

Board of Cowlitz County Commissioners
Steve Rader, Commissioner District 1
Steven L. Ferrell, Commissioner District 2
Richard R. Dahl, Commissioner District 3
Kelly Grayson, Clerk of the Board
Regular Public Meeting
March 17, 2026, 9:00 a.m.
Board Meeting Convenes at 9:00 a.m.
• Invocation by Invitation
• Pledge of Allegiance
• Minutes of March 9-10, 2026
• Consent Agenda of March 17, 2026
• Call for Bids
• Agreements/Contracts/Bid Awards
• Board Correspondence
• Public Hearing – 9:30 a.m.
• Public Comments
ZOOM Link KLTV Link
o Citizen Participation may be anonymous. See RCW 42.30.040
Consent Agenda
Call for Bids
Live Stream
Phone Option: (253) 215-8782
Webinar ID: 820 1961 3917
Print Agenda
1. Call for Bids for the 2026 Countywide Pavement Overlay project scheduled for April 13, 2026, at 1:30 p.m. (14747)
2. Call for Bids for 28 - 100 x 200 feet Scrim Reinforced Polyethylene Geomembrane scheduled for April 13, 2026, at 1:30p.m. (14748)
3. Call for Bids for High Density Polyethylene Pipe scheduled for April 6, 2026, at 1:30 p.m. (14752) Agreements/Contracts/Bid Award Public Works
4. Bid Award to Sterling Breen Crushing, Inc. for Aggregate Rock for Bituminous Surface Treatment for 2026. The total cost is $421,216.49. (14746) Building & Planning
5. Professional Services Agreement extension with Facet NW Inc. to update the Cowlitz County Critical Areas Ordinance until September 2026. (14750) Commissioners
6. Personal Services Agreement with CFM Strategic Communications, Inc. to provide tailored lobbying services. The total amount for the scope of work will not exceed $81,000.00 and any additional negotiated services will not exceed $19,000.00. (14759)
Regular Public Meeting
March 17, 2026, 9:00 a.m.
Board Correspondence
7. Letters/Notices
a. Affidavit of Posting Resume for the month of January and February 2026 (14740)
b. Federal Energy Regulatory Commission (FERC) Dam Safety Inspection Report for Yale Dam from 9/4/2024-9/16/2025. (14754)
c. Letter dated 3/17/2026 to Ruth Kendall reappointing her to the Homeless Housing Taskforce. This is a 2-year term that expires April 30, 2028. (14755)
d. Letter dated 3/17/2026 to Katie Hawelu appointing her to the Parks & Recreation Advisory Board. This is a 6-year term that expires December 31, 2031. (14756)
e. Letter dated 3/17/2026 to Michael Settles appointing him to the Veterans Advisory Board. This is a 4-year term that expires October 31, 2030. (14757)
f. Letter dated 3/17/2026 to Mark Uhart, LTC, USA Ret., thanking him for his application to the Veteran's Advisory Board. The position has been filled. (14758)
Vouchers
The following vouchers/warrants are approved for payment.
Motion Items Public Works
8. Bid Award to Quigg Bros, Inc. for the Tower Road Bridge at Rock Creek Project. The total cost is $2,683,985.00. (14753)
Regular Public Meeting
March 17, 2026, 9:00 a.m.
Public Hearings
Public Works
9. 9:30 a.m. - Resolution Ordering the Vacation of a Portion of Toteff Road. (14749)
Updates
Chairman Updates
Upcoming Meetings:
• Tuesday, March 24th @ 10 a.m. – Department of Ecology
• Tuesday, March 31st @ 10 a.m. – Board of Health
• Tuesday, April 14th @ 10 a.m. – Mount St. Helens Discussion
RCW 42.30.040 – Conditions to attendance not to be required. A member of the public shall not be required, as a condition to attendance at a meeting of a governing body, to register his or her name and other information, to complete a questionnaire, or otherwise to fulfill any condition precedent to his or her attendance. People may remain anonymous when logging on to Zoom by creating any name and email of their choosing. In a meeting, public comment will be received, either or both, orally (raise hand in Zoom or use *9 on phone) and by writing. Note: Written comments may be sent to the Board at any time. For oral presentations, the Board may set a time for comments and speakers.
All matters listed with the Consent Agenda were previously distributed to each Board Member for reading and study, were available for public viewing, are considered items of regular County business, and will be approved, without separate discussion, by one motion of the Board of County Commissioners. An item may be removed from the Consent Agenda and placed on the Regular Agenda for separate discussion and voting at the request of any Board Member.
The Board of Commissioners may add and take action on other items not listed on this Agenda.
• Agenda Online Address: https://www.co.cowlitz.wa.us/535/Agendas Regular-Public-Meetings
• ZOOM Invitation Address (for all meeting days):
o https://us06web.zoom.us/j/82019613917
• KLTV Live Feed Address: http://www.kltv.org
AS-14747
BOCC Agenda
Meeting Date: 03/17/2026
CALL FOR BIDS - 2026 COUNTYWIDE PAVEMENT OVERLAY - Project No. 2026
Submitted For: Susan Eugenis, Public Works
Submitted By: Emilie Cochrane, Public Works Department: Public Works
Information
Subject and Summary Statement
Attached are the necessary documents to issue the call for bids for the 2026 Countywide Pavement Overlay project. The project consists of pavement planing and hot mix asphalt overlay paving of various roads within the County, and other associated work.
Will Staff Attend - NAME OF STAFF or No
Yes
Department Recommendation
It is the recommendation of the Department of Public Works that the Board move to approve the Call for Bids, fix April 13, 2026 at 1:30 p.m. for the date and time of the bid opening.
Attachments
Call for Bids
Notice to contractors
Inbox
Form Review
Reviewed By Date
Roger MaurerRoger Maurer
03/09/2026 05:32 PM
Susan EugenisSusan Eugenis 03/09/2026 05:35 PM
Mike Moss, Public Works
Form Started By: Emilie Cochrane
Final Approval Date: 03/10/2026
Mike Moss 03/10/2026 09:16 AM
Started On: 03/09/2026 05:12 PM
CALL FOR BIDS
The Board of County Commissioners of Cowlitz County, Washington will receive sealed bids until April 13, 2026, prior to 1:30 p.m., for the following work: 2026 COUNTYWIDE PAVEMENT OVERLAY PROJECT.
Work performed under this contract consists of the following:
Pavement planing and hot mix asphalt overlay paving of various County roads and associated work.
At that time all bids will be publicly opened and read in the Public Works Administration Building Training Room. Bids must be addressed to:
Cowlitz County Department of Public Works
Attn: County Engineer 1600 13th Avenue South Kelso WA 98626
Project bid documents (Plans, specifications, addenda, bid documents, bidders list and plan holders list) for this project are available online for inspection during the bidding period through the Builders Exchange of Washington (BXWA) website at www.bxwa.com. Click on Posted Projects, then Public Works, then Cowlitz County and then Projects Bidding. These documents are available for viewing, downloading and printing on your own equipment free of charge. This service is provided to Prime Bidders, Subcontractors, and Vendors bidding on this project. Bidders will need to “Register as a Bidder” through the BXWA in order to receive automatic e-mail notification of future addenda and to be placed on the Bidders List. Bidders should contact Builder’s Exchange of Washington at (425) 258-1303 for questions regarding access or registration.
It is the sole responsibility of the Bidder to obtain Addenda, if any. Addenda information will be available on the BXWA web site at www.bxwa.com. Cowlitz County accepts no responsibility or liability and will provide no accommodation to bidders who fail to check for addenda and thereby submit inadequate or incomplete responses.
Cowlitz County will not provide paper copies of the Project bid documents for this project for bidding purposes. A copy of the plans and specifications may be reviewed at the office of the Clerk of the Board of County Commissioners.
All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier’s check, or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to Cowlitz County.
All documents received in response to this invitation to bid will become a matter of public record and subject to the Washington public disclosure act under chapter 42.56 RCW.
In accordance with RCW 39.34.030, other public agencies may contract with the successful bidder with the unit prices in this Contract, provided that the successful bidder is willing.
Cowlitz County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
The Board reserves the right to reject any and all bids and to waive any immaterial irregularities or informalities in any bid or in the bidding.
DATED this ________ day of _______________, 2026.
BOARD
OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
Richard R. Dahl, Chairman
Steve Rader, Commissioner
Steven L. Ferrell, Commissioner
ATTEST:
Kelly Grayson, Clerk of the Board
NOTICE TO CONTRACTORS CALL FOR BIDS
The Board of County Commissioners of Cowlitz County, Washington will receive sealed bids until April 13, 2026, prior to 1:30 p.m., for the following work: 2026 COUNTYWIDE PAVEMENT OVERLAY PROJECT.
Work performed under this contract consists of the following:
Pavement planing and hot mix asphalt overlay paving of various County roads, and associated work.
At that time all bids will be publicly opened and read in the Board's hearing room. Bids must be addressed to:
Cowlitz County Department of Public Works
Attn: County Engineer
1600 13th Avenue South Kelso WA 98626
Project bid documents (Plans, specifications, addenda, bid documents, bidders list and plan holders list) for this project are available online for inspection during the bidding period through the Builders Exchange of Washington (BXWA) website at www.bxwa.com. Click on Posted Projects, then Public Works, then Cowlitz County and then Projects Bidding. These documents are available for viewing, downloading and printing on your own equipment free of charge. This service is provided to Prime Bidders, Subcontractors, and Vendors bidding on this project. Bidders will need to “Register as a Bidder” through the BXWA in order to receive automatic e-mail notification of future addenda and to be placed on the Bidders List. Bidders should contact Builder’s Exchange of Washington at (425) 258-1303 for questions regarding access or registration.
It is the sole responsibility of the Bidder to obtain Addenda, if any. Addenda information will be available on the BXWA web site at www.bxwa.com. Cowlitz County accepts no responsibility or liability and will provide no accommodation to bidders who fail to check for addenda and thereby submit inadequate or incomplete responses.
Cowlitz County will not provide paper copies of the Project bid documents for this project for bidding purposes. A copy of the plans and specifications may be reviewed at the office of the Clerk of the Board of County Commissioners.
All bid proposals shall be accompanied by a bid proposal deposit in cash, certified check, cashier’s check, or surety bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid proposal deposit shall be forfeited to Cowlitz County.
All documents received in response to this invitation to bid will become a matter of public record and subject to the Washington public disclosure act under chapter 42.56 RCW.
In accordance with RCW 39.34.030, other public agencies may contract with the successful bidder with the unit prices in this Contract, provided that the successful bidder is willing.
Cowlitz County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.
The Board reserves the right to reject any and all bids and to waive any immaterial irregularities or informalities in any bid or in the bidding.
DATED this 17th day of March, 2026.
BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
PUBLISHED:
PUBLICATION REQUIREMENT: To be published in two issues prior to April 9, 20265.
BILLING INFORMATION:
1) AFFIDAVIT TO: Cowlitz County Commissioners Attn: Clerk of the Board 207 4th Avenue N Kelso, WA 98626
2) BILL AND AFFIDAVIT TO: Cowlitz County Department of Public Works P.O. 01046 1600 – 13th Avenue South Kelso, WA 98626
AS-14748
BOCC Agenda
Meeting Date: 03/17/2026
CALL FOR BIDS - Solid Waste - 28 - 100 x 200 Feet Scrim Reinforced Polyethylene Geomembrane
Submitted For: Dan Bales, Public Works
Submitted By: Emilie Cochrane, Public Works Department: Public Works
Information
Subject and Summary Statement
Attached are the necessary documents to initiate a Call for Bids for 28 - 100 x 200 feet scrim reinforced polyethylene geomembrane.
Will Staff Attend - NAME OF STAFF or No
Yes
Department Recommendation
It is the recommendation of the Department of Public Works that the Board move to approve the Call for Bids for scrim reinforced polyethylene geomembrane, and set April 13, 2026 at 1:30p.m. for the bid opening.
Attachments
Call for Bids
Notice of Call for Bids
Inbox
Mike Moss, Public Works
Form Started By: Emilie Cochrane
Form Review
Reviewed By Date
Mike Moss
03/11/2026 03:18 PM
Started On: 03/09/2026 05:27 PM
CALL FOR SEALED BIDS AND PROPOSALS
100 FT. x 200 FT. SCRIM REINFORCED POLYETHYLENE GEOMEMBRANES
Sealed bids will be received by the Department of Public Works, ATTN: Dan Bales, 1600 – 13th Avenue S, Kelso, Washington, 98626, prior to 1:30 p.m., the 6th day of April, 20265, at which time all bids received will be publicly opened and read for approximately Twenty Eight (28) 100 ft. x 200 ft. scrim reinforced polyethylene geomembranes.
Outside of envelope must have the following information:
1) Mailing Address:
Department of Public Works
ATTN: Dan Bales
1600 – 13th Avenue S
Kelso, WA 98626
2) Bid Description: 28 - 100 ft. x 200 ft. scrim Reinforced Polyethylene Geomembranes
3) Date of Bid Opening: Monday, April 6, 2026, prior to 1:30 p.m.
All bids must be submitted upon the Bidder's Proposal form with a specification sheet attached of the proposed material. Bidders shall complete every space in the SECTION 2 - BIDDER'S PROPOSAL column with either a check mark () to indicate the item being bid is exactly as specified or a description to indicate any deviation of item being bid from specifications. Bids received after the date and time stated in this call for bids will not be accepted and will be returned unopened to Bidder
Firm prices are solicited for approximately Twenty-Eight (28) 100 ft. x 200 ft. scrim reinforced polyethylene geomembranes. Cowlitz County will accept no additional charges including, but not limited to freight, fuel surcharges and other charges. Payment for the material will be made according to State Statute, in the month following date of delivery, provided a detailed invoice has been furnished by the Bidder
Deviations or alternatives from the provisions of these specifications will be considered to permit manufacturers to follow their standard manufacturing processes. Such deviations or alternatives will be approved, however, only in the sole discretion of the County and only if, in their opinion, they do not adversely affect the strength, efficiency, effectiveness or life of the material. All proposed deviations or alternatives, with full details, must be listed on the bid proposal form, which is part of the bid, unless otherwise noted. The listing of such deviations or alternatives will indicate that the bid may be accepted only with such deviation. There shall be no deviations from the specifications, except those, which are listed as deviations on said Bidder's proposal and which are expressly approved as part of the Board's acceptance of the bid.
The availability date of the material will be a consideration in the acceptance of the bid. The bid proposal shall serve as the binding contract document for the purchase of this material.
RCW 39.34 allows cooperative purchasing between public agencies in the State of Washington. Other public entities (cities, school districts, and so forth), which have filed an interlocal cooperative joint purchasing agreement with the County may elect to purchase the material from the Bidder based on the terms and conditions of this agreement, subject to Bidder’s consent.
The Board reserves the right to reject any and all bids, to waive any informalities in the bids, and to accept other than the low bid if it appears to be in the best interests of the County.
DATED this 17th day of March 2026.
BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
Richard R. Dahl, Chairman
Steve Rader, Commissioner
Steven L. Ferrell, Commissioner
ATTEST:
Kelly Grayson Clerk of the Board
GENERAL REQUIREMENTS
GENERAL DESCRIPTION
The material requested will be used as needed for interim covering of landfill surfaces at the Headquarters Landfill.
These specifications cover material that will meet or exceed the following requirements.
COMPLIANCE WITH SPECIFICATIONS
To be eligible for award, Bidders must indicate in the space provided adjacent to each item, whether the material they are offering meets, exceeds or deviates from the desired technical specifications with a specification sheet attached.
STANDARD MATERIAL
The material offered shall include all of the manufacturer’s standard material for the material type offered in addition to the items required by the specifications.
ACCEPTANCE
No part or parts defective in manufacture or deficient in any of the requirements of these specifications will be considered as being accepted consequence of the failure of any employee of Cowlitz County to point out said defects prior to acceptance of the material by Cowlitz County. Bidder shall include in the bid price the following guarantees or warranties:
Warranty
a. A manufacturer’s certificate that the geomembrane material was manufactured and tested in accordance with GRI-GM22 specifications shall be furnished at time of shipment. The successful Bidder hereby warrants that all geomembranes delivered hereunder shall be free from defects in material and workmanship shall conform to all applicable specifications and shall be fit for the County’s intended use as interim landfill cover applications. Upon being notified that any item delivered hereunder fails to comply with the foregoing warranty, Bidder shall promptly repair or replace the defective item(s) to the County’s satisfaction. No acceptance of, use of, or payment for such item(s) shall be deemed to constitute acceptance of any defect(s) nor release Bidder from its obligation under this warranty. Said warranty shall extend for 90 days from date of delivery of the geomembranes and sandbags.
b. Cowlitz County may avail itself of the Bidder’s standard warranty if more beneficial to the County.
DESCRIPTION OF MATERIAL OFFERED
Bidder shall insert a detailed description (and product literature) of the material offered in the space provided for each item in the material specifications. If more space is needed, additional sheets shall be attached.
POST-DELIVERY INSPECTION
Cowlitz County shall retain the right to rescind this purchase, if within 7 days of delivery, the material is found to not meet all of the required or agreed upon specifications.
DELIVERY
Cowlitz County requests delivery within forty-five (45) days of purchase order.
F.O.B. POINT
Bid price submitted shall include delivery of the completed units as follows: each to the Cowlitz County Headquarters Landfill, 3434 South Silver Lake Road, Castle Rock, WA 98611. Contact Dan Bales at (360) 577-3030 ext. 6543, or at balesd@cowlitzwa.gov to schedule delivery.
METHOD OF AWARD
It is the intention of the County to make award on a total package basis and Bidders are encouraged to submit complete bid proposals. However, Cowlitz County reserves the right to award on an individual item basis or in any manner that is considered to be in its best interest.
Award of this contract is subject to funding availability.
Cowlitz County also reserves the right to make no award at its discretion.
All Quantities are approximate and some reductions or additional tonnage may be requested at bid unit price.
BRAND NAME MATERIAL SPECIFIED
Any reference to a brand name product is intended to indicate an acceptable quality level and provide reference as to the type of material requested.
OPTIONAL PRICING
Bidders are requested to provide optional pricing as indicated. This optional pricing will not be considered when evaluating the low responsive bid. However, Cowlitz County reserves the right to avail itself to the optional prices if it appears to be in the County’s best interest to do so.
TERMINATION
The County may cancel any purchase order/contract, or any part thereof, by written notice at any time without penalty if the Bidder fails to comply with the terms, instructions, specifications, delivery completion date, or to perform the work with diligence.
ADDITIONAL INFORMATION
If additional information is desired, please contact Dan Bales at (360) 577-3030 ext. 6543, or at balesd@cowlitzwa.gov to schedule delivery.
SECTION 1
GENERAL
BIDDER’S PROPOSAL FORM
MINIMUM SPECIFICATIONS
100 FT. x 200 FT. SCRIM REINFORCED POLYETHYLENE GEOMEMBRANES
SECTION 2 BIDDER’S PROPOSAL
It is the intent of this specification to describe and govern the purchase of 100 ft. x 200 ft. scrim reinforced polyethylene geomembranes.
FREIGHT
MATERIAL FOR GEOMEMBRANES
Freight costs must be included in the unit price, FOB, Cowlitz County Headquarters Landfill, 3434 South Silver Lake Road, Castle Rock, Washington 98611. Bidder will be responsible for any damage in transit.
Above delivery location does not have an unloading ramp as such tarps will require delivery in open sided trailer to allow removal with forklift from the ground.
Yes ___ No ___
MATERIAL PROPERTIES
Yes ___ No
Griffolyn TX-1600 a 3-ply laminate combining two layers of U.V. stabilized coextruded polyethylene and a high-strength nylon cord grid which is a registered trademark of Reef Industries, Inc., of Houston, Texas, or Dura-Skrim R12BV 4-layer reinforced extrusion laminate manufactured by Raven Industries of Sioux Falls, South Dakota Yes ___ No
Geomembrane shall comply with Geosynthetic Research Institute (GRI) GM22 standard specification for test methods, Required Properties and Testing Frequencies for Scrim Reinforced Polyethylene Barriers Use in Exposed Temporary Applications. Yes ___ No
COLOR, QUANTITY AND SIZE
a.
b. Black Geomembranes each with a dimension of 100 ft. x 200 ft. size
Yes No
Yes ___ No ___
Prices quoted on this proposal will be honored by the Bidder until: __________________. Bidder must attach a specification sheet of the material. (Date)
OPTIONS:
Other deviations not listed in the foregoing specifications (Including Alternatives/Options):
The bidder acknowledges receipt of the following addenda (if any):______________________.
The undersigned agrees to furnish the foregoing material in accordance with the attached specifications, with no deviations except as noted.
DATE AVAILABLE: BID SUBMITTED BY: (Company Name)
SIGNATURE: TITLE:
NAME PRINTED:
ADDRESS OF BIDDER: PHONE: FAX:
EMAIL:
DATE OF BID:
100 FT. x 200 FT. SCRIM REINFORCED POLYETHYLENE GEOMEMBRANE
N O T I C E
CALL FOR BIDS
100 FT. x 200 FT. SCRIM REINFORCED POLYETHYLENE
GEOMEMBRANES
The Cowlitz County Department of Public Works will receive sealed bids for approximately Twenty-Eight (28) 100 ft. x 200 ft. scrim reinforced polyethylene geomembranes.
Sealed bids will be received prior to 1:30 p.m., on the 6th day of April 2026, at which time all bids received will be publicly opened and read in the training room at the Department of Public Works, 1600 – 13th Avenue S, Kelso, Washington, 98626.
RCW 39.34 allows cooperative purchasing between public agencies in the State of Washington. Other public entities (cities, school districts, and so forth), which have filed an interlocal cooperative joint purchasing agreement with the County may elect to purchase the material from the Bidder based on the terms and conditions of this agreement, subject to Bidder’s consent.
The bid proposal, bid specifications, and bid results may be viewed on the Cowlitz County Department of Public Works website at www.co.cowlitz.wa.us/235/Public-Works. Specification and proposal forms will be furnished, upon request by contacting the Department of Public Works at 360-577-3030 or publicworks@cowlitz.wa.us.
DATED this 17th day of March 2026.
BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
Published: 3/24/2026
PUBLICATION REQUIREMENT: To be published in one issue at least thirteen (13) days prior to bid opening.
BILLING INFORMATION:
1) AFFIDAVIT TO: Cowlitz County Commissioners ATTN: Clerk of the Board
2) BILL and AFFIDAVIT TO: Cowlitz County Department of Public Works P.O. 1047 1600 – 13th Avenue South Kelso, WA 98626
BOCC Agenda
Meeting Date: 03/17/2026
CALL FOR BIDS - Solid Waste - High Density Polyethylene Pipe
Submitted For: Dan Bales, Public Works
Submitted By: Emilie Cochrane, Public Works Department: Public Works
Information
Subject and Summary Statement
Attached are the necessary documents to initiate a Call for Bids for a one-time purchase of high density polyethylene pipe.
Will Staff Attend - NAME OF STAFF or No
Yes
Department Recommendation
It is the recommendation of the Department of Public Works that the Board move to approve the Call for Bids for high-density polyethylene pipe, set the date and time for the bid opening for April 6, 2026 at 1:30.
Attachments
Call for Bids
Notice of Call for Bids
Form Review
Inbox
Reviewed By Date Mike Moss, Public Works Mike Moss
Form Started By: Emilie Cochrane
03/11/2026 03:18 PM
Started On: 03/10/2026 10:11 AM
CALL FOR SEALED BIDS
ONE-TIME PURCHASE OF HIGH-DENSITY POLYETHYLENE PIPE
Sealed bids will be received at the office of Cowlitz County Department of Public Works, 1600 13th Avenue South, Kelso, Washington, 98626, prior to 1:30 o'clock p.m., on Monday, April 6, 2026, at which time all bids will be publicly opened and read in the training room of the Public Works Administration building for the purchase of High-Density Polyethylene Pipe, as specified below.
All bids must be submitted upon the attached Proposal forms. The outside of the envelope must have the following information:
1) Mailing Address: Cowlitz County Department of Public Works
Attn: Dan Bales
1600 13th Ave South Kelso, WA 98626
2) Bid Description: High-Density Polyethylene Pipe
3) Date of Bid Opening: Monday, April 6, 2026, at 1:30 p.m.
County offices are not open for mail or other deliveries on weekends, County holidays, or inclement weather closures. The County assumes no responsibility either for delays in USPS mail or County interoffice mail services, or for bids delivered to County offices or personnel other than to the specified office and personnel. Bids received after the date and time stated in this call for bids will not be accepted and will be returned unopened to Bidder. There will be no exceptions or waivers of this requirements.
RCW 39.34 allows cooperative purchasing between public agencies in the State of Washington. Other public entities (cities, school districts, and so forth), which have filed an interlocal cooperative joint purchasing agreement with the County may elect to purchase from the vendor based on the terms and conditions of this agreement, subject to vendor's consent.
Firm prices are solicited for High Density Polyethylene Pipe IPS SDR 17, PE4710, with a minimum 2% Carbon Black UV Stabilizer, in 40-ft continuous pipe lengths. Cowlitz County will accept no additional charges including, but not limited to freight, fuel surcharges and other charges. This includes bulk orders processed by the vendor and drop shipped to the County. Prices may be increased with 30 days’ notice from the vendor. The price increase will be limited to an amount equal to the increase in cost to the vendor by the manufacturer. Written proof of the cost increase from the manufacturer shall be provided upon request. Payment for the materials will be made according to State Statute, in the month following date of delivery, provided a detailed invoice has been furnished by the supplier.
In event of a discrepancy between the bid unit price and the unit price extension listed in the proposal, the bid unit price shall govern. The County does not guarantee to purchase a specific
amount of pipe. Actual purchases will be made as needed by Cowlitz County.
All bids must be submitted upon the attached Bidder's Proposal. The bid proposal shall serve as the binding contract document for the purchase of this equipment.
Deviations or alternatives from the provisions of these specifications will be considered to permit manufacturers to follow their standard manufacturing processes. Such deviations or alternatives will be approved, however, only in the sole discretion of the County and only if, in their opinion, they do not adversely affect the strength, efficiency, effectiveness or life of the equipment. All proposed deviations or alternatives, with full details, must be listed on the attached proposal, which is part of the bid, unless otherwise noted. The listing of such deviations or alternatives will indicate that the bid may be accepted only with such deviation. There shall be no deviations from the specifications, except those which are listed as deviations on said bidder's proposal and which are expressly approved as part of the Board's acceptance of the bid.
The Board reserves the right to reject any and all bids, to waive any informalities in the bids, and to accept the bid of the lowest responsive, responsible bidder as it best serves the interests of the County.
Dated this 17th day of March 2026
BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
Richard R. Dahl, Chairman
Steven L. Ferrell, Commissioner
Steve Rader, Commissioner
ATTEST:
Kelly Grayson, Clerk of the Board

DEPARTMENT OF PUBLIC WORKS
1600 13th Avenue South
Kelso, WA 98626
TEL (360) 577-3030
FAX (360) 636-0845
www.co.cowlitz.wa.us/publicworks/
Board of County Commissioners
Steve Rader District 1
Steven L. Ferrell District 2
Richard R. Dahl District 3
Request for Quotes
HIGH DENSITY POLYETHYLENE PIPE
Bids are due by 1:30 p.m. on Monday, April 6, 2026
QUOTES ARE REQUESTED FOR THE FOLLOWING:
High Density Polyethylene Pipe IPS SDR 17, PE4710, with a minimum 2% Carbon Black UV Stabilizer, in 40-ft continuous pipe lengths.
BIDDER’S PROPOSAL FORM
QUANTITY
1,500 LF 8-inch diameter HDPE, SDR 17, PE4710 _________ per ft. $____________
2,500 LF 8-inch diameter HDPE, SDR 17, PE4710 (Perforated per Appendix “A”) _________ per ft. $____________
Freight on board (FOB) at:
Cowlitz County Headquarters Landfill 3434 South Silver Lake Road Castle Rock, WA 98611 No Charge
Subtotal: $
Sales Tax (7.7%): $
TOTAL: $
The Board reserves the right to reject any and all bids, to waive any informalities in the bids, and to accept other than the low bid if it appears to be in the best interests of the County.
Refer to the Appendix “A”, Perforated Well Detail, for specific details for the perforated pipe.
The undersigned agrees to all terms above and agrees to complete foregoing work in accordance with all minimum specifications.
QUOTE SUBMITTED BY: (COMPANY NAME)
CONTACT NAME & TITLE:
SIGNATURE:
EMAIL ADDRESS:
COMPANY ADDRESS:
PHONE:
DATE OF QUOTE:
Submit quotes by 1:30 p.m., Monday, April 6, 2026 Quotes may be mailed or hand delivered Emailed proposals will not be accepted
Cowlitz County Department of Public Works Attn: Dan Bales 1600 13th Avenue South Kelso, WA 98626
Direct questions to Dan Bales Email: Balesd@cowlitzwa.gov

NOTICE
CALL FOR SEALED BIDS
ONE-TIME PURCHASE OF HIGH-DENSITY POLYETHYLENE PIPE
Cowlitz County Department of Public Works will receive sealed bids for a one-time purchase of high-density polyethylene pipe.
Sealed bids will be received at the office of Cowlitz County Department of Public Works, 160013th Avenue South, Kelso, Washington, 98626, prior to 1:30 o'clock p.m., on Monday, April 6, 2026, at which time all bids will be publicly opened and read in the training room of the Public Works Administration building.
RCW 39.34 allows cooperative purchasing between public agencies in the State of Washington. Other public entities (cities, school districts, and so forth), which have filed an interlocal cooperative joint purchasing agreement with theCounty may elect to purchase the material from the Bidder based on the terms and conditions of this agreement, subject to Bidder’s consent.
Specification and proposal forms will be furnished, upon request, by the Department of Public Works, Public Works Administration Building, 1600 - 13th Avenue South, Kelso, Washington, 98626, telephone (360) 577-3030. The bid proposal, bid specifications, and bid results may be viewed on the Cowlitz County Department of Public Works internet website at http://www.co.cowlitz.wa.us
Dated this 17th day of March, 2026.
Published: 3/24/2026
BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
PUBLICATION REQUIREMENT: To be published in one issue at least thirteen (13) days prior to bid opening.
BILLING INFORMATION:
1) AFFIDAVIT TO: Cowlitz County Commissioners ATTN: Clerk of the Board
2) BILL and AFFIDAVIT TO: Cowlitz County Department of Public Works P.O. 01048 1600 – 13th Avenue South Kelso, WA 98626
AS-14746
BOCC Agenda
Meeting Date: 03/17/2026
BID AWARD - Aggregate for Bituminous Surface Treatment for 2026 - Sterling Breen Crushing, Inc.
Submitted For: Dan Bales, Public Works
Submitted By: Emilie Cochrane, Public Works Department: Public Works
Information
Subject and Summary Statement
Bids were received and opened on March 2, 2026, for aggregate for bituminous surface treatment for 2026. Three bids were received as outlined in the attached bid tabulation.
Aggregate rock is used in the chip seal program to provide the new driving surface for the roadways. Chip sealing is an important component of the road maintenance program to extend the life of the roads.
Will Staff Attend - NAME OF STAFF or No
Yes
Department Recommendation
It is the recommendation of the Department of Public Works that the Board move to award the bid for aggregate for bituminous surface treatment to the lowest responsible bidder, Sterling Breen Crushing, Inc., for the total cost of $421,216.49, which includes Washington State sales tax.
APPROVED this 17th day of March 2026
BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
Richard R. Dahl, Chairman
Steve Rader, Commissioner
Steven L. Ferrell, Commissioner
ATTEST:
Kelly Grayson, Clerk of the Board
Fiscal Impact
Expenditure Required $: 421,216.49
Budget Sufficient Y-N: Y
Amendment Required Y-N: N
Source of Funds - What Dept ? : Roads
Grant Y-N:
Bid Tabulation
Inbox
Mike Moss, Public Works
Form Started By: Emilie Cochrane
Final Approval Date: 03/10/2026
Attachments
Form Review
Reviewed By Date
Mike Moss
03/10/2026 09:16 AM
Started On: 03/09/2026 03:13 PM
BID TABULATION
Aggregate for Bituminous Surface Treatment
Delivered to Stockpile Locations no later than June 01, 2025
Bid Opening Date March 2, 2026
Norris Pit Road
Kalama, WA 98622
Sterling Breen Crushing, Inc.
Good Crushing Inc.
BID TABULATION
Aggregate for Bituminous Surface Treatment
Delivered to Stockpile Locations no later than June 01, 2025
Bid Opening Date March 2, 2026 BID TAB
Breen Crushing, Inc.
AS-14750
BOCC Agenda
Meeting Date: 03/17/2026
Personal Service Agreement Addendum No. 1 with Facet NW, extending the date of completion to September 2026.
Submitted For: Traci Jackson
Submitted By: Traci Jackson Department: Building & Planning
Information
Subject and Summary Statement
Professional Services Agreement with Facet NW Inc. extended until September 2026 for completion of updating the Cowlitz County Critical Areas Ordinance. Original PSA was to be completed by May 2026. No additional money allocated for the project.
Will Staff Attend - NAME OF STAFF
Adam Trimble
Department Recommendation
Department recommends the Board sign the extended contract with Facet NW Inc.
Attachments
Addendum Original PSA
Form Started By: Traci Jackson
Final Approval Date: 03/10/2026
Form Review
Started On: 03/10/2026 07:27 AM
PERSONAL SERVICES AGREEMENT
ADDENDUM NO. 1
This AGREEMENT is hereby amended between Facet NW Inc. (Contractor) and Cowlitz County (Cowlitz).
The County was notified that the Contractor needs more time to perform certain services that were previously agreed to.
The Contract is hereby amended to read as follows:
1. TERM AND TERMINATION. The term of this Agreement shall commence on the 28th of October, 2025, and shall unless terminated earlier in accordance with this Agreement, terminate on the 30th day of September, 2026.
The rest of the contract and scope of the agreed contract shall remain in e ect.
Dated this __________ day of March, 2026.
CONTRACTOR
Dan Nickel

COWLITZ COUNTY
Richard R. Dahl, Chairman
Title: Executive Vice President __________________________________
Steven L. Ferrell, Commissioner
Steve Rader, Commissioner
Attest: __________________________________
Kelly Grayson, Clerk of the Board





AS-14759 Consent
BOCC Agenda
Meeting Date: 03/17/2026
CFM Strategic Communications Agreement for 2026
Submitted For: Kelly Grayson, Clerk of the Board
Submitted By: Kelly Grayson, Clerk of the Board
Department: Commissioners Office
Subject and Summary Statement
Information
Personal Services Agreement with CFM Strategic Communications, Inc. to provide tailored lobbying services. The total amount for the scope of work will not exceed $81,000.00 and any additional negotiated services will not exceed $19,000.00.
Will Staff Attend - NAME OF STAFF
Yes - Kelly
Department Recommendation
Approve the Personal Services Agreement.
Attachments
Agreement
Form Started By: Kelly Grayson
Form Review
Started On: 03/11/2026 07:50 AM Final Approval Date: 03/11/2026
PERSONAL SERVICES AGREEMENT
Contract Number:
THIS AGREEMENT is entered into between COWLITZ COUNTY, a political subdivision of the State of Washington, (hereinafter called “County” or “Cowlitz County”) and
Name: CFM Strategic Communications, Inc.
Address: 10260 SW Greenburg Road, Suite 400 Portland, OR 97223
Phone No: (503)294-9120
(hereinafter called “Contractor”).
This Agreement is comprised of:
Attachment A – Scope of Work
Attachment B – Compensation
Attachment C – General Conditions
Attachment D – Special Terms and Conditions and Retirement Status Form (signature required)
Copies of which are attached hereto and incorporated herein by this reference as if fully set forth.
The term of this Agreement shall commence on the 22nd day of March 2026 and shall, unless terminated as provided elsewhere in the Agreement, terminate on the 30th day of June 2027.
IN WITNESS WHEREOF, the parties have executed this Agreement on this ______ day of ________, 2026
CFM STRATEGIC COMMUNICATIONS, INC: COWLITZ COUNTY: Board of County Commissioners
Joel Rubin, Partner
Print Name:
Title:
Date: , 2026
ATTEST:
Kelly Grayson, Clerk of the Board
Richard R. Dahl, Chairman
Steve Rader, Commissioner District 1
Steven L. Ferrell, Commissioner District 2
CONTRACT HAS BEEN APPROVED AS TO FORM BY COWLITZ COUNTY PROSECUTING ATTORNEY
SCOPE OF WORK
CFM will provide tailored federal lobbying services for Cowlitz County. The scope of CFM’s services will be reserved for matters pertaining to Mt. St. Helens, assistance with Washington D.C. visits by Cowlitz County officials and limited federal grant support.
Should Cowlitz County wish to retain CFM’s services beyond the tailored Scope of Work outlined below, CFM will provide an estimated hourly-rate quote for those projects and services. Additional services will be approved and invoiced independently from the quarterly retainer agreed upon.
CFM’s tailored services shall include:
Developing a strategic federal agenda and political outreach plan.
Tracking, researching, and communicating with federal agencies to identify grant, appropriations and authorization projects and other funding opportunities.
Securing Congressionally Directed Spending and/or Community Project Funding, grant awards, authorizations, and report language.
Drafting, editing, and advocating for applications to federal grant programs (with the exceptions of grant applications expected to exceed more than 10 pages.)
Developing policy through the legislative (via Congress) and regularly (via the administration) processes.
Placing Cowlitz County officials in the middle of discussions and debates around specific proposals that are central to your objectives, and providing access to key decision-makers and leaders in Washington D.C.
Coordinating advocacy efforts with coalitions such as the National Association of Counties.
Monitoring and informing you of pertinent legislative and regulatory initiatives.
Providing opportunity for testimony before congressional committees.
Drafting briefing materials and talking points to be used when meeting with elected officials and agency heads.
Scheduling and attending meetings in Washington State and Washington, DC with key decision makers and staff.
CFM will maintain regular communication with the Board of County Commissioners and the County Administration and provide quarterly updates regarding the progress on the County’s priorities and activities related to the Scope of Work outlined in this agreement, as well as any additional projects mutually agreed upon by the County and CFM. Updates may be provided through email, conference calls, virtual meetings, or in-person briefings, as appropriate.
In the event the CFM is unable to complete their work as scheduled, the contract period and compensation may be adjusted by mutual agreement of the County and CFM.
COMPENSATION
For services rendered as set for in Attachment “A” the County shall pay CFM a retainer not-to-exceed EIGHTY-ONE THOUSAND DOLLARS ($81,000). Retainer payments on this annual not-to-exceed retainer shall be made quarterly.
Should the County wish to retain CFM’s services beyond the tailored Scope of Work outlined in Attachment “A”, CFM will provide an estimated hourly-rate quote for those projects and services. Additional services will be approved by the Board of County Commissioners and invoiced independently from the retainer, as set forth below. All such additional services shall incorporate and be subject to the terms and conditions of this Agreement.
Each additional service shall be individually negotiated with CFM, and the payments established for such additional service shall exceed NINETEEN THOUSAND DOLLARS ($19,000) without prior authorization of the Board and compliance with County services procurement policies Unless otherwise agreed upon by the Board of County Commissioners, each separate invoice for additional services shall be supported by a separate, detailed Scope of Work and the hourly rates charged for specific tasks completed up to the request for payment.
GENERAL CONDITIONS
1. Scope of Contractor’s Services. The Contractor agrees to provide to the County services and any materials set forth in the project narrative identified as Attachment A during the agreement period. No material, labor, or facilities will be furnished by the County, except as provided for herein.
2. Accounting and Payment for Contracted Services. Payment to the Contractor for services rendered under this agreement shall be as set forth in Attachment B. Unless specifically stated in Attachment B, the County will not reimburse the Contractor for any costs or expenses incurred by the Contractor in the performance of this contract.
3. Delegation and Subcontracting. Contractor’s services are deemed personal and no portion of this contract may be delegated or subcontracted to any other individual, firm or entity without the express and prior written approval of the County Project Manager.
4. Independent Contractor. The Contractor’s services shall be furnished by the Contractor as an independent contractor and nothing herein contained shall be construed to create a relationship of employer/employee or master/servant.
The Contractor acknowledges that the entire compensation for this Agreement is specified in Attachment B and the Contractor is not entitled to any county benefits including, but not limited to: vacation pay, holiday pay, sick leave pay, medical, dental or other insurance benefits, or any other rights or privileges afforded to Cowlitz County employees. The Contractor represents that it maintains a separate place of business, serves clients other than the County, will report all income and expense accrued under this contract with the Internal Revenue Services on a business tax schedule, and has a tax account with the State of Washington Department of Revenue for payment of all sales and use and Business and Occupation taxes collected by the State of Washington.
In the event that either the state or federal government determines that an employer/employee or master/servant relationship exists rather than an independent contractor relationship such that Cowlitz County is deemed responsible for federal withholding, social security contributions, workers compensation and the like, the Contractor agrees to reimburse Cowlitz County for any payments made by Cowlitz County. Should any payments be due to the Contractor pursuant to this Agreement, the Contractor agrees that reimbursement may be made by deducting from such future payments a pro rata share of the amount to be reimbursed.
Notwithstanding any determination by the state or federal government that an employer/employee or master/servant relationship exists, the Contractor, its officers, employees and agents, shall not be entitled to any benefits which Cowlitz County provides to its employees.
5. No Guarantee of Employment. The performance of all or part of this contract by the Contractor shall not operate to vest any employment rights whatsoever and shall not be deemed to guarantee any employment of the Contractor or any employee of the Contractor or any subcontractor or any employee of any subcontractor by the County at the present time or in the future.
6. Regulations and Requirements. This Agreement shall be subject to all federal, state and local laws, rules and regulations.
7. Right to Review. This contract is subject to review by any federal or state auditor. The County shall have the right to review and monitor the financial and services components of this program by whatever means are deemed expedient by the County Project Manager. Such review may occur with or without notice, and may include, but is not limited to, on-site inspection by County agents or employees, inspection of all records or other materials with the County deems pertinent to the Agreement and its performance, and any and all communications with or evaluations by service recipients under this Agreement. The Contractor shall preserve and maintain all financial records and records relating to the performance of work under this Agreement for six (6) years after contract termination, and shall make them available for such review, within Cowlitz County, State of Washington, upon request, during reasonable business hours.
8. Modifications. Either party may request changes in the Agreement. Any and all agreed modifications shall be in writing, signed by each of the parties.
9. Termination for Default. If the Contractor defaults by failing to perform any of the obligations of the contract or becomes insolvent or is declared bankrupt or makes an assignment for the benefit of the creditors, the County may, by depositing written notice to the Contractor in the U.S. Mail, postage prepaid, terminate the contract, and at the County’s option, obtain performance of the work elsewhere. If the contract is terminated for default, the Contractor shall not be entitled to receive any further payments under the contract. Any extra cost or damage to the County resulting from such default(s) shall be deducted from any money due or coming due to the Contractor. The Contractor agrees to bear any extra expenses incurred by the County in competing the work, including all increased costs for completing the work, and all damage sustained, or which may be sustained by the County by reason of such default.
If the notice of termination for default has been issued and it is later determined for any reason that the Contractor was not in default, the rights and obligations of the parties shall be the same as if the notice of termination had been issued pursuant to the Termination for Public Convenience paragraph hereof.
10. Termination for Public Convenience. The County may terminate the contract in whole or in part whenever the County determines, in its sole discretion that such termination is in the interests of the County. Whenever the contract is terminated in accordance with this paragraph, the Contractor shall be entitled to payment for actual work performed for completed items of work. An equitable adjustment in the contract price for partially completed items of work will be made, but such adjustment shall not include provision for loss of anticipated profit on deleted or uncompleted work. Termination of this contract by the County at any time during the term, whether for default or convenience, shall not constitute a breach of contract by the County
11. Termination Due to Insufficient Funds. If sufficient funds for payment under this contract are not appropriated or allocated or are withdrawn, reduced, or otherwise limited, the County may terminate this contract upon thirty (30) days written notice to the Contractor. No penalty or expense shall accrue to the County in the event this provision applies.
12. Termination Procedure. The following provisions apply in the event that this Agreement is terminated: a. The Contractor shall cease to perform any services required hereunder as the effective date of termination and shall comply with all reasonable instructions contained in the notice of termination, if any.
b. The Contractor shall provide the County with an accounting of authorized services provided through the effective date of termination.
c. If the Agreement has been terminated for default, the County may withhold a sum from the final payment to the Contractor that the County determines necessary to protect itself against loss or liability.
13. Defense and Indemnity Agreement. To the fullest extent permitted by law and except to the extent caused by the sole negligence to the County, the Contractor shall indemnify, defend and hold the County and its appointed and elected officers, agents and employees, and volunteers, harmless from and against any and all claims for any injuries, death or damage to persons or property (including any loss of use resulting therefrom), directly or indirectly arising out of, resulting from, or in connection with performance of this Agreement. Contractor’s obligation to indemnify, defend and hold harmless includes any claim by the Contractor’s agents, employees, representatives, or any subcontractor or its employees. Contractor expressly agrees to indemnify, defend and hold harmless the County from any claims arising out of or incident to either Contractor’s or its Subcontractor’s performance or failure to perform the Agreement.
It is further agreed by and between the parties that in no event shall any County appointed or elected officer, agent, employee, or volunteer, when executing their official duties in good faith, be in any way personally liable or responsible for any agreement or performance contained herein, whether express or implied, nor for any statement or representation made herein or in any connection with this Agreement. The foregoing indemnification obligations to the Contractor are a material inducement to County to enter into this Agreement, are reflected in the Contractor’s compensation, and have been mutually negotiated by the parties.
If is further provided that no liability shall attach to the County by reason of entering into this contract, except as expressly provided herein.
14. Industrial Insurance Waiver. With respect to the performance of this Agreement and as to claims against the County, its appointed and elected officers, agents and employees, the Contractor expressly waives its immunity under Title 51 of the Revised Code of Washington, the Industrial Insurance Act, as now or hereafter amended, for injuries to its employees and agrees that the obligations to indemnify, defend and hold harmless provided in this Agreement extend to any claim brought by or on behalf of any employee of the Contractor. Along with the other provisions of this Agreement, this waiver is mutually negotiated by the parties to this Agreement.
15. Venue and Choice of Law. In the event that any litigation should arise concerning the construction or interpretation of any of the terms of this Agreement, the venue of such action shall be in the courts of the State of Washington in and for the County of Cowlitz. This Agreement shall be governed by the law of the State of Washington.
16. Withholding Payment. In the event the County Project Manager determines that the Contractor has failed to perform any obligation under this Agreement within the times set forth in this Agreement, then the County may withhold from amounts otherwise due and payable to Contractor the amount determined by the County as necessary to cure the default, until the County Project Manager determines that such failure to perform has been cured. Withholding under this clause shall not be deemed a breach entitling Contractor to termination or damages, provided that the County promptly
gives notice in writing to the Contractor of the nature of the default or failure to perform, and in no case more that ten (10) days after it determines to withhold amounts otherwise due. A determination of the County Project Manager set forth in a notice to the contractor of the action required and/or the amount required to cure any alleged failure to perform shall be deemed conclusive, except to the extent that the Contractor acts within the times and in strict accord with the provision of the Disputes clause of this Agreement. The County may act in accordance with any determination of the County Project Manager which has become conclusive under this clause, without prejudice to any other remedy under the Agreement, to take all or any of the following actions: (1) cure any failure or default, (2) to pay any amount so required to be paid and to charge the same to the account of the Contractor, (3) to set off any amount paid or incurred from the amounts due or to become due the Contractor. In the event the Contractor obtains relief upon a claim under the Disputes clause, no penalty or damages shall accrue to the Contractor by reason of good faith withholding by the County under this clause.
17. Rights and Remedies. The duties and obligations imposed by this Agreement and the rights and remedies available hereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available bylaw.
18. Contractor Commitments, Warranties and Representations. Any written commitment received from the Contractor concerning this Agreement shall be binding upon the Contractor, unless otherwise specifically provided herein with reference to this paragraph. Failure of the Contractor to fulfill such a commitment shall render the Contractor liable for damages to the County. A commitment includes, but is not limited to any representation made prior to execution of this Agreement, whether or not incorporated elsewhere herein by reference, as to performance of services or equipment, prices or options for future acquisition to remain in effect for a fixed period, or warranties.
19. Patent/Copyright Infringement. Contractor will defend, indemnify and save harmless county, its appointed and elected officers, agents and employees from and against all loss or expense, including but not limited to claims, demands, actions, judgments, settlements, attorney’s fees and costs by reason of any and all claims and demands upon the County, its elected or appointed officials or employees for damages because of the Contractor’s alleged infringement on any patent or copyright.
The Contractor will pay those cost and damages attributable to any such claims that are finally awarded against the County, its appointed and elected officers, agents and employees in any action. Such defense and payments are conditioned upon the following:
a. That Contractor shall be notified promptly in writing by County of any notice of such claim.
b. Contractor shall have the right, hereunder, at its option and expense, to obtain for the County the right to continue using the information, in the event such claim of infringement, is made provided no reduction in performance or loss results to the County
20. Disputes:
a. General. Differences between the Contractor and the County, arising under and by virtue of the contract documents shall be brought to the attention of the County at the earliest possible time in order that such matters may be settled or other appropriate action promptly taken. The records, orders, rulings, instructions, and decision of the County Project Manager shall be final and conclusive thirty (30) days from the date of mailing unless the Contractor mails or otherwise furnishes to the County Project Manager a written notice of appeal. The notice of appeal shall
include facts, law, and argument as to why the conclusions of the County Project Manager are in error.
In connection with any appeal under this clause, the Contractor and County shall have the opportunity to submit written materials and argument and to offer documentary evidence in support of the appeal. Oral argument and live testimony will not be permitted. The decision of the County Project Manager for the determination of such appeals shall be final and conclusive. Reviews of the appellate determination shall be brought in the Superior Court of Cowlitz County within fifteen (15) days of mailing of the written appellate determination. Pending final decision of the dispute, the Contractor shall proceed diligently with the performance of this Agreement and in accordance with the decision rendered.
b. Notice of Potential Claims. The Contractor shall not be entitled to additional compensation or to extension of time for (1) any act or failure to act by the County Project Manager or the County, or (2) the happening of event or occurrence, unless the Contractor has given the County a written Notice of Potential Claim within ten (10) days of the commencement of the act, failure, or even giving rise to the claim, and before final payment by the County. The written Notice of Potential Claim shall set forth the reasons for which the Contractor believes additional compensation or extension of time is due, the nature of the cost involved, and insofar as possible, the amount of the potential claim. Contractor shall keep full and complete daily records of the work performed, labor and material used, and all costs and additional time claimed to be additional.
c. Detailed Claim. The Contractor shall not be entitled to claim any such additional compensation, or extension of time, unless within thirty (30) days of the accomplishment of the portion of the work from which the claim arose, and before final payment by the County, the Contractor has given the County a detailed written statement of each element of cost or other compensation requested and of all elements of additional time required, and copies of any supporting documents evidencing the amount or the extension of time claimed to be due.
21. Ownership of Items Produced and Public Disclosure. All writings, programs, data, art work, music, maps, charts, tables, illustrations, records or other written, graphic, analog or digital materials prepared by the Contractor and/or its consultants or subcontractors, in connection with the performance of this Agreement shall be the sole and absolute property of the County and constitute “work made for hire” as that phrase is used in federal and/or state intellectual property laws and Contractor and/or its agents shall have no ownership or use rights in the work. Except as to data or information in the public domain or previously known to the Contractor or required to be disclosed by law, subpoena or other process, the following shall apply:
a. The parties agree that correspondence, emails, reports and other electronic or written work product related to the formation and performance of this Agreement are, with limited statutory exception, public records subject to disclosure under the Public Records Act RCW 42.56. The County may provide the Contractor with a copy of the a public records request and the Contractor shall expeditiously provide copies of any public records in Contractor’s possession, necessary to fulfill that Public Records Request. If the Public Records Request is large the Contractor will promptly provide the County with an estimate of reasonable time needed to fulfill the records request. Similarly, the County shall be required, upon such public records request, to disclose this Agreement and all documents related to it unless and fully cooperate with assist the County with respect to any public records request related to this Agreement, as part of its performance of work under this Agreement.
b. Should County receive a request for disclosure, County agrees to provide Contractor ten (10) days written notice of impending release of public records by the County, and to cooperate with any legal action which may be initiated by Contractor to enjoin or otherwise prevent such release, provided that all expense of any such litigation shall be borne by Contractor, including any damages, attorney’s fees or costs awarded by reason of having opposed or delayed was provided and Contractor took no action to oppose the release of information. Notice of any proposed release of information pursuant to Chapter 42.56 RCW. shall be provided to Contractor according to the “Notice” provision herein. If the Contractor has not obtained an injunction and serviced the County with that injunction by the close of business on the tenth business day after the County sent notice, the County will then disclose the record unless it makes an independent determination that the record is exempt from disclosure. Notwithstanding the above, the Contractor must not take any action that would affect (a) the County’s ability to use goods and services provided under this Contract or (b) the Contractor obligations under this Contract. The Contractor will fully cooperate with the County in identifying and assembling records in case of any public disclosure request.
c. Contractor's failure to timely provide such records upon demand shall be deemed a material breach of this Contract. To the extent that the County incurs any monetary penalties, attorneys' fees, and/or any other expenses as a result of such breach, Contractor shall fully indemnify and hold harmless County as set forth in Section 13. For purposes of this section, the terms "public records" and "agency" shall have the same meaning as defined by Chapter 42.56 RCW, as said chapter has been construed by Washington courts. The provisions of this section shall survive the expiration or termination of this Agreement.
22. Recovery of Payments to Contractor. The right of the Contractor to retain monies paid to it is contingent upon satisfactory performance of this Agreement, including the satisfactory completion of the project described in the Scope of Work (Attachment A). In the event that the Contractor fails, for any reason, to perform obligations required of it by this Agreement, the Contractor may, at the County Project Manager’s sole discretion, be required to repay to the County all monies disbursed to the Contractor for those parts of the project that are rendered worthless in the opinion of the County Project Manager by such failure to perform.
Interest shall accrue at the rate of 12 percent (12%) per annum from the time the County Project Manager demands repayment of funds.
23. Project Approval. The extent and character of all work and services to be performed under this Agreement by the Contractor shall be subject to the review and approval of the County Project Manager. For purposes of this Agreement, the County Project Manager is:
Name: Kelly Grayson
Title: Clerk of the Board
Department: Board of County Commissioners
Address: 207 Fourth Avenue North, Room 305 Kelso, WA 98626
Telephone: (360)577-3020 Option 4
Email: graysonk@cowlitzwa.gov
In the event there is a dispute with regard to the extent and character of the work to be done, the determination of the County Project Manager as to the extent and character of the work to be done shall govern subject to the Contractor's right to appeal that decision as provided herein.
24. Non-Discrimination. The Contractor shall not discriminate against any person on the basis of race, creed, political ideology, color, national origin, sex, marital status, sexual orientation, age, or the presence of any sensory, mental or physical handicap.
25. Subcontractors. In the event that the Contractor employs the use of any subcontractors, the contract between the Contractor and the subcontractor shall provide that the subcontractor is bound by the terms of this Agreement between the County and the Contractor. The Contractor shall insure that in all subcontracts entered into, County is named as an express third-party beneficiary of such contracts with full rights as such.
26. Third Party Beneficiaries. This agreement is intended for the benefit of the County and Contractor and not for the benefit of any third parties.
27. Standard of Care. The Contractor shall perform its duties hereunder in a manner consistent with that degree of care and skill ordinarily exercised by members of the same profession as Contractor currently practicing under similar circumstances. In the event of any errors or omissions by Contractor in performance of any work required under this Agreement, the Contractor will make all necessary corrections without additional compensation. All work submitted by the Contractor will be certified by the Contractor and checked by the Contractor for errors and omissions. The Contractor will continue to be responsible for the accuracy and sufficiency of work even after the work is accepted by the County.
28. Time is of the Essence. Time is of the essence in the performance of this contract unless a more specific time period is set forth in either the Special Terms and Conditions or Scope of Work
29. Notice. Except as set forth elsewhere in the Agreement, for all purposes under this Agreement, except service of process, any notices shall be given by the Contractor to the County Project Manager. Notice to the Contractor for all purposes under this Agreement shall be given to the person executing the Agreement on behalf of the Contractor at the address identified on the signature page.
30. Severability. If any term or condition of this contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or application. To this end, the terms and conditions of this contract are declared severable.
31. Precedence. In the event of inconsistency in this Agreement, unless otherwise provided herein, the inconsistency shall be resolved by giving precedence in the following order:
a. Applicable federal, state and local statutes, ordinances and regulations;
b. Scope of Work (Attachment A) and Compensation (Attachment B);
c. Special Terms and Conditions (Attachment D); and
d. General Conditions (Attachment C).
32. Waiver. Waiver of any breach or condition of this contract shall not be deemed a waiver of any prior or subsequent breach. No term or condition of this contract shall be held to be waived, modified or deleted except by an instrument, in writing, signed by the parties hereto.
33. Construction. This agreement has been mutually reviewed and negotiated by the parties and should be given a fair and reasonable interpretation and should not be construed less favorably against either party.
34. Survival. Without being exclusive, Paragraphs 4, 7, 13-19, 21-22 and 30-35 of these General Conditions shall survive any termination, expiration or determination of invalidity of this Agreement in whole or in part. Any other Paragraphs of this Agreement which, by their sense and context, are intended to survive shall also survive.
35. Entire Agreement. This written contract represents the entire Agreement between the parties and supersedes any prior statements, discussions or understandings between the parties except as provided herein. The terms of this Agreement shall be given their fair meaning and shall not be construed in favor of or against either party hereto because of authorship. This Agreement shall be deemed to have been drafted by both of the parties.
SPECIAL TERMS AND CONDITIONS AND RETIREMENT STATUS FORM
1. Reporting. See "Scope of Work" above.
2. Insurance. The Contractor shall maintain in full force and effect during the term or this Agreement, and until final acceptance of the work, public liability and property damage insurance with companies and through sources approved by the state insurance commissioner pursuant to RCW Title 48, as now or hereafter amended. The County, its appointed and elected officials, agents and employees, shall be specifically names as additional insureds in a policy with the same company which insures the Contractor or by endorsement to an existing policy or with a separate carrier approved pursuant to RCW Title 48, as now or hereafter amended, and the following coverages shall be provided:
COMPREHENSIVE GENERAL LIABILITY:
Bodily injury, including death and property damage
Property damage
ERRORS AND OMISSIONS or PROFESSIONAL
LIABILITY with an Extended Reporting Period
Endorsement (two year tail).
WORKERS COMPENSATION:
EMPLOYER’S LIABILITY/Stop Gap:
$1,000,000 per occurrence
$1,000,000 per occurrence
$2,000,000 Aggregate
$1,000,000 per occurrence
$2,000,000 Aggregate
Statutory amount
Waiver of Title 51 Rights
$1,000,000 per occurrence
AUTOMOTIVE: coverage on owned, non-owned, rented and hired vehicles
Bodily injury, liability, including death and Property damage liability
$1,000,000 combined Single Limit
All Contractor's and Contractor's subcontractors' insurance policies and additional named insured endorsements shall provide primary insurance coverage and be non-contributory. Any insurance, self-insured retention, deductible, risk retention or insurance pooling maintained or participated in by the County shall be excess and not contributory to such insurance policies. All Contractor's and Contractor's subcontractors' liability insurance policies must be endorsed to show this primary coverage.
Upon request, the Contractor shall provide a full and complete certified copy of all requested insurance policies to the County. The County reserves the right, but not the obligation, to revise any insurance requirement, not limited to limits, coverages and endorsements, or to reject any insurance policies which fail to meet the requirements of this Agreement. Additionally, the County reserves the right, but not the obligation, to review and reject any proposed insurer providing coverage based upon the insurer's financial condition or licensing status in Washington. Any deductibles and/or self-insured retentions exceeding $10,000, stop loss provisions, and/or exclusions contained in such policies must be approved by the County in writing. For any deductibles or self-insured retentions exceeding $10,000 or any stop-loss provisions, the County shall have the right to request and review the Contractor's most recent annual financial reports and audited financial statements as a condition of approval
Contractor hereby agrees to a waive subrogation with respect to each insurance policy maintained under this Agreement. When required by an insurer, or if a policy condition does not permit Contractor to enter into a pre-loss agreement to waive subrogation without an endorsement, then Contractor agrees to notify the insurer and obtain such endorsement. This requirement shall not apply to any policy which includes a condition expressly prohibiting waiver of subrogation by the insured or which voids coverage should the Contractor enter into such a waiver of subrogation on a pre-loss basis.
The County, its departments, elected and appointed officials, employees, agents and volunteers shall be named as additional insureds on Contractor’s and Contractor’s subcontractors’ insurance policies by way of endorsement for the full available limits of insurance maintained by the Contractor and subcontractor, and all coverage shall be primary and non-contributory. A statement or notation of additional insured status on a Certificate of Insurance shall not satisfy these requirements. [This endorsement shall not be required if the Contractor is a governmental entity and is insured through a governmental entity risk pool authorized by the State of Washington.]
The Contractor shall, for each required insurance policy, provide a Certificate of Insurance, with endorsements attached, evidencing all required coverages, limits, deductibles, self-insured retentions and endorsements and which is conditioned upon the County receiving thirty (30) days prior written notice of reduction in coverages, cancellation or non-renewal. Each Certificate of Insurance and all insurance notices shall be provided to: ATTN: Risk Manager, Cowlitz County Administrative Svc. 207 4th Ave. N., Kelso, WA 98626. This Agreement shall be void ab initio if the proof of coverage is not timely supplied.
The insurance maintained under this Agreement shall not in any matter limit or qualify the liabilities or obligations of the Contractor of this Agreement. All insurance policy deductibles and self-insured retentions for policies maintained under this Agreement shall be paid by the Contractor.
Compensation and/or payments due to the Contractor under this Agreement are expressly conditioned upon the Contractor’s strict compliance with all insurance requirements. Payment to the Contractor shall be suspended in the event of non-compliance. Upon receipt of evidence of Contractor's compliance, payments no otherwise subject to withholding or set-off will be released to the Contractor. This Agreement shall be void ab initio if the proof of coverage is not timely supplied.
If the Errors and Omissions or Professional Liability insurance obtained is an occurrence policy as opposed to a claims-made policy, the Extended Reporting Period Endorsement is not required.
3. Liquidated Damages. For delays in timely completion of the work to be done or missed milestones of the work in progress, the Contractor shall be assessed Dollars ($ ) per day as liquidated damages and not as a penalty because the County finds it impractical to calculate the actual cost of delays. Liquidated damages will not be assessed for any days for which an extension of time has been granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire project.
COUNTY RETAINS THIS FORM
Individual contractors and service providers must complete and sign
WA Department of Retirement Systems: Independent Contractor Verification and State Retirement Status Reporting Form [WAC 415-02-0100; DRS Email 13-011; DRS Email 09-001]
SECTION 1: INDIVIDUAL CONTRACTOR COMPLETES THIS SECTION AND SIGNS:
Did you retire from on of the State of Washington Retirement Systems? YES NO If “Yes”, please complete, sign and submit with your signed Agreement; If “No”, please sign and submit with your signed Agreement:
Did you retire before age 65 using the 2008 early retirement factors (ERF)? YES NO
Will you be receiving direct compensation for your services? YES NO
Will you be receiving indirect compensation for your services? YES NO
CONTRACTOR (Full, individual name of contractor): Signature:____________________________
SECTION 2: COUNTY COMPLETES THIS SECTION AND RETAINS FOR AUDIT PURPOSES:
[Use Member Reporting Verification (MRV) to verify the past retirement membership]
1. Contractor has been a member of a Washington State Retirement System YES NO If YES, what system and plan?
2. Is the contractor a retiree of a Washington State Retirement System? YES NO
3. Did the contractor retire before 65 using the 2008 ERF? YES NO
AS-14740
BOCC Agenda
Meeting Date: 03/17/2026
Affidavit of Posting Resume for the month of January and February 2026
Submitted For: Pervie Nancy Reed
Submitted By: Pervie Nancy Reed Department: Commissioners Office
Information
Subject and Summary Statement
Affidavit of Posting Resume for the month of January and February 2026
Will Staff Attend - NAME OF STAFF
Department Recommendation
Affidavit of Posting Resume'
Form Started By: Pervie Nancy Reed
Final Approval Date: 03/05/2026
Attachments
Form Review
Started On: 03/05/2026 10:32 AM


AS-14754
BOCC Agenda
Meeting Date: 03/17/2026
FERC Notice 9/4/24-9/16/25 Dam Safety Inspection Yale Dam
Submitted For: Kelly Grayson, Clerk of the Board
Submitted By: Kelly Grayson, Clerk of the Board
Department: Commissioners Office
Subject and Summary Statement
Information
Federal Energy Regulatory Commission (FERC) Dam Safety Inspection Report for Yale Dam from 9/4/2024-9/16/2025.
Will Staff Attend - NAME OF STAFF
Department Recommendation
Notice
Form Started By: Kelly Grayson
Attachments
Form Review
Started On: 03/10/2026 12:36 PM Final Approval Date: 03/10/2026


AS-14755
BOCC Agenda
Meeting Date: 03/17/2026
Letter 3/17/26 Ruth Kendall reappointing to Homeless Housing Taskforce
Submitted For: Kelly Grayson, Clerk of the Board
Submitted By: Kelly Grayson, Clerk of the Board
Department: Commissioners Office
Subject and Summary Statement
Information
Letter dated 3/17/2026 to Ruth Kendall reappointing her to the Homeless Housing Taskforce. This is a 2-year term that expires April 30, 2028.
Will Staff Attend - NAME OF STAFF
Department Recommendation
Letter
Form Started By: Kelly Grayson
Final Approval Date: 03/11/2026
Attachments
Form Review
Started On: 03/11/2026 07:41 AM

Board of Cowlitz County Commissioners
March 17, 2026
Ms. Ruth Kendall
Dear Ms. Kendall ,
Richard R. Dahl, Chairman District 3
Steve Rader, Commissioner District 1
Steven L. Ferrell, Commissioner District 2
Kelly Grayson, Clerk of the Board
The Cowlitz County Board of Commissioners is pleased to reappoint you to the Homeless Housing Task Force for a 2-year term, expiring on April 30, 2028.
We sincerely appreciate your willingness to serve in this important role and are delighted by your commitment. Please also the Completion Certificate for the Open Public Meetings Act (OPMA) and Public Records Act (PRA) Training, either by mail or via email at cowlitz@cowlitzwa.gov. As a reminder, as part of your new role, any records created or maintained in relation to your government duties, including through personal email or phone, are subject to the Public Records Act. Should you have any questions regarding this, feel free to contact our Public Records Department at 360-577-3020.
Sincerely,
Board of County Commissioners of Cowlitz County, Washington
Richard R. Dahl, Chairman
Steve Rader, Commissioner
Steven L. Ferrell, Commissioner
cc: Commissioner’s Record Health & Human Services
Cowlitz County Board of Commissioners (360)577-3020 Fax (360) 423-9987
207 North 4th Avenue
cowlitz@cowlitzwa.gov
Kelso, WA 98626
www.co.cowlitz.wa.us
BOCC Agenda
Meeting Date: 03/17/2026
Letter 3/17/2026 Katie Hawelu appointing Parks & Recreation
Submitted For: Kelly Grayson, Clerk of the Board
Submitted By: Kelly Grayson, Clerk of the Board
Department: Commissioners Office
Subject and Summary Statement
Information
Letter dated 3/17/2026 to Katie Hawelu appointing her to the Parks & Recreation Advisory Board. This is a 6-year term that expires December 31, 2031.
Will Staff Attend - NAME OF STAFF Department Recommendation
Letter
Form Started By: Kelly Grayson
Final Approval Date: 03/11/2026
Attachments
Form Review
Started On: 03/11/2026 07:43 AM

Board of Cowlitz County Commissioners
March 17, 2026
Ms. Katie Hawelu
Dear Ms. Hawelu ,
Richard R. Dahl, Chairman District 3
Steve Rader, Commissioner District 1
Steven L. Ferrell, Commissioner District 2
Kelly Grayson, Clerk of the Board
The Cowlitz County Board of Commissioners is pleased to appoint you to the Park & Recreation Advisory Board representing District 2 for a 6-year term, expiring on December 31, 2031.
We sincerely appreciate your willingness to serve in this important role and are delighted by your commitment. The Park & Recreation Advisory Board meets the 2nd Tuesday of the month at 5:30 p.m. in the Cowlitz County Public Works Building Training Room 1600 13th Ave. S., Kelso. If you have any questions, please don't hesitate to contact us at 360-577-3020.
Please also return a signed copy of the Code of Ethics and the Completion Certificate for the Open Public Meetings Act (OPMA) and Public Records Act (PRA) Training, either by mail or via email at cowlitz@cowlitzwa.gov. Additionally, as part of your new role, any records created or maintained in relation to your government duties, including through personal email or phone, are subject to the Public Records Act. Should you have any questions regarding this, feel free to contact our Public Records Department at 360-577-3020.
Sincerely,
Board of County Commissioners of Cowlitz County, Washington
Richard R. Dahl, Chairman
Steve Rader, Commissioner
Steven L. Ferrell, Commissioner
cc: Commissioner’s Record Public Works
Cowlitz County Board of Commissioners (360)577-3020 Fax (360) 423-9987
207 North 4th Avenue
cowlitz@cowlitzwa.gov
Kelso, WA 98626
www.co.cowlitz.wa.us
AS-14757
BOCC Agenda
Meeting Date: 03/17/2026
Letter 3/17/2026 Michael Settles Appointing Veterans Advisory Board
Submitted For: Kelly Grayson, Clerk of the Board
Submitted By: Kelly Grayson, Clerk of the Board
Department: Commissioners Office
Subject and Summary Statement
Information
Letter dated 3/17/2026 to Michael Settles appointing him to the Veterans Advisory Board. This is a 4-year term that expires October 31, 2030.
Will Staff Attend - NAME OF STAFF
Department Recommendation
Letter
Form Started By: Kelly Grayson
Attachments
Form Review
Started On: 03/11/2026 07:45 AM Final Approval Date: 03/11/2026

Board of Cowlitz County Commissioners
March 17, 2026
Mr. Michael Settles
Dear Mr. Settles ,
Richard R. Dahl, Chairman District 3
Steve Rader, Commissioner District 1
Steven L. Ferrell, Commissioner District 2
Kelly Grayson, Clerk of the Board
The Cowlitz County Board of Commissioners is pleased to appoint you to the Veterans Advisory Board for a 4-year term, expiring on October 31, 2030.
We sincerely appreciate your willingness to serve in this important role and are delighted by your commitment. The Veterans Advisory Board meets the 3rd Tuesday of every two months at 3:00 p.m. at the Cowlitz County Health & Human Services Building located at 1952 9th Ave., Longview in Conference Room A. If you have any questions, please don't hesitate to contact us at 360-577-3020.
Please also return a signed copy of the Code of Ethics and the Completion Certificate for the Open Public Meetings Act (OPMA) and Public Records Act (PRA) Training, either by mail or via email at cowlitz@cowlitzwa.gov. Additionally, as part of your new role, any records created or maintained in relation to your government duties, including through personal email or phone, are subject to the Public Records Act. Should you have any questions regarding this, feel free to contact our Public Records Department at 360-577-3020.
Sincerely,
Board of County Commissioners of Cowlitz County, Washington
Richard R. Dahl, Chairman
Steve Rader, Commissioner
Steven L. Ferrell, Commissioner
cc: Commissioner’s Record Health & Human Services
Cowlitz County Board of Commissioners (360)577-3020 Fax (360) 423-9987
207 North 4th Avenue
cowlitz@cowlitzwa.gov
Kelso, WA 98626
www.co.cowlitz.wa.us
AS-14758
BOCC Agenda
Meeting Date: 03/17/2026
Letter 3/17/2026 Mark Uhart Veterans Advisory Board thanking him for his application, not appointed.
Submitted For: Kelly Grayson, Clerk of the Board
Submitted By: Kelly Grayson, Clerk of the Board
Department: Commissioners Office
Subject and Summary Statement
Information
Letter dated 3/17/2026 to Mark Uhart, LTC, USA Ret., thanking him for his application to the Veteran's Advisory Board. The position has been filled.
Will Staff Attend - NAME OF STAFF Department Recommendation
Letter
Form Started By: Kelly Grayson
Attachments
Form Review
Started On: 03/11/2026 07:46 AM Final Approval Date: 03/11/2026

Board of Cowlitz County Commissioners
March 17, 2026
Mr. Mark Uhart, LTC, USA Ret.
Dear Mr. Uhart ,
Richard R. Dahl, Chairman District 3
Steve Rader, Commissioner District 1
Steven L. Ferrell, Commissioner District 2
Kelly Grayson, Clerk of the Board
Thank you for your application for the Veterans Advisory Board board. At this time, this position has been filled. Frequently, opportunities on advisory boards become available, so we encourage you to keep an eye on the postings in the county website.
Good government starts with public participation in the many citizen volunteer boards. To promote that policy of participation and to get more citizens to learn more about their government, when there is an opportunity to appoint a new member, even if it replaces a current member, the board may choose to appoint the new member.
Sincerely,
Board of County Commissioners of Cowlitz County, Washington
Richard R. Dahl, Chairman
Steve Rader, Commissioner
Steven L. Ferrell, Commissioner
cc: Commissioner’s Record Health & Human Services
Cowlitz County Board of Commissioners (360)577-3020 Fax (360) 423-9987
207 North 4th Avenue
cowlitz@cowlitzwa.gov
Kelso, WA 98626
www.co.cowlitz.wa.us
AS-14753
BOCC Agenda
Meeting Date: 03/17/2026
BID AWARD - Tower Road Bridge at Rock Creek - Project No. 1801 - Quigg Bros., Inc.
Submitted For: Susan Eugenis, Public Works
Submitted By: Emilie Cochrane, Public Works Department: Public Works
Information
Subject and Summary Statement
Bids were received and opened on March 9, 2026, for the Tower Road Bridge at Rock Creek Project. We received six bids as shown in the attached bid tabulation.
Will Staff Attend - NAME OF STAFF or No
Yes
Department Recommendation
It is the recommendation of the Department of Public Works that the Board move to award the Tower Road Bridge at Rock Creek Project to the lowest responsible bidder, Quigg Bros, Inc. at a total cost of $2,683,985.00.
APPROVED this 17th day of March 2026.
BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
Richard R. Dahl, Chairman
Steve Rader, Commissioner
Steven L. Ferrell, Commissioner
Attest:_______________________________
Kelly Grayson, Clerk of the Board
Fiscal Impact
Expenditure Required $: 2,683,985
Budget Sufficient Y-N: Y
Amendment Required Y-N: N
Source of Funds - What Dept ? : Roads
Grant Y-N: Y
Attachments
Form Review
Inbox Reviewed By Date
Roger Maurer
Susan Eugenis
Mike Moss, Public Works
Form Started By: Emilie Cochrane
Final Approval Date: 03/10/2026
Roger Maurer
Susan Eugenis
Mike Moss
03/10/2026 10:47 AM
03/10/2026 12:08 PM
03/10/2026 03:38 PM
Started On: 03/10/2026 10:22 AM
CERTIFIED BY : Tiffany Nelson
PRINTED NAME: Tiffany Nelson
TITLE: Accounting Specialist III
DATE: 03/09/2026
3,820,288.10
Hughes Construction Farlin Bridge, Inc
AS-14749
BOCC Agenda
Meeting Date: 03/17/2026
PUBLIC HEARING (9:30 a.m.) - Resolution - Order of Vacation of a Portion of Toteff Road
Submitted For: Susan Eugenis, Public Works
Submitted By: Emilie Cochrane, Public Works Department: Public Works
Information
Subject and Summary Statement
The Port of Kalama has requested that the County vacate a portion of Toteff Road. The portion of the road serves the Port of Kalama who is the sole property owner to the end of the roadway. The portion of the roadway to be vacated is in the southeast quarter of Section 10, Township 6North, Range 1 West, Willamette Meridian.
Will Staff Attend - NAME OF STAFF or No
Yes
Department Recommendation
It is the recommendation of the Department of Public Works that the Board move to adopt said resolution ordering the vacation of a portion of Toteff Road.
Attachments
Order of Vacation
Affidavit of Posting Engineers Report
Inbox
Form Review
Reviewed By Date
Susan EugenisSusan Eugenis
Mike Moss, Public Works
Form Started By: Emilie Cochrane
Mike Moss
03/10/2026 12:16 PM
03/10/2026 03:39 PM
Started On: 03/10/2026 07:18 AM
BEFORE THE BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
In the Matter of the )
RESOLUTION NO. Vacation of a Portion ) Of Toteff Road ) ORDER OF VACATION
WHEREAS, the hearing upon the Engineer’s Report for the proposed vacation of a portion of Toteff, more specifically described as follows:
A portion of Toteff Road, lying in the southeast one-quarter of Section 20, Township 6 North, Range 1 West, Willamette Meridian, Cowlitz County, Washington and being all that portion of said Toteff Road came on regularly for hearing upon this date upon application for vacation by the Port of Kalama and in accordance with Chapter 36.87 RCW, Cowlitz County Code (CCC) Chapter 12.40 (Road Vacation), the Road Vacation Review Criteria [Ver-01 (02/13/2024)], and by the order of this Board of County Commissioners heretofore made; and
WHEREAS, it appearing to this Board that a Notice of Hearing on the said Engineer’s Report was published once a week for two successive weeks preceding this date of hearing in the official newspaper of said county, and said Notice was posted for more than twenty (20) days before this hearing, as recommended in said report, and stated that all persons interested may appear and be heard at this hearing upon said report and upon the matter of the vacation of a portion of Toteff Road, and stated the time and place of this hearing, and that affidavits have been made and filed herein showing the posting and publication of said Notice; and
WHEREAS, the said Board of County Commissioners, in accordance with the aforementioned statutes, code and policy, proceeded to consider the report of the said County Engineer and all evidence relative to the vacation of a portion of Toteff Road and upon the Board being fully advised in the premises finds that all statutory, code and policy provisions have been addressed and that the public will benefit by said vacation, and therefore the said hereinbefore described portion of right of way should be vacated, subject to reservations, restrictions and easements of record and for existing utilities presently occupying said right of way, if any.
NOW THEREFORE, IT IS HEREBY ORDERED AND ADJUDGED that the said hereinbefore described and illustrated herein portion of Toteff Road be and the same is hereby ordered vacated, subject to reservations, restrictions and easements of record, and for existing utilities presently occupying the right of way, if any
DONE IN OPEN SESSION this 17th day of March, 2026.
BOARD OF COUNTY COMMISSIONERS OF COWLITZ COUNTY, WASHINGTON
Richard R. Dahl, Chairman
ATTEST:
Kelly Grayson, Clerk of the Board
Steve Rader, Commissioner
Steven L. Ferrell, Commissioner


