HomeMy WebLinkAboutAgreements/Contracts - Facilities & MaintenanceGRANT COUNTY
COMMISSIONERS AGENDA MEETING REQUEST FORM
(Must be submitted to the Clerk of the Board by 12:00pm on Thursday)
REQUESTING DEPARTMENT:Facilities aC1CI Maintenance DATE: 1 O/1 7I2O24
REQUEST SUBMITTED BY: Kevin Schmidt
PHONE: 509-754-2011, 3272
CONTACT PERSON ATTENDING ROUNDTABLE: Kevin Schmidt/Tom Gaines
I
CONFIDENTIAL INFORMATION: ❑YES XNO
II1r
A
i A s s
Agreement / Contract
OAP Vouchers
❑Appointment / Reappointment
❑ARPA Related
® Bids / RFPs / Quotes Award
❑ Bid Opening Scheduled
❑ Boards / Committees
® Budget
❑Computer Related
❑County Code
El Emergency Purchase
❑Employee Rel.
® Facilities Related
❑ Financial
❑ Funds
❑ Hearing
❑ Invoices / Purchase Orders
❑ Grants — Fed/State/County
❑ Leases
❑ MOA / MOU
❑Minutes
❑Ordinances
El Out of State Travel
[:]Petty Cash
❑ Policies
❑ Proclamations
❑ Request for Purchase
❑ Resolution
El Recommendation
❑Professional Serv/Consultant
❑Support Letter
❑Surplus Req.
❑Tax Levies
[]Thank You's
❑Tax Title Property
❑WSLCB
s
Basin Refrigeration and Heating contract to replace AHU3 HVAC unit at Youth Services in Ephrata. Basin's bid with
tax is $30,867.98. The budgeted amount is $17,500. There is $25,207 in unused funds from other Reet 1, 126 completed projects.
am requesting the approval for the contract and using the remaining completed REET 1, 126 project funds to pay the amount not budgeted.
If necessary, was this document reviewed by accounting? 0 YES ❑ NO ❑ N/A
If necessary, was this document reviewed by legal? 0 YES ❑ NO ❑ N/A
DATE OF ACTION:
APPROVE: -DENIED ABSTAIN
D 1: JI��
D2:
D3:
DEFERRED OR CONTINUED TO:
WITHDRAWN:
4/23/24
FINANCIAL REQUEST
Requestor
Kevin Schmidt Requestor's Department Fac & Maint
Date
10.18.2024 Fund # & Dept of Request 001.112
Capital Asset Approval
No Budget Extension Yes
Establish/Close Fund
No Cash Transfer No
BASIN REFRIGERATION AND HEATING
CONTRACT TO REPLACE AHU3 HVAC UNTIL AT YOUTH SERVICES IN EPHRATA. BASIN'S BID WITH TAX IS
$30,868. THE BUDGETED AMOUNT IS $17,500. THERE IS $25,207 AVAILABLE FROM UNDER BUDGETED PROJECTS IN REET 1. (126 COMPLETED
PROJECTS). FAC&MAINT IS REQUESTING
TO RE -ALLOCATE THE REMAINING BUDGET FROM THOSE PROJECTS ON THE AHU3 HAVAC AT YOUTH
SERVICES.
CAPITAL ASSET PURCHASE APPROVAL
BUDGET REQUIREMENT
Asset Description
AHU3 HVAC UNIT
Additional Expense
13,368
Total Purchase Expense
30,868
Additional Revenue
-
Less: Existing Approval
17,500
Additional Cash Requirement
Additional Funding Source Beginning cash balance
o
Additional Approval Required 13,368
Capital Facility Related
Yes
Grant Funded
No
Documentation
BUDGET EXTENSION REQUEST
Fund Name
Revenue code/s Account Description Amount
REEET 1
126.168.00.0000.308000000 FUND BALANCE
13,368
13,368
Fund Name
Expense code/s Account Description Amount
BEET 1
126.168.00.9112.594186000 CAPITAL OUTLAY
13,368
13,368
CASH TRANSFER REQUEST
Fund Name (From)
Code Account Description Amount (From)
Fund Name (To)
Code Account Description Amount (To)
FORWARD TO ACCOUNTING FOR APPROVAL - APPROVED FORMS WILL BE RETURN TO DEPT FOR SUBMISSION TO BOCC
FUND CASH SUMMARY
Notes:
Beginning Cash 4,623,032
Expense Bdgt (w/amendments)
2,488,500
Expense Ext. Requested
13,368
Budget Hearing:
Revenue Bdgt (w/amendments)
2,488,500
Resolution Required:
Revenue Ext. Requested (excl 308)
13,368
Estimated Ending Cash
4,623,032
Reviewed By: MANDY KIM, CFO
K24-251
CONTRACT
THIS CONTRACT ("Contract" , entered by and between GRANT COUNTY, duly
organized and operating under and by the Constitution and the laws of the State of Washington
("CounV`), and Basin Refrigeration and Heating, UBI No. 600-514-947, a company duty
formed and doing business in the State of Washington ("Contractor"),
hi consideration of the mutual promises and covenants contained herein, the parties
hereto agree as follows:
;or of Contract/Scope of Work. The Contractor shall do all work and furnish all tools,
materials, equipment, and things of every description necessary to complete the tasks and scope
of work as per this contract for the Grant County FM2417 AHU 3 Replacement. "Work" means
all work individually and collectively performed by the Contractor during the, project.
The Contractor will be responsible for supplying and doing all the work to complete the
14 1
following*
All required permits
0 All labor, materials, electrical to remove old system and install and make fully functional the new
system.
0 Duct work modifications.
# Supply (1) 7.5 ton Carrier air handler, (1) 20 KW Carrier Heat Pack, (1) 7.5 ton Carrier Heat
Pump, and (1) Carrier Economizer.
& All wiring and commissioning related to the project.
& Barricades, tape or other methods to effectively notify employees and customers of hazards and
or prevent access to areas the project work is being executed.
0 Any refrigerant charging, line replacements or modifications.
Removal and disposal of all waste generated by the project. Associated waste disposal costs
are the responsibility of the contractor.
a Clean up of all areas affected by work related to job.
0 Coordinate with project manager in regard to time needed to complete project.
0 Containers to properly store and haul all job -related materials, solid and liquid, for disposal
MSDS are to be provided and available by the contractor upon demand and on site for any
chemicals brought on site.
2 ProjectSite. The work shall be accomplished -upon the real property commonly known as
the Grant Cotmty Youth Services WIding situated on or about 3 03 Abel Road, Ephrata, Washington,,
or as may be more specifically directed at the sole discretion of the County.
3. Date of Commencement and Date of Completion.. The Contractor shall commence the
work described herein upon receiving notice to proceed from the County beginning. at a time
mutually agreed upon by the panties after having obtained all necessary pertnits/bonds.
41
Substantial completion of the work shall occur by December 31, 2024, unless delays beyond
the control of either party cause the date to be extended. This date will not be extended without
approval by the County.
FM2417 AHU 3 Replacement
4. Contract Sum and Tenns. The agreed Contract sum,, except forprovisions set forth below
in Paragraph 13, and with payment of such Contract Sum subject to provisions set forth below
0.
inParagraphs 8 and I 1,and any other provision contained within the Contra ctwhicb may affect such
Contract Sum to be paid to Contractor, is as follows:
Subtotal
$28a476-00
Washington State Sales Tax @ 8.4%
$2�391.98
Total
$305867.98
Retam*age (5% of Subtotal)
NA
a, Retain e: Retainage is not required for this project as it is under $35,000,
i
b. hitents and Affidavit&* Statements ofintent to pay prevailing wages and affidavits of
wages paid are required to be submitted to Washington State Labor and Industries
according to RC 39.12.040.
c. Payment Interval -and Billinw, The Contractor shall submit a monthly. billing
statement and invoice to the County. Sueb billing statement and invoice shall set out
the nature of the wor1cperfortned, the time and materials involved, or the percentage
of work completed as mutually agreed upon by the Contractor and the County. The
County will pay such a statement and invoice within thirty (30) days of receipt.
I
5. Performance and Payment Bonds: Not required for this project.
6. Indemnify and Hold Harmless, The Contractor shall defend, indemnify, and hold the
County, its officers, officials, employees, and volunteers harmless from any claims, injuries,
damages, tosses, or suits, including attorney fees, arising out of or in connection with the
per foiniance of the contract, except for injuries and damages caused by the sole negligence of
the County*
It is further specifically and expressly understood that the indemnification provided herein
constitutes the Contractor's waiver of immunity -tmder Industrial Insurance, title 51 RCW, solely
for indemnification. The parties have mutually negotiated this waiver. The provisions of this
section shall survive the expiration of termination of this contract.
7. Insurance. The Contractor shall procure and maintain, for the duration of this contract,
insurance -against claims for injuries to persons or damage to property wbich may wise from. or
in connection with the performance of the work hereunder by the Contractor, its agents.,
representatives;- employees, or subcontractors, The Contractor shall provide a Cortification of
Insurance evidencing:
a Automobile Liab insurance with limits no less than $ 1 000,000 combined
single limit per accident for bodily injury and property damage; and.
b. Commercial General Ll'ab1'11^!y insurance written on an occurrence basis with limits
no less than $1,000,000 combined singte limit per occurrence and $2,000,000
FM2417 AHU 3 Replacement
aggregate for personal injury, bodily injury, and property dwnage. Coverage shall
include but not be limited to blanket contractual; products/completed operations�
broad form property damage; explosion, collapse, and underground (XCU) if
applicable; and employer's liability.
C. Worker's Com-Densation insurance at the limits established by the State of
Washington.
Any payment of deductible or self -insured retdntion shall be the Contractor's sole responsibility,
The County shall be -named as an additional insured on the insurance policy concerning work
performed by or on behalf of the Contractor, and a copy of the endorsement natning the county
as an additional insured shall be attached to the Certificate of Insurance. The Contractor's
insurance shall be the primary insurance concerning the County, and the County shall be given
thirty (30) days prior written notice of any cancellation, suspension, or matefial change in
coverage.
8. Pavments Withheld. The County may withhold or nullify the whole or part of any
payment to such extent as may be necessary to protect the County from loss or damage for
reasons including but not limited to:
a. Work not within the Contract.
b. Reasonable evidence that the work required by the Contract cannot be completed
for the unpaid balance of the contract sum.
a Work by the County to correct defective work or complete thework.
d Fail -Lire by the Contractor to perform work within this Contract.
e. Cost or liability that may occur to the County due to the Contractor's fault,
negligent acts, oromissions,
PROVIDED: In any case where part or all of a payment is i to be withheld for
901119
unsatisfactory performance, the County shall notify the Contractor per RCW 39.76.011 (b),
Authority -of Co . Suppose the Contractor fails to perfon-n the work according to the
requirements of the Contraet Document. In that case, the County shall provide written notice ofthe
deficiency to the Contractor, and the ContTactor shall have seven days to coffect the deficiency in the
work. Ifthe Contractor fails to correct the deficiency in the work within the seven days or to take
and to continue all appropriate steps initiate the.corrections in the event corrections cannot be
reasonably completed in the seven days, the County may, without prejudi'ce to other remedies: (a)
use County forces, other contractors, or other means to make good the Contractor's deficiency,,
and (b) deduct from or nullify the Contractor's payments the cost of such effort as described in
paragraph 8 of this agreement,
9, Warranty of Construction. In addition to any special warranties provided elsewhere in
FM2417 ABU 3 Replacement
the Contract Document and companion or applicable documents, the Contractor warrants that all
work conforms to the requirements of the Contract and is`- of any defect in eipqument,
material, or design furnished or workmanship performed by the Contractor,
Concerning all waiTanties, express or 'Implied, for work performed or materials furnished
0
according to the Contract and companion or applicable documents, the Contractor shalh
a Obtain all warranties that would be given in standard commercial practice,
b. Require all warranties to be executed, in writing, for the benefit of the Countv-, and
,f ,
c. Enforce all warranties for the benefit of the County, if directed by the County,
including any subcontractor's, manufacturefs, or supplier's warranty that extends beyond
the period specified in the Contract,
10
d The obligations under this Section shalt survive completion..
10. Successors and As The County and Contractor respectively bind themselves, their
paitners, successors, assigns, and legal representatives to the other party hereto and to partners,,
successors, assigns, and legal representatives of such other pastyregarding covenants,
agreements, and obligations contained in the Contract. Neither party shall assign the worlc
without the written consent of the other, If either party attempts to assign without such consent,
that party shall remain legally responsible for all obligations outlined in the Contract.
11, Chanizes in Work. The County may, at any time and without notice to the Contractor's
surety, order additions, deletions, revisions, or other changes in the work. These changes in the
work shall be incorporated into the Contract Document through the execution of Change Orders.
Suppose any change in the work ordered by the County causes an 'increase or decrease in the
Contract Siun or the performance time, hi that case, an equitable adjustment shall be made, and
such adjustments(s) shall be incorporated into a Change Order.
If the County desires to order a change in the work, it may request a written Change Order
proposal from the Contractor. The contractor shall submit a Change Order proposal within 14
days of the request from the County or within such other period as mutually agreed. The
contractor's Change Order proposal shall include total compensation for implementing the
proposed change in the work, including any adjustment in the contract sum or time of
performance, and including compensation for all de . lays in connection with such change in the
work and for any expense or inconvenience, disruption of schedule, or loss of efficiency or
productivity occasioned by the change in the work. Upon receipt of the Change Order proposal
or a request for equitable adjustment to the contract sum or time of per-formance, the County
may accept or reject the proposal, request further documentation, or negotiate acceptable terins
with the Contractor.
Pendfi-ig agreement on the terms of the Change Order, the County may direct the Contractor to
proceed immediately with the Change Order work, The contractor shall not proceed with any
change in the work until it has obtained the Country's approval. All work done under anycounty-
di rected change 'in the work shall be executed per the Contract.
FM2417 AU 3 Replacement
12. No. Agency lationship.. Neither the Contract nor any agreement implied therefrom
constitutes the Contractor as an agent or legal representative of the County for any ptupose
whatsoever, and the Contractor's relationship to the County because of the Contract Document
shall be that of an independent contractor. The Contractor Is not granted any express or implied
right or authority to assume or create any obligation or responsibility on behalf of or in the name
ofthe County or to bind the County in any naanner or thing whats o ever,
13. Clean Up. The contractor shall always keep the project site, including hauling routes,
infrastructures, utilities, and storage areas, free from accumulations of waste maten"als. Before
completing the work, the Contractor shall remove its rubbish, tools, scaffolding, equipment, and
materials from. the premises. Upon completing the Work, the Contractor shall leave the project
site in a clean, neat, and orderly condition that is satisfactory to the Cotmty. If the Contractor
fails to clean up as provided herein, and after reasonable notice from the County, the County
may do so, and the cost thereof shall be charged to the Contractor.
14. Survival. If any clause or provision of this Contract shall be invalid, the remaining clauses
and provisions shall nevertheless be and remain in full force and effect.
15. Entire Agreement. The Contract embodies the entire agreement between the parties; all
other agreements, oral or written, are now merged and superseded by the Contract. There are no
other agreements 'which modify or affect the terms hereof. No' amendment hereto shall be
binding unless the terms thereof are in writing and signed by both parties. Time is of the essence.
No verbal or other agreements modify or affect the Contract.
16. E planation of Documents. The Contractor has thoroughly reviewed the Contract. The
Contractor has had the opportunity to consult with legal counsel as to the legal effect of the
Contract.
17. Notices. All notices required under the terms hereof are to be in wiiting and delivered
personally to the party to receive the same or mailed by regular mail, postage prepaid to the
address specified adjacent to the parties' signatures. All notices shall be deemed served upon
delivery thereofor du-ce (3) days following deposit ofthenotice in the U.S. mail as required here M".
Head ing§,' onstruction. The headings of the sections and paragraphs are inserted solely for the
convenience of the parties, They are not a part of and are not intended to govern, limit, or aid in
constructing any teen or provision hereof. In consta-uing the parties' intent regard ing
In this contract, 110 MOTC significant or stricter construction of any term or provision hereof shall
be asserted against the county as drafter.
18. *Goveming Law, one.. The performance and interpretation of the Contract Document
shall be governed and inteipreted by the laws of the State of Washington, Any litigation arising
from or in connection with this Contract shall be conducted in Grant County, Washington.
FM2417 AHU 3 Replacement
l l
1 I
1 ! !
! � J
{
J f f
1 � }
f � f
f
CONTRACTOR:
Accepted By:
Sean Jenks
License No. BASINEHO55NG
UBL• 600-514-947
on and Heating
Dated the of �`�02
ATTEST:
BarJ. Vasquez,
Cldrk Jf the Board
Approved as to foi-m.-
B
r�k, WSBA. #-5-3945—
e I U r Serr I ecuting Attorney -!0Z57
Date:
BOARD OF COUNTY COMMISSIONERS
GRANT COUNTY-.-,-WASHINGTON
Cir)fly/Carter.Chair
C,
Danny StoVe, Vice Chair
Rob Jone,<M-6rn.b er
FM2417 AHU 3 Replacement
FM2417 AffU 3 Replacement