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 and Maintenance DATE: 3/12/2026
REQUEST SUBMITTED BY: Kevin Schmidt
PHONE: 509-754-2011, 3272
CONTACT PERSON ATTENDING ROUNDTABLE: Kevin Schmidt/Tom Gaines
CONFIDENTIAL INFORMATION: ❑YES ®NO
®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
U-:1-ni, 7W-V; 1 Es!:R'04,
Request to approve contract for Zion Excavation LLC to replace the concrete behind the
Dictrict Cout on Wheeler Road in Moses Lake. The concrete is collapsed and in very poor condition.
The bid to do the work is $34, 665.75 with tax, Ths is an approved capital project and will be paid
using REET 1 funds. The budget for this project is $37,500. The project isschdeuled to be completed by April 30, 2026.
If necessary, was this document reviewed by accounting? ❑ YES Im NO ❑ N/A
If necessary, was this document reviewed by legal? * YES ❑ NO ❑ N/A
DATE OF ACTION: �7 �
APPROVE: DENIED
D 1.
D2:
� r
D3:
ABSTAIN
DEFERRED OR CONTINUED TO:
WITHDRAWN:
4/23/24
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
C"County"), and Zion Excavation LLC UBI No. 605-602-571, a company duty formed and
doing 'business in the State of Washington ("Contractor").
In consideration of the mutual promises and covenants contained herein, the parties
hereto agree as follows:
Work of Contract/Scope of Work. The Contractor shall do all workandfamish all tools,
materiats, equipment, and things of every description necessary for the removal and replacement
of the concrete slab located at the South end of the Grant County District Coin Facility located
at 1525-Wheeler Road, Moses. "Wore means all work individually and collectively performed
by the Contractor d-Luing the project.
The Contractor will be responsible for supplying and doing all the work to complete the
following: Supply the completc services, labor, materials, and equipment for removal, disposal,
backfill, and pour and finish of a concrete slab located on the South end of the Grant County
District Court Facility at the project site, 1525-Wlleeler Road, Moses Lake, WA.
Provide all materials, equipment, and labor to complete the project.
Saw cut, break up, remove, haul away, and legally dispose of all exiting concrete and debris.
Prepare subgrade including excavation as needed, supply and place required fill material and
compact to 95% density.
Form, place, finish, and cure new concrete slab meeting 4000 psi strength at 28 days. Reinforce
with % inch metal rebar.
Proper jointing and sealing is required,
Removal and disposal of all waste generated by the project. Associated waste disposal costs
are the responsibility of the contractor.
Provide safety barricades, signs, cones any other means to keep people and vehicles clear of
the area while the project is occurring.
Develop plan with project manager to minimize impact to County business during project.
All permits and related costs are the responsibility of the contractor,
• Clean up of all areas affected by work related to job.
Coordinate with project manager in regard to time needed to complete project,
Containers to properly store and haul all job -related materials, solid and liquid, for disposal.
• AIS are to be provided and available by the contractor upon demand and on site for any
chemicals brought on site.
2 Project Site. The wo& shall be accomplished upon the real property conimmily Imown as
the Grant County District Count bufi&g situated on or about 1525-Wheetckr Road, Moses Lake,
Washington, or as may be more specifically directed at the sole discretion of the Conn-ty.
3. Date of Commencement and Date of Completion. The Contractor shall cormnence the
work described herein upon receiving notice to proceed from the County beginning at a thne
mutually agreed upon by the parties after having obtained all necessary permits/bonds,
FM.,2603 WRY' Concrete Replacement
Substantial completion of the work shalt occur by May 31, 2026, unless delays beyond the
control of either pa cause, the date to be extended. This date will not be extended without
approval by the Cotmty.
4, Contract Sum and Tenns. The agreed Contract stun, except for provisions set forth below
in Paragraph 14, and with payment of such Contract Sum subject to provisions set forth below
in Paragraphs 8 and 12, and any other provi sion containedwithin the Contract which may affect such
Contract Stun to be paid to Contractor, is as follows-,
Subtotal
$315950.00
Washington State Sales Tax @ 8.5%
$2715. 75
Total
$3405.75
Retainage (5% of Subtotal)
NA
4
a. Retainage: Retainage is not required for this proj - ect as it is under $35,000.
h Intents and Affidavits: Statements of intent to pay prevailing wages and affidavits of
wd are required to be submitted to Washington State Labor and Industries ages pai
according to RCW 39.12.040.
a Payment Interval. and Billing: The Contractor shalt submit a inolithly billing
statement and invoice to the Cotmty. Such billing statement anal. invoice shall set out
0
the nature of the work performed, the time and mateiials 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 NvAin thirty (30) days of -receipt,
5. Performance and Payment Bonds: Required for this prqjQct.
6. I-ndemnity and Hold ffan-mess. The Contractor shall defend, indemnlWy, and hold the
County, its officers, officials, employees, and volunteers harmless from any claims, fnju-Hes,
damages, losses, or suits, including attorney fees, arising out of or in connection with the
performance of the contract, provided that such claims, damages, losses or expenses are caused
in Whole or in pzu.-t by any. negligent or wrongful act or omission, 'Including passive or active
negligence, of Contractor or its siib contractors, any of their agents or emplovecs or anyone for
whose acts any of them may be li A] e, except to the extent that the same resi-Ifts from Caunty's
'neclliu-ntor wrongful act or omissiun.
t:) -,
It is further specifically and expressly understood that the indemnification provided herein
constitutes the Contractor's waiver of i-mm-a-rity under Tndustrial T-nsurance, title 51 RCW, solely
for indeninification. The patties have mutually negotiated this waiver, The provisions of this
section shall survive the expiration of teiinination of this contract.
By initialing below, the County and Contractor certify that the waiver of immunity
FM2603 WRF Concrete Replacement
contained in this article was mutually negotiated,.
Contractor County
7. Insurance. The Contractor shall procure and maintain, for the duration of this contract,
insurance against claims for Mituies to persons or damage to property which may arise from or
rn connection with the performance of the work hereunder by the Contractor, its agents,
representatives, employees, or subcontractors. The Contractor shall providQ a Certification of
Insurance evidencing:
EL Automobile Liability insurance wide limits no less than $1,000,000 combined
single limit per accident for bodily injury and property damage; and
Commercial General Liability insurance vaitten on an occurrence basis with limits
no less than $1,000,000 combined single limit per occutTence and $2,000,0oo
aggregate for personat injury, bodily injury, and property damage. Coverage shaft
include but not be limited to blanket contractual; products/completed operations;
broad form property darnage; explosion, collapse, and underground (XCU) if
applicable; and employer's liability.
C Worker's Convcnsafion insurance at the limits established by the State of
Washington.
Any payment of deductible or self -insured retention shall be the Contracto:es sole responsibility.
The County shall be named as an additional insured on the insurance policy concerning work
perfornied 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 Cuntractor)s
insurance shall be the pritnary insurm-ice conceming the County, and ftie County shall, be given
thirty (30) days prior written notice of tiny cancellation, suspension, or tnzatcHal change in
coverage.
8, Payments Withheld. The County may withhold or nullify the vVhole or patt of any
payment to suoh extent as may be necessary to protect the County 'from. loss or damage Bor
reasons including but not limited to:
a Work not within the Contract.
b. Reasonable evidence that the work requixed by the Contract cannot be completed
for the unpaid balance of the contract sura.
c. Work 'by the Comity to correct defective work or complete the work.
d. Failure by the Contractor to perform work within this Contract.
e, Cost or liability that may occur to the County due to the Contractor's faLilt,
FM2603 WRF Concrete Replacement
ticort�ligent acts, or omissions.
PROVIDED: In any case where part or all of a payment is going to be witlitietd for
unsatisfactory performance, the Cowity shall notify the Contractor per RCW 39.76.01 1(b).
9. Authority of County. Suppose the Contractor fails to perform the work according to the
requirements of the Contract Docurnent. In that case, the County shall provide written notice of
the deficiency to the Contractor, and the Contractor shall have seven d-rays to coiTect the deficielicy
in the wo& Ifthe Contractor fails to correct the deficiency in -the work within the seven days or
to take and continue all appropriate steps to initiate the corrections in the event corrections cannot
be reasonably completed in the seven days, the County may, without prejudice to other
remedies: (a) use County forces, other contractors, or other means to inake 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.
M warranty of Construction. In addition to any special warranties provided elsewhere in
the Contract Document and companion or applicable documents, the Contractor warrants that all
work conforms to the requirements of the Contract and is free of any defect in equipment,
material, or design famished or workmanship perfofmedby the Contractor.
Concerning all w=anties, express or implied, for work performed or materials furnished
according to the Contract and companion or applicable 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 benefit of the County; and
c Enforce all warranties for the benefit of the County, if directed by the Cumity,
Mel-ading any subco-ntractor's, manufactureis, or supplier's warranty that extends beyond
the period specified in the; Contract.
d. The obligations under this Section shall sum"ve Completion.
11. Successors and Assigns. The County and Contractor respeciively 'bind themselves, their
partners, successors, assigns, and legal, representatives to the other arty hereto and to partners,
successors, assigns, and legal representatives of such other party regarding covenants,
agre=ents, and obligations contained in the Contract. Neither party shall assign, the wor1c
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.
12, Changes in work. The County may, at any time and without notice to the Contractor's
surety, o-rder additions, deletions, revisions, or other changes in the work. These changes in the
work shall be incorporated into the Contract Document dirough 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 perfomiance time. Tn that case, an equitable adjustment shall be made, and
such adjustments (s)shallbe incorporated into a Change Order,
FM2603'WRF Concrete Replacement
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 n-i-atually 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 detays 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 wofk. Upon receipt of the Change Order proposdl
or a request for equitable adjustment to the contract sum or time of performance, the County
may accept or reject the proposal, request further documentation, or negotiate 'acceptable tenns
with the Contractor.
Pending agreement on the ter of the Change Order, the County inay 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 County's approval. All work done under wiycounty-
directed change in the work shall be executed per the Contract.
13. No Agency Relationship. Neither the Conti -act nor any agreetnent implied th'erefrom
constitutes the Contractor as an agent or legal representative of the County for any purpose
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 hnpfied
k'"'
-right or adhority to assume or create any obligation or -responsibility on behalf of or in the -name
ofthe Cotinty or to bind the County in any manner or thing whatsoever,
%..I
1.4. Clean Up. The contractor shall al -ways keep the project site, including hauling routes_,
infi-astructures,, utilities, and storage areas, free from accurn-diations of waste materials. Before
completing the work, the Contractor shall -remove its nibbish, tools, scaffolding, equipmeiit, 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
faits to clean -u ' p as provided hereiia, and after reason-tible notice from -the County, the
otuaty
may do so, and the cost thereof shall be charged to the Conti -actor,
15. 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,
16, Entire Agreement. The Contract embodies the entire agreement between the parties; all
other agree-ments, oral or written, are now merged and superseded by the Contract. There are -no
other agreements Which modify or affect the teems hereof No ameirldmunt hereto shall 'be
binding unless the tees thereof are in writing and signed by both parties. Time is of the esse-ncc.
No verbal or other agreements modify or affect the Contract.
17. Explanation 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
CunLrad.
FM2603 WRF Concrete Rcplacement
18. Notices. All notices required under the tems hereof are to be in writing 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. Alt notices shall be deemed served upon
delivery thereof or three (3) days folloNving deposit of the notice in the U.S. snail as requiredhereffi.
19, Headings, Construction. The headings of the sections and paragraphs are inseftcd solely
for the convenience of the parties. They are not a part of and are not i-titetided to govern, limit,
or aid in constivaing any term or provision hereof. In constrain g the parties' intent regarding
this contract, no more significant, or stricter construction of any term or provision hereof shall
.be, asserted against the courity as drafter.
20. Governing Law, Venue. The performance and interpretation of the Contract Domuent
shall be governed and interpreted by the laws of the State of Washington. Any litigation arising
froin or in comection with this Contract shall be conducted in Grant County, Washington.
FM2603 WRF Concrete Replacement
CONTRACTOR: Zion Excavating LLC
Accepted B. '/
Daryt ONeet
License No. Zionee1764PQ
UBI: 605-602-571
Dated the / 7- of A�rC. Li , 2026.
BOARD OF COUNTY COMMISSIONERS
GRANT COUNTY, WASHINGTON
Kevill Burgess Xh.air.----"--,
ATTEST:
Caitlin E * Manell
Clerk of the Board
Approved as to form:
Lily
Trevor Sevier
Deputy Prosecuting Atto-mey
Date:
FM2603 VConcrete Replacement