#/Type/Size Reg. Standby Reg.Rate SB Rate Amount Cat 317 Excavator 62.5 0 E 152.95 $ $ 9.559.38 F11 Mack 4200 Gallon Water Truck 13 0 $ 35.00 $ $ 455.00 R15 Sakai Roller/Compactor 15 0 $ 60.00 $ $ 900.00 T52 Volvo A30D OffRoad Truck 25 0 $ 130,00 $ $ 3,250.00 T34 Mack Dump Truck 7 0 $ 105.00 $ $ 735.00 T50 Mack Dump Truck 57.5 0 $ 105.00 $ $ 6,037.50 P78 I 1 Ton 3500 Truck 62.5 0 $ 20.00 $ $ 1,250.00 $ $ $ Equipment Subtotal 22,186.88 Markup Q 21% $ 4,659.24 Equipment Total $ 26,846.12 Materials Description Supplier Invoice Quantity Unit Unit Price Amount ripping Fee Shold Dirt Disposal 2030 CY $ 6.00 S 12,180.00 S - $ $ $ Materials Subtotal 12,180.00 Markup Q 21% $ 2,557,80 Materials Total $ 14.737.80 Subcontractor Work Description of Work Subcontractor Invoice Quantity Unit Unit Price Amount $ Subcontractor Subtotal Markup Q 10%-12%($Based per W $ Subcontractor Total $ - SHEET TOTAL $ 62,560.11 Notes: Client's Representative Date Salon's Representative Date COP No. 2 2 4640 South Discovery Road Received ] Summary of Additional Work Port Townsend.WA 98368 8/29/2023 SAH (360}3850213041`eMainNumbe, I T ime & Materials Project Number Project Name Client/General Contractor 2305 Port Hadlock WWTP Site Prep Phase 1 Jeff County Public Works Date of the Work Item Number Item Name 8/7-8/22 1 Pond Unsuitable Concrete Ind Haul&Disposal Description of Work Performed Excavate,haull off&dispose concrete materials discovered in pond. (Import sand from borrow site to replace removed concretre to be priced seperately) Total Quantity=1268.03 Tons Concrete Disposed Time Worked Record Labor Hours Worked Name of Workers Occupation Reg OT DT Reg Rate O.T.Rate D.T.Rate Amount Jay Gould Operator Foreman/Leadman 39 105 0 $ 90.06 $ 116.84 $ 143.63 $ 4,739.16 Robbin McAdow Truck Driver 35.75 0 0 $ 81.61 $ 104.81 $ 128.00 $ 2,917.56 $ $ $ $ $ Labor Subtotal $ 7,656,72 Markup @ 29% $ 2,220.45 Labor Total $ 9,877.17 Equipment Hours Worked Equipment#/Type/Size Reg. Standby Reg.Rate SB Rate Amount Cat 317 Excavator 49.5 0 $ 152.95 $ $ 7,571.03 T50 IMack Dump Truck 35.75 0 $ 10500 $ $ 3,753,75 P78 1 Ton Truck 49.5 0 $ 20.00 $ $ 990.00 $ $ Equipment Subtotal $ 12,314.78 Markup @ 21% $ 21586 10 Equipment Total $ 14,900.88 Materials Description Supplier Invoice Quantity Unit Unit Price Amount Tipping Fee Shold Conc Disposal 1268.03 Ton $ 2500 $ 31,700 75 $ Materials Subtotal $ 31,700.75 Markup @ 21% $ 6,657 16 Materials Total $ 38,357.91 Subcontractor Work Description of Work Subcontractor Invoice Quantity Unit Unit once Amount $ Subcontractor Subtotal $ Markup @ 10%-12%($Based per W; $ Subcontractor Total $ - SHEETTOTAL $ 63,135,96 Notes: Client's Representative Date Seton's Representative Date 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, Agenda Date: September 1t, 2023 Subject: Change Order No. 2, Phase 1 - Site Prep., Earthwork and Service Utilities for the Port Hadlock Sewer, Project No. 405-2114-0, Commerce Project No. 22-96515-026 Statement of Issue: Change Order No. 2 with Seton Construction of Port Townsend, Washington. Analysis/Strategic Goals/Pro's Et Con's: This change order includes removal of unsuitable material from the infiltration pond bottom. The original bid included Unsuitable Foundation Excavation including Haul. However, the original bid item was for a small quantity (100 CY). Th county directed the contractor to remove unsuitable "pond bottom" material, i.e. if not free draining the material needed to be removed. Some of the unsuitable "pond bottom" material was able to be used to construct the berm (embankment). However, the unsuitable "pond bottom" material which needed to be hauled off site total 2,030 cubic yard and 1,268.03 tons of concrete. The unsuitable "pond bottom" material removed from the site was not included in the original plans or specification, therefore was extra work. Fiscal Impact/Cost Benefit Analysis: The amount for Change Order No. 2 is $134,009.17. The contract amount will increase from $1,316,518.35 to $1,450,527.51. NOTE, the cost included 9.1% sales tax. The project is funded at 100% by the Department of Commerce. Recommendation: Public Works recommends that the Board authorize Change Order No. 2 with Seton Construction, and return two originals to Public Works for further processing. Department Contact: Samantha Harper, P.E., Project Manager, 385-9175. Reviewed Mark McCauley, County Admi istrator Da e 1`06C, IN q111 -23 ��: ad-q 1EFFERSON COUNTY Sheet 1 of 2 DEPARTMENT OF PUBLIC WORKS change 1 Date: 8/25/2023 CHANGE ORDER order No. Ordered by County Engineer under terms of ❑X Section 1-04.4 of the Standard Specifications Contract No. Change proposed by Contractor To: Seton Construction Endorsed by: Seton Construction,Inc. 4640 S.Discovery Rd. Cant octor Firm Name Port Townsend,WA 98368 Z8 29 23 Signature OF Date President Title Consent given by Surety:(when required) Project Title Phase 1-Site Prep., Earthwork,and Service By: Utilities for the PH Sewer Attorney-in-fact Date You are ordered to perform the following described work upon receipt of an approved copy of this change order: Provide conduit and vaults per Seton's negotiated proposal to Owner Change Request(OCR) No. 2(attached). Unit prices arefor materials only as the installation is within the original price. All work materials and measurement to be in accordance with the provisions of the standard specifications and special provisions for the type of construction involved. ORIGINAL CURRENT ESTIMATED ESTIMATED : CONTRACT CONTRACT NETCHANGE CONTRACT TOTAL z`_, r AMOUNT(incl.9.1%sales tax) AMOUNT(incl.9.1%sales tax) THIS ORDER(incl.9.1%sales tax) AFTER CHANGE(incl.9.1%sales tax) sl � 4 - i-� $ 1,243,245.78 $ 1,243,245.78 $73,272.57 $ 1,316,518.35 ORIGINAL CURRENT CONTRACTTIME NEW CONTRACT CONTRACT TIME CONTRACT TIME CHANGE Add/Del TIME b . 100 100 N/A N/A APL ECOMMENDED APPROV L REC MENDED Proje onoger /1A7/ /&4 Date County Engineer Date APPROVAL RECOM NDED APPR ED —` El E 6 Fes" 9XII13 Engineering Servilces Manager Date Chair,Jefferson County ommissioners Date OWNER CHANGE REQUEST NO. 2 Owner Change Request Project:Phase 1 Site Preparation,Earthwork and Service Utilities Date: July 14, 2023 Commerce Grant No.: 22-96515-026 Jefferson County PW Project No.:405-2114-0 TO: Chad Smith,Seton Construction General Manager 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: Owner Change Request No. 2 request a unit price for supplying electric (4-inch) Schedule 40 conduit, fiber(2-inch) Schedule 40 conduit and fiber vaults materials. The labor was included under Bid Item 59,Joint Utility Trench (Power and Communication) for the conduit installation and Bid Item 60, Utility Vault for the utility vaults. NOTE: The power vaults(PM-1 and V2)will still be supplied by the PUD, as stated in the Bid Documents,has they have been paid through the County's WWTP electrical quote for service. New Bid Planned Unit Item Description Item No. Quantity 64 6 490 LF 4-inch PVC Schedule 40 Conduit material only) 65 2,233 LF 2-inch PVC Schedule 40 Conduit material only) 66 2 EA Fiber Vault material only) The linear footage for the conduits will include the material cost of the sweeps,pipe glue, locate tape, tracer wire and pull string. The amount of conduit sweeps required for each conduit size will be calculated by the contractor. The fiber vault will be a Pencell, part#PM243636PCH00021 or approved equal,attached is a Pencell cut sheet. Reference Plan Sheets: E-100 and E-101 Samantha Harper, P.E. ON:CY�edhagw@csw`uuha Ha mwa. DN:6.US,E.Wrpar�oa jeaa.wn.wa.us,O-Jallenon County BY: Pubic`" 0 14 Samantha Narpe.P E DATE: 7/14/2023 Ono:Weft,14 'Samantha Do (Project Manager for Jefferson County) D9e"""e a w.m.a.b... DM:G.US E w4-0 .pffi.--..Monte Reinders°�� a° �D . 7/14/2023 REVIEWED BY: cwft=° "u5"rua DATE: (< 2.5k, Eng. Services Mgr.,>2.5k County Engineer) PROPOSAL aF °J6, I TO: Jefferson County "' We propose to perform all changes described in the above request based upon the following unit costs(may attach sheet): See attached OCR No . 2 Cost Proposal 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. •Supplier quotinq 14-16 reek lead tine for Pencell fiber vault delivery from date of order. No Liquidated Damages shall be associated with delivery and installation of fiber vaults BY: 9?4d S«wa6 DATE: 8/14/2 0 2 3 (for (Contractor)) Seton Construction, Inc . Owner Change Request Page 2 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: (Contractor) You are hereby directed to proce with the changes described above. BY: DATE: Z� roject Manager or effers n County) REVIEWED BY: DATE: 2� ' (< 2.5k, Eng. Se ices Mgr.,> 2.5k County Engineer) COP No. 1 #2305 PORT HAOLOCK VWVTP CHANGE ORDER SUMMARY OCR No.2 Furnish Conduits and Fiber Vaults ItemTask Descrfptlon Quantity Mill UnItPrice I TaskTotal 1 New Bid Item#64 4 Inch PVC Schedule 4 Conduit Material Onl LF SSA3 52,763.70 2 New Bid Item#65 2 Inch PVC Schedule 40 Conduit Material Only) 2,233 LF $3.31 $7.391.23 3 New Bid Item 066 Fiber Vault PM243636PCH00021 Material Only) 2 EA $3,503.00 $7,006.00 Subtotal of Itorns - i 9.1 a es ax Change Order Total Received SAH 230814 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 Agenda Date: SeptemberY, 2023 Subject: Change Order No. 1, Phase 1 - Site Prep., Earthwork and Service Utilities for the Port Hadlock Sewer, Project No. 405-2114-0, Commerce Project No. 22-96515-026 Statement of Issue: Change Order No. 1 with Seton Construction of Port Townsend, Washington. Analysis/Strategic Goals/Pro's it Con's: This change order includes the material only cost for 4-inch and 2-inch conduit and fiber vaults. These were originally to be supplied by the P.U.D. #1 at County cost; however, it is now required that the customer supply these materials which Seton Construction can do. Fiscal Impact/Cost Benefit Analysis: The amount for Change Order No. 1 is $73,272.57. The contract amount will increase from $1,243,245.78 to $1,316,518.35. The project is funded at 100% by the Department of Commerce. Recommendation: Public Works recommends that the Board authorize Change Order No. 1 with Seton Construction, and return two originals to Public Works for further processing. Department Contact: Samantha Harper, P.E., Project Manager, 385-9175. Reviewed L Mark Mc unty Admi rator Date T �`N `p `' 33 Falkc'un 'V CONTRACT JEFFERSON COUNTY,WASHINGTON THIS AGREEMENT, made and entered into this 5-4 day of 70lit " ,20 23 ,between the COUNTY OF JEFFERSON,acting through the Jefferson County Commissioners and the Director of Public Works under and by virtue of Title 36,R.C.W,as amended and Seton Construction. Inc. of Port Townsend,WA hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: 1. The Contractor agrees to furnish all labor and equipment and do certain work, to-wit: That the Contractor herein will undertake and complete the following described work: Phase 1 - Site Preparation, Earthwork,and Service Utilities Contract for the Port Hadlock Wastewater Project. Work includes clearing and grubbing; installation of approximately 3,300 LF C of 6-inch influent and 900 LF of 10-inch effluent HDPE pipelines; structural earth wall; earthen Z dike reclaimed wastewater infiltration pond;electrical and communications conduit; service water line relocation and water main installation; access road construction; site grading and leveling for Z the future wastewater treatment plant; mitigation planting and maintenance; and other work `! for the total sum of One million one hundred and thirty-nine thousand five hundred and forty-seven dollars(S 1,139,547 ) in accordance with and as described in the attached plans and specifications and the Standard Specifications of the Washington Department of Transportation which are by this _ reference incorporated herein and made a part hereof. The Contractor shall perform any alteration in ; or addition to the work provided in this contract and every part thereof. The Contractor shall complete the described work as follows: - (with a start date of July 5,2023 and a completion date of 100 working days (with start and stop dates indicated for each phase of work)(within a specified amount of time after the Notice to Proceed). The Contractor shall provide and bear the expense of all equipment, work and labor of any sort L 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. Construction Contract Contact G Version I Risk Legal Review Date 06/17/2020 Pagc I of 10 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 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, if applicable. 0 Limited Small Works Project per RCW 39.04.155(3): Performance Bond and Retainage Waived INDEX OF EXHIBITS IIExhibit A: Certification Regarding Debarment, Suspension, Ineligibility,and Voluntary Exclusion aExhibit 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 Contract G Version 1 Risk Legal Review Date 06/17/2020 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 A A y /L''� , 20 Z3 Contractor: Seton Construction, Inc. (Please print) By: 0&9" *- -',-Yb r .M (Please print) /.t` 4.. ,&- /). (Signature) NGZl( 5OA State of Washington,Contractor Registration Number COUNTY OF JEFFERSON BOARD OF COMMISSIONERS ate an, District 1 He Eis hour, District 2 re Brotherton, District 3 Approved as to form only: PRE-APPROVED CONTRACT FORM Philip C. Hunsucker Date Chief Civ' rosecutor /—,Z Iz3 Monte Rem ers, P.E. Date Public Works Director/County Engineer Construction Contract Contract G Version 1 Risk Legal Review Date 06/172020 Page 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. Seton Construction, Inc. Name of Contractor(Please print) tivice !d--5mw LWL• AswAl"*7- Name and Title of Authorized Representative(Please print) 049 6-IYI& 'd- Signature of Authorize Representative I am unable to certify to the above statement. An explanation is attached. Construction Contract Contract G Version 1 Risk Legal Review Date 06/172020 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 3/6/23 , 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. Seton Construction, Inc. Bidder's Business Name Signature of Authorized Official* ,it yLF Q. . % Printed Name AC Title &E/L. Zd23 ��r/os..t+�s,F�►�.O �A Date City State Check One. Sole Proprietorship Partnership Joint Venture Corporation© State of Incorporation,or if not a corporation, State where business entity was formed: J�tB�blaC�� If a co-partnership, give firm name under which business is transacted.- * If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. Construction Contract Contract G Version 1 Risk Legal Review Date 06/17/2020 Page 7 of 10 EXHIBIT CONTRACT BOND JEFFERSON COUNTY.WASHINGTON Bond No. 2341529 KNOW" ALL MEN BY THESE PRESENTS: That Seton Construction. Inc. of Port Townsend. WA as Principal,and s"a c-p—""".""'t"'c" .as Surety.are jointh•and severally held and bound unto the COUNTY OF JEFFERSON.the penal sum of Dollars ($1,139,547.00 ). for the payment of which we jointly and severally bind ourselves.or heirs.executors.administrators.and assigns.and successors and assigns.firmh by these presents. The condition of this bond is such that WHEREAS.on the 16th day of' May .A.D..2021.the said Seton Construction. Inc. _ Principal herein.executed a certain contract with the County of Jefferson.by the terms.conditions and provisions of"hich contract the said Seton Construction.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: Phase I -Site Preparation,Earthwork,and Service l tilities Contract for the Port Hadlock Wastewater Project. Work includes clearing and grubbing.installation of approximately 3.300 LF of 6-inch influent and 900 LF of 10-inch effluent HDPE pipelines,structural earth wall.earthen dike reclaimed wastewater infiltration pond; AeT-triral and rnmmunirwt L)ne rnnAiut• 5em re ur2ter tins.n•It)Catlnn and wotor mein installation-arrece rnut 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 care ing on of;uch 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 16th day of May 20 23 Seton Construction. Inc. Swiss Re Corporate Solutions America Insurance Corporation PRINCIPAL SURETY COMPANY BY: Bv B`.: Joanne Reinkensmeyer Anorne%-in-fact Address of local office and agent of surety company: Hentschell &Associates, Inc. 1436 S. Union Ave. Tacoma, WA 98405 253-272-1151 Construction Contract Contract o Veniat ! 41Jc Legal Reuc•.k I1.::o6 17 240u Page 8 of to SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") WESTPORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City,Missouri,and WIC,organized under the laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: THOMAS P.HENTSCHELL,BRADLEY A.ROBERTS,JULIE A.CRAKER,AND JOANNE REINKF,NSMEYER JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be bindine upon the Corporation when so affixed and in the future with reeard to anv bond,undertaking or contract of surety to which it is attached." SEAL '! trlk Jea�sr Senior Via&Senior President ke Pres IC WIC yta President SEAL arsacsPlC k&nMr Vfa.nel/ent of WIC 1973 a9ov'' ' 'y� •'t/�SSOVi. ��• B 'J �y* •...... ,�r y •Wy„ �,tiy�f�,r+ Gerd/J.grwrkl,V ioc►r�t,l SRCSAIC i V kr ParlOnt.r SRCSAIC t Vice President of WIC IN WITNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ® Westport Insurance Corporation On this 10 day of NOVEMBER 20 22,before me,a Notary Public personally appeared Erik Janssens,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski,Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. - - - - - - - - - - - - - tlrliR. R 4+Iwco L"*Iaw 1,Jeff=Goklbere.the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still irif 11 force and effect. IN WITNESS WHEREOF,1 have set my hand and affixed the seals of the Companies this let day of Mar 20 L_J Jeffrey Goldberg,Senior Vice President& Assistant Secretary of SRCSAIC and SRCSPIC and WIC 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 G Version 1 Risk Legal Review Date 06/17/2020 Page 9 of 10 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 Signed B. I hereby elect to have the Owner deposit the retained percentage of this contract in an interest bearing account,not subject to withdrawal until after final acceptance of the work. Date Signed C. I hereby elect to have the Owner invest the retained percentage of this contract from time to time as such retained percentage accrues. I hereby designate as the repository for the escrow of said funds. 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 AWY 1.4 Zo2,3 Signed X-e----ram- 'Ir" �t . Construction Contract Contract G Version I Risk Legal Review Date 06/17/2020 Page 10 of 10 ® Swiss Re Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation Corporate Solutions 1450 American Lane, Suite 1100 Schaumburg, IL 60173 RELEASE OF RETAINAGE BOND Bond No. 2341530 KNOW ALL MEN BY THESE PRESENTS: That we, Seton Construction, Inc. as Principal, and Swiss Re Corporate Solutions America Insurance Corporation as Surety, are held and firmly bound unto Jefferson County , as Obligee, in the penal sum of. Fifty Six Thousand Nine Hundred Seventy Seven& 35/100 ($56,977.35 ) for the payment of which sum well and truly to be made, we, the Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the said Principal has entered into an agreement with the said Obligee for Phase 1 Site Preparation, Earthwork and Service Utilities Contract for the Port Hadlock Wastewater Project WHEREAS, the Obligee has elected to withhold from funds due or about to become due the Principal such sum (retainage) as is necessary to protect itself from claim or claims on lien unless the Principal furnishes, as surety, a bond guaranteeing to hold the Obligee harmless from loss it may suffer by reason of its releasing final retainage to the Principal. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall indemnify and hold harmless the Obligee for loss that the Obligee may sustain by reason of release of said retainage to the Principal, then this obligation to be null and void; otherwise to remain in full force and effect. PROVIDED, that in no event shall the aggregate liability of the Surety exceed the penal sum of the bond. Signed and sealed this 16th day of May 2023 Seton Construction, Inc. Swiss Re Corporate Solutions America Insurance Corporation By: Principal Jo ne Reinkensmeyer Attorney-in-Fact SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") W ESTPORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City,Missouri,and WIC,organized under the laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: THOMAS P.HENTSCHELL,BRADLEY A.ROBERTS,JULIE A.CRAKER,AND JOANNE REINKENSMEYER JOINTLY OR SEVERALLY_ Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the I8th of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to anv bond,undertaking or contract of surety to which it is attached." ir�OPPOR�l:Si i NX, SEAL = Errk J,.nr.. s..br Vke rre".t of SRCSAIC&S..rr Vr«Preside.( S E A L .(SRCSPIC&Sc.lor VI"Preside.t.f wrc `• 4973 4F � `• et �rf8gp�a` �� Ld 'vas Val•:p?i By ��JJ ••.ru r•.+•'� ti yh * �� Gertdd Jgr.wsJd,Vree Presk*st.f SRCSAIC&Vke Pr"We.t.f SRCSPIC &Virr Presrdnt.f WIC IN WITNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook Westport Insurance Corporation On this 10 day of NOVEMBER 20.22, before me,a Notary Public personally appeared Erik Janssens ,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Ja rowski ,Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC,personally known to me,who being by me duly swom,acknowledged that they signed the above Power of Attomey as offcers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. IMF.J�♦I�. ��C flrey Goldberg.the duly elected Senior Vice President and Acci rantSocnIM of SRCSAIC and SRCSPIC and WIC,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attomey given by said SRCSAIC and SRCSPIC and WIC,which is still irLfp1l force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 16th day of May 2023 Jeffrey Goldberg,Senior Vice President& Assistant Secretary of SRCSAIC and SRCSPIC and WIC