HomeMy WebLinkAboutAgreements/Contracts - Central ServicesGRANT COUNTY
COMMISSIONERS AGENDA MEETING REQUEST FORM
(Must be submitted to the Clerk of the Board by 12:00pm on Thursday)
REQUESTING DEPARTMENT: Central Services
REQUEST SUBMITTED BY: Tom Gaines
CONTACT PERSON ATTENDING ROUNDTABLE. Tom Gaines
CONFIDENTIAL INFORMATION: ❑YES ONO
DATE: 4/11 /25
PHONE: 3276
Agreement / Contract
❑AP Vouchers
❑Appointment / Reappointment
❑ARPA Related
❑ Bids / RFPs / Quotes Award
❑ Bid Opening Scheduled
❑ Boards / Committees
❑ Budget
❑ Computer Related
❑ County Code
❑ Emergency Purchase
❑ Employee Rel.
❑ Facilities Related
❑ Financial
❑ Funds
❑ Hearing
❑ Invoices / Purchase Orders
❑ Grants — Fed/State/County
❑ Leases
❑ MOA / MOU
❑ Minutes
❑Ordinances
❑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
-------------------------------
Contract with TYCO Industrial for the site work preparation for the new bleacher project.
This is project CSD2501fg and has a value of $46,201.40
This has been approved by risk and legal.
If necessary, was this document reviewed by accounting? ❑ YES 0 NO
If necessary, was this document reviewed by legal? M YES ❑ NO
DATE OF ACTION:
APPROVE: DENIED ABSTAIN
D2: _1�r
D3:
DEFERRED OR CONTINUED TO:
4/8/24
. ... ..... .
TT,711S CONTRACT ("Contracf'), entered by and between GRANT COUNTY, duly
organized and operafing under and by the Constitution and the laws of the State of Washington
("County"), and TYCO INDUSTRIAL, LLC,,, a limited liability corporation duly formed and
doi"ng business in the State of Washt'ngton ("Contractor").
In consideration of the mutual promises and covenants contained herein, the parties
hereto agree as follows:
Work of Contract/Scopeof Work. The Contractor shall perform all work and furnish all
necessary tools, materials, eqUipment, and other 'items required to complete the tasks and scope
of work as outlined in the Request for Bids (RFB) and this contract for the Grant County
Fairgrounds Bleachers Site Word. project (CSD2501fg). "Work," re-fers to all work, both
iI #
individually and collectively, performed by the me Contractor during proj . ect. The RFB 'is
attached as "Exhibit A""),
The Contractor will be responsible for doing all the work to complete the following:
A. Following the specifications on the approved plans provide work required to prepare
the area where bleachers will be constructed by others, 'Including
0 Raising the area with enough fill to provide a structurally sound sub grade to support
the slab
# All work ;assocl*ated with filling, compacter g'-, short"ng, and all other work necessary
providing a s
to meet the intent of ucturally sound concrete slab to support the
,
bleachers.
# The contractor is responsible for 'inspections.
# The slab shall be level, the contractor will make every effort to ensure. for will not
be any puddling oi water on the slab,.
0 Slab *11 have a troweled finish and sealed.
W1
e Project included ADA ramp . as shown, in the project documents..
b. Complete cleanup of the area once above completed, including but not limited to
recovery and removal of equipment, trash, and debris.
c. Contractor -understands this 'is a Public Work sub C. ect to prevailing wage and the
submission of 'Intents, affidavits, and certified payroll as required by the Labor
and Industries.
d Coordination with the fairgrounds on schedule, timing, areas to be paved, events,
and other projects are critical to this project.
2. Project _Sit . The work, shall be per -formed on real property coin-nionly known as the Grant
County Fairgrounds,, located at approximatety 395.3 Airway Drive NE, Moses Lake,
Washington.
Tyco Industrial LLC Bleachers Site Work CSD 250 1% — Nip I
3. Dates of Commencement and Completion. The Contractor shall commence the work
4k
described herein upon receiving notice to proceed from the County at a time mutuallv agreed
upon by the parties after obtaining all necessary permits and bonds. Substantial completion of
, 15the expected delivery and subsequent installation of the
the work shall occur th by June 6 ;, 204.f I
bleachers is scheduled for June 30t'-- 2025, unless delays beyond the control of either party
necessitate an extension of the date. This date will not be- extended without approval by the
County,
4. Contract Sum and Terms. The agreed Contract sum,, except for provisions set forth below
J
in Paragraph 13, and with payment of such Contract Sum subject to provisions set forth below
in Paragraphs 8 and 11, and any otherprovi on contained within the Contractwhich may affect such
Contract Sum to be paid to Contractor, is as follows:
Subtotal
$42,700 ---------------------
Washington State Sales Tax. @) 8.2%.
Total --ow.$3,501.40
$46,201.40
Retainage (5% of Subtotal)
$2, 3 .00
a Retaro aae: Requ-ired for this project. A retainage bond 'is acceptable and preferred.
5% retainage is required under RC W 60.28.001. The contract is over $35,000 and
does require a notice of completion to be filed and approved before releasing
t:�
refam*age. If a retainage Bond is provided, retainag e will be released upon project
acceptance.
b. Intents, and Affidavits,., Statements of 'Intent to pay prevailing wag and affidavI tes 's
of wages paid must be submitted to Washington State Labor and Industries
according to RCW 39,12.040.
c. P meat Interval and B The Contractor may submit a lump suni payment
upon completion or provide a monthly billing statement andinvoice to the County.
Such billing statement and *Invoice shall set out the nature of the work performed,
the time and materials 'involved, or the percentage of word 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.
5. Performance and PLayment Bonds. waived for this projet.AV
6. Inderanitv and Hold Harmless. The Contractor as defend, indenun ify, and hold the
County, its officers, officials, employees, and volunteers harmless from any claims, injuries,
damages, losses, or suits, including attorney fees, arising out of or in connection with the
#1 *
performance of the contract, except for injuries and damages caused by the sole negligence of
the County.
Tyco Industrial LLC Bleachers Site Work CSD 250 1 fg, — Page 2
It 'is further specifically and expressly understood that the indewmification provided herein
constitutes the Contractor's waiver ofmm 'iunity under Industrial Insurance, Title 51 RCW, solely
for the purpose of indemnification. The parties have mutually negotiated this waiver. The
provisions of this section shall survive the expiration of termination of thi s contract.
7. Insurance. The Contractor shall procure and maintain, for the duration of this contract,,
insurance against claims for injun-es to persons or damage- to property which may arise from or
In connection with the performance of the work hereunder by the Contractor, its agents,
representatives, emplovees, or subcontractors. The Contractor shall provide a Certifleation of
Insurance evidencing,,.
a, Automobile Liability insurn cewith limits no less than $1,000,000 combinedingle limit per accident for bodily injury and property dama e-, and9 1
b. Commercial General LiabilAy 'insurance written on an occurrence basis with limits
no less than $1,000,000 combined single limit per occurrence and $2, ,000
aggregate for personal inj ury, bod ily inj ury, and property damage. Coverage shall
include, but not be limited to, blanket contractual, products/cornpleted
operations, broad form property damage, explosion, collapse, and underground
(XCU) covera,( ,Te, if applicable, and employer's I "lability.
P
Worker's Compensation insurance at the limits established by the State oi
Washington.
Any payment of deductible or self -insured retention shall be the Contractor's sole responsibility.
The County shall be named as an additional 'insured on the insurance policy concerningy- w. ork
perfomied by or on behalf of the Contractor, and a copy of the endorsement naming 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 materlial change in
coverage.
8. PUments 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 I imited too.
a. Work not specified in the Contract or agreed upon in the RFB (Attached as "Exhibit
Ati),
b, Reasonable evidence that the work required by the Contract cannot be completed
for the unpaid balance of the contract sum.
c. Work by the County to correct defective or or complete the work.
d Failure by the Contractor to perform work within this Contract.
e. Costs or liabilities that may arise to the County due to the Contractor's
Tyco Industrial LLC Bleachers Site Work CSD.)501fg — Page 3
Z:)
Fault, negligent acts, oromissions,
PROVIDED: In any case where part or all of a payment is to be withheld due to unsatisfactory
performance, the County shall notify the Contractor 'in accordance with RC 39,76.011 (b).
Authority,.of Count . Suppose the Contractor fails to perform the work in accordance with the
requirements of the Contract Document. In that case, the County shall provide the Contractor With
written notice of the deficiency, and the Contractor shall have seven days to correct the deficiency in
the work. Ifthe Contractor fails to correct the deficiency In the work within the seven days or to
take and continue all apprqpriate steps to initi ate the corrections in the event corrections cannot be
reasonably completed in the seven days, the County may., without prejudice to other remedies: (a)
I N, 17
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. Warran, f Construction. In addition to any special warranties provided elsewhere in
the Contract Document and its companion or appIi* ble documents, the Contractor warrants that
. ca
all work con -forms to the requirements of the Contract and isfree from any defects *in equipment,
materials, or design furnished, as well as any defects In workmanship per -formed by the
Contractor,
Concerning all warranties, express or imptied, for work performed or materials furnished
according to the Contract and companion or qpplicable documents, the Contractor shall-,
a Obtain all warranties that. would be given in standard commercial practice,
b. Require all warranties to be executed, 'in., writing, for the net of the County, and
c. Enforce all warranties on behalf of the County, if directed by the County, luding
any warranties from subcontractors, manufacturers, or suppliers that extend beyond the
period specified in the Contract.
ct The obligations, under this Section shall survive comp . ietion.
10. Successors and A The County and the Contractor respectively, bind themselves,
their partners,, successors, assigns, and legal representatives to the other party hereto, as well as
to the partners, successors, assigns, and legal representatives of such other party, regarding the
covenants, agreements, and obligations contained in the Contract. Neither party shall assign the
work without the other party' s written consent. If either party attempts to assign without such
consent, that party shall remain legally responsible for all obligations outlined in the Contract.
11, Chan es in Work. The County may, at any time and without notice to the Contractor's
surety, order additions, deletions, revis-ions, 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 Sum or the performance time. In. that case, an equitable adjustment shall be made, and
such ad ustments(s) shall be incorporated into a Change Order.
Tyco Industrial LLC Bleachers Site Work- CSD 2501for -- Page 4
If the County wishes to request a change 'in the work, It may submit a written Change Order
proposal to the Contractor. The contractor shall submit a Change Order proposal within 14 days
of the County's request or Within such. other period as mutually agreed upon, The contractor's
Change Order proposal shall 'include total compensation forimplementing the proposed change
in the work, including any austment in the contract sum or time of performance, and *Including
compensation for all delays in connection with such change in the work and for any expense or
ieniA6 # �
nconvence, 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 performance, the County may accept or reject the
proposal, request ffirther documentation, or negotiate acceptable terms pith. the Contractor.
Pending agreement on the terms of the Change Order, the County may direct the Contractor to
proceedire. -ied iately with the work outlined in the Change Order. The contractor shall not proceed
with any change in the work -Lmfil it has obtained the County" s approval. All work done under
anycounty-dire cted change in the work shall be executed per the Contract.
12. No Mency Relationshi-o- Neither the Contract nor any agreement implied thereby
constitutes the Contractor as an agent or legal representative of the County 'for any purpose
whatsoever, and the Contractor's relationship to the County under 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 the
County or to bind the County 'in any manner or thing whatsoever. '
Clean Up. The contractor shall maintain a clean and orderlv protect 13. Vf site, including
hauling routes, infrastructure, 'utilities, and storage areas, free from. accumulations of waste
materials. Before the project 'is accepted., the Contractor shall remove all 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 County. If the Contractor -falls to clean up as provided herein and after receiving
reasonable notice from the County, the County may do so,, the cost thereof shall be charged to
the Contractor,
14. Survival. If any clause or provision of this Contract 'is invalid, the remaining clauses and
provisions shall nevertheless remain in full force and effect.
t5. Entire A.areernent. The Contract embodies, the entire agreenient between the pies; all
other agreements, oral or VM'tten, are now merged and superseded by the Contract. There are no
other agreements that modify or affect the terms of this agreement. No amendment to this
agreement 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 theContract.
16. Ealanation of Documents. The Contractor has thoroughly reviewed the Contract. The
Contractor has had the opportuni*ty- to consult with legal counsel as to the lecral effect of the
Contract.
Tyco tndustrial LLC Bleachers Site Work CSD 250 1 -rg -- Page 5
I Notices. All notices required under the terms of this agreement must be in writing and
delivered personally to the party to receive them or mailed by reaular mail prepaid, postage,, to
the address specitieci adjacent to the part signatures. All notices shall be deemed served upon
delivery or three (3) days following deposit 'in the U.S. mail, as required herein.
Headinas, Construction. The headm*gs of the sections and paragrap . hs are "inserted solely for the
the parties. They are not a part of and are not intended to govern, limit, or aid in the
convenience ot
construction of any term or provision hereof, In construing the parties' intent regarding
In this contract, no more significant or stricter construction of any term or provision hereof shall
be asserted against the county as drafter.
18. Gov-e.ml*n,(,Y,, Law. Venue. The performance and interpretation of the Contract Docunient
shall be governed by and *Interpreted in accordance with the laws of the State of Washington.
Any lifigation arising from, or in connection with this Contract shall be conducted In Grant
County, Washington.
��i
Tyco Industrial LAC Bleachers Site Work CSD 2,150 1 -fg — Pagge 6
CONTRACTOR --
Two 1ndUstriaL_1.-,-LC.
B
L_Jicense NO. TY 97, 11*78-22H
UJBI No. 604--42"-260
A
Dated thie (6-A of 2025.
BOARD OF COUNTY COMMISSIONEW"n
'e, CRANT COUNTY, INGTON
Cindti
v Cartek VI-ce-Cha'ir
j4(e
Kevin Buirgess. V. iber
AT T EST*-
flairbar J. Vasquez,
C ferk the Bcoard
o
By —
Barbara G. Duerbeck, WSBA 4' 53 )946
Deputy Prosecuting Attomey
Date:
Tv Industrial LLC Bleachers Site Work CSD 21NO 1 fa — Pa( --Ye 7
ACC>R"� CERTIFICATE OF LIABILITY I N S U RICE
��
DATE (MM/DD/YYYY,
4I7/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
SHAWN D KOETHKE (24205)
1340 S PIONEER WAY(A/C,
PO BOX 1398
CONTACT
NAME: SHAWN D KOETHKE
PHONE FAX 509-766-2143
No Ext : 509-765-9259 A/C No):
E-MAIL SHAWN.KOETHKE COUNTRYFINANCIAL.COM
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIC #
MOSES LAKE, WA 98837-0000
INSURER A : COUNTRY Mutual Insurance Company
20990
INSURED 1456338
INSURER B :
INSURER C :
TYCO INDUSTRIAL LLC
INSURER D
1626 HIGHWAY 28 W
EPHRATA, WA 98823
INSURER E :
INSURER F :
i+nvcoAnce r1=QT11=trAT1= AIIIMRI~R- REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE JNSR
ADDLSUER
WVD
POLICY NUMBER
POLICY EFF
MMIDD/YYYY
POLICY EXP
MMIDYYYY
LIMITS
A
GENERAL LIABILITY
✓ COMMERCIAL GENERAL LIABILITY
✓
AB9343300
/30/2025
3/30I2026
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
PREMISES Ea occurrence
$ 100 000
MED EXP (Any one person)
s 5,000
CLAIMS -MADE Q OCCUR
PERSONAL & ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2 000 000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$ 2,000,000
COMBINED SINGLE LIMIT
Ea accident
$ 1 000 000
71� POLICY JEPR�F LOG
AUTOMOBILE LIABILITY
AB9343300
/30/2025
3/30/2026
BODILY INJURY (Per person)
$
A
ANY AUTO
ALL OWNED SCHEDULED
AUTOS ✓ AUTOS
NON -OWNED
HIRED AUTOS AUTOS
Covered on Gen Liab
BODILY INJURY (Per accident)
$
PROPERTY DAMAGE
Per accident
$
$
LIAR
OCCUR
r/
AU9379715
/30/2025
3/30/2026
EACH OCCURRENCE
S 5,000,000
AGGREGATE
$ 5,000 000
FAUMBRELLA
EXCESS LIAB
CLAIMS -MADE
DED RETENTION $ 10,000
WORKERS COMPENSATION
WC STATU- OTH-
TORY LIMITS I I ER
$
E.L. EACH ACCIDENT
$
AND EMPLOYERS' LIABILITY Y J N
ANY PROPRIETOR/PARTNER/EXECUTIVE
A
E.L. DISEASE - EA EMPLOYEE
$
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
N /
E.L. DISEASE - POLICY LIMIT
$
If yes, describe under
DESCRIPTION OF OPERATIONS below
DESCRIPTION OF OPERATIONS 1 LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
JOB NAME:
3953 AIRWAY DR. NE
(CONTINUED)
GRANT COUNTY FAIRGROUNDS
3953 AIRWAY DR. NE
MOSES LAKE„ WA 98837
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
n 1 ARR-7n1 n ALSRD CWPORATION. All rights reserved.
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
AGENCY CUSTOMER ID:
LOC #:
ACC)R" ADDITIONAL REMARKS SCHEDULE1 Page of
AGENCY NAMED INSURED
TYCO INDUSTRIAL LLC
1626 HIGHWAY 28 W
POLICY NUMBER EPHRATA, WA 98823
AB9343300
CARRIER NAIC CODE
COUNTRY Mutual Insurance Company 20990 EFFECTIVE DATE: 4/7/2025
AnnITInKIA11 P9=MAPK-q
ACORD 101 (2008/01) t.W ZUUO I 11JI OL--.-; I
The ACORD name and logo are registered marks of ACORD