Loading...
HomeMy WebLinkAbout12/14/2021 05.C. Resolution authorizing award of BID 12126S and execution of agreements with Core Northwest LLC, and Knobel's Electric, Inc., to purchase Unit-Price Electrical Services 1 s°F` ,1„„,„,a°++a rr 11 • i „ 6 ���i�O enc u nrry 1 BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. 5.C. For Meeting of: December 14, 2021 ITEM TITLE: Resolution authorizing award of BID 12126S and execution of agreements with Core Northwest LLC, and Knobel's Electric, Inc., to purchase Unit-Price Electrical Services SUBMITTED BY: Maria Mayhue, Purchasing Manager Susan Knotts, Buyer II SUMMARY EXPLANATION: On October 11 , 2021, the City of Yakima solicited Bid 12126S titled Re-Bid Unit-Price Electrical Services to provide electrical service for the City of Yakima facilities on an "as needed' basis. This Bid takes the place of the City's former Bid 12108S titled On-Call Electrical Services which was canceled due to passing of new legislation and bidding requirements. Recommendation was made for a split award to Core Northwest, LLC. and Knobel's Electric, Inc., and was approved by Kerry Jones, Fleet and Facilities Manager, and Scott Schafer, Director of Public Works. Recommendation for award was made to Core Northwest for: low voltage, electrical construction, electric vehicle charging station, exterior and interior lighting, panel manufacturing and upgrading, street lighting, illuminated signs, HVAC wiring and install due to their Bid being the lowest responsive bid from a responsible bidder. Recommendation for award was also made to Knobel's Electric for: high voltage, traffic sign installation and replacement, street and power line/pole construction and relocation, traffic control devices and signals, traffic loop, high voltage electrical testing, transformer maintenance and repair due to them being the only responsive bid for these services from a responsible bidder. This Contract is limited to three years with an optional one year extension or to $250,000, whichever comes first. ITEM BUDGETED: Yes STRATEGIC PRIORITY: Public Trust and Accountability APPROVED FOR SUBMITTAL BY THE CITY MANAGER RECOMMENDATION: 2 Approve Resolution ATTACHMENTS: Description Upload Date Type D Resolution to Award 12126S 12/1/2021 Resolution D Agreement-Core NW 12/1/2021 Contract D Agreement-Knobel's Electric 11/23/2021 Contract D Bid Tabulation 12126S 12/1/2021 Backup Material D Recommendation of Award Memo 12/1/2021 Backup Material 3 RESOLUTION NO. R-2021- A RESOLUTION authorizing award of BID 12126S and execution of agreements with Core Northwest LLC, and Knobel's Electric, Inc., to purchase Unit-Price Electrical Services. WHEREAS, the City posted and published notice on October 11 and 12, 2021 in the Yakima Herald Republic and on the city's webpage that BID No. 12126S was available for competitive bid; and WHEREAS, Bids were due October 12, 2021 at 11:00 a.m.; bids that were timely received were publicly opened in City Council Chambers in Yakima, Washington; and WHEREAS, Bids were received, as evidenced by the attached Bid Tabulation Form; and WHEREAS, all responsive Bids were sent to the Facilities Division for Recommendation of Award; and WHEREAS, Core Northwest LLC, and Knobel's Electric, Inc., were the lowest responsive Bids received; the Facilities Division recommends the Contract Award be issued to Core Northwest LLC for certain electrical services as designated on the Bid Tabulation, and Knobel's Electric, Inc. for certain electrical services as designated on the Bid Tabulation, and that the City Manager execute the respective Contracts; and WHEREAS, the Scope of Work and available budget meet the needs and requirements of the City of Yakima for this procurement, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The Bid is hereby awarded and the City Manager is hereby authorized to execute Contracts with Core Northwest LLC, and Knobel's Electric, Inc., attached hereto and incorporated herein by this reference, in the total amount of $250,000 for the procurement of Unit-Price Electrical Services. ADOPTED BY THE CITY COUNCIL this 14'h day of December, 2021. [NAME], Mayor ATTEST: Sonya Clear Tee, City Clerk 4 AGREEMENT CITY OF YAKIMA 12126S Re-Bid Unit-Price Electrical Services THiS AGREEMENT,entered into on the date of last execution. between the City of Yakima,a Washington municipal corporation "City"; am Core Northwest. LLC. ("Contractor") WITNESSETH: The parties, in consideration of the terms and conditions herein, do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall perform all work and services) and furnish all tools, materials, labor and equipment icoilectively referred to as "Services')according to the procedure outlined in Bid 12126S Re-Bid Unit-Puce Electrical Services Specifications which are attached as Exhibit A.and the most recent edition of the ANSI TI.A;'EIA and NEC Standards, all of which are incorporated herein by this reference.and shall perform any alterations in or additions to the work provided under this Contract and every pan thereof. Work shall begin within 24 hours after Notice to Proceed. Emergency work snail begin within 30 minutes after Notice to Proceed. The Contractor shall provide and bear the expense of all equipment:work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by Me City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B. attached hereto and incorporated herein, which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and upon the conditions provided for the Contract. 3, Contract Term The penod of this Contract shall be for a period of three years from its effective date. The City may, at its option,extend the Contract-tor one (1) additional year provided, however. that either party may at any time aunnq the life of this Contract, or any extension thereof, terminate this Contract by giving thirty (30)days' notice in writing to the other party of its intention to cancel. Contract extension shall be automatic, and shall cio into effect without written confirmation, unless the City provides advance notice of the intention to not renew. Prices shall remain firm for the first twelve month period of the Contract. 4, Changes Any proposed cnange in this Contract snail be submitted to the other party.for its prior written approval. If approved,change will be made by a contract amendment that will become effective upon execution by the parties hereto. Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 5, Agency Relationship between City and Contractor Contractor snail, at all times. be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shah not represent that it is, or hold itself out as.an agent or representative of City. in no event shall Contractor be authorized to enter into any agreement or undertaking for, or on,behalf of City. 6. Successors and Assigns Neither the City. nor the Contractor.snail assign,transter,or encumber any rights, duties or interests accruing from this Contract without the prior written consent of the other The Contractor for himself,and for his heirs,executors,administrators,successors.and assigns,does nereby agree to the full performance • of all the covenants herein contained upon the part of the Contractor. 5 7. Property Rights All records or pacers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. AD information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential,and the Contractor will not. in whole or part. now or at any time disclose that information withoutt the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall. at all times, oe subject to inspection by and with the approval of the City. but the making of for failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the Citys knowiedge of defective or non-complying performance, its substantiality or the ease of its discovery.Contractor shall provide the City sufficient,safe,and proper facilities,andior send copies of the requested documents to the City. Contractors records relating to the Services will be provided to the City upon the City s request. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for a longer penod if required by iaw or by the Washington Secretary of State's record retention schedule. Contractor shall retain and provide the City access to land the City shall have the right to examine, audit and copyl all of Contractors books.documents. papers and records which are related to the Services performed by Contractor under this Contract All records relating to Contractor's services under this Contract must be made available to the City, and the records relating to the Services are City of Yakima iYaKima County records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act: Chapter 42.56 ROW. or by law. All records relating to Contractors services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of States records retention schedule. The terms of this section shall survive any expiration or termination of this Contract. 9. Work Made for Hire All work the Contractor performs underthis Contract shall be considered work made for hire, and shall be the property of the City The City shall own any and all data documents. pions. copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract. On completion or termination of the Contract,the Contractor shall deliver these materials to the City. 10. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body whether federal. state, local, or otherwise, Contractor shall procure and have all applicable and necessary permits,licenses and approvals of any federal,state.and local government or governmental authority or this project, pay all charges and fees and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License covering this type of work and pay all charges.fees. and taxes associated with said license. b Contractor must provide proof of a valid Washington State Contractor Registration number. c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number,as.required in Title 85 ROW. d. Contractor must provide proof of a valid Washington Unified Business Identification (UBI) number. Contractor must have.a current UBi number and not be disqualified from bidding on any puoiic works contract under RCW 39.06.010 or 39.12.065(3). 6 e. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. f. Foreign (Non-Washington; Coroorations. .Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to sunmittinc a proposal, it is specifically understood and agreed tnat any such corporation wit promptly take all necessary measures to become autnorzed to conduct business in the City of Yakima at their own expense, without regard to wnether such corporation is actually awardec the contract. and in the even.that the award is made: prior to conducting any business in the City. 12. Prevailing Wages The Contractor will comply with all provisions of Chapter 39.12 ROW-Prevailing Wages on Public Work. a. ROW 39.12.010 -the Prevailing Rate of Wage. It is solely the responsioility of the Contractor to determine the appropriate prevailing wage rate for the services being provided b. ROW 39.12.040-Statement of intent to Pay Prevailing Wages and an Affidavit of Wages Paid. Before an awarding agency may pay any sum due on account.it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industnes. Following final acceptance of a public work project, and before any final money is disbursed. each contractor and subcontractor must submit to the awarding agency an Affidavit of Wages Paid, certified by the Department of Labor and Industnes. c. ROW 39.12.070- Fees Autttortzed for Approval Certification and Arbitrations.Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the Contractor. The State of Washington prevailing wage rates applicable for this public works project, which is located in Yakima County, may be found at the following website address of the Department of Labor and Industries: https:!lini.wa.govfircensino-oermitsrpublic-works-prolectsrprevaiiino-wage-rates.. Based on the bid submittal for this protect.the applicable effective(start')date of this project for the purposes of determining prevailing wages is the bid date, November 1,2021 13. Certified Payroll for NoreFederally Funded Projects Upon request by the City or by an interested Party,copies of certified payroll shall be provided to City,with employee information such as last name. SSN and address: redacted in accordance with RCW 42.56.230. in order to provide for public records requests. Tne City reserves the right to require Contractor to deliver to City a copy of the non-redacted Certified Payroll if City determines.in its sole disc rebon,that.such non-redacted copy is necessary er appropnate in order to enable City to comply with any applicable law. ROW 42.56.230 (7)(a) Persona) Information Exemption Any record used to prove identity, age, residential address. social security number.or other personal information required to apply for a driver's license or identicard. ROW 39 12.010(4)• An "interested Party"for the purposes of this chapter shall include a Contractor, Subcontractor. an employee of a Contractor or Subcontractor.an organization whose members wages,benefits,and conditions of employment are affected by this chapter, and the director of labor and industries or the director's designee. WAG 296-127-320 Pavrolr a. Each Contractor shall keeo accurate payroll records for three years from the date of acceptance of the public works project by me contract awarding agency showing the name, address Social Security number trade or occupation, straight time rate nouny rate of usual benefits as defined by WAG ;1), and overtime Hours worked each day anti week, including any employee autnorizations executed pursuant to WAG • and the actual rate of wages paid:for each laborer, worker, and mechanic employed by the Contractor for work performed on a public works project. b. A Contractor shall,within ten days after it receives a written request, from the department or from any interested party as defined by ROW 3 1 ZQ i44), file a certified copy of the payroll records with the agency that awarded the public works contract and with the depamnent. 7 c A Contractors noncompliance with this section shall constitute a violation of RCW. €.12.05:°. 14. Nondiscrimination During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race. creed, color. religion national origin. sex. age, marital status,sexual orientation.gender identity. pregnancy. veteran's status. political affiliation or belief, or the presence of any sensory,mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following:employment. upgrading, demotion, transfer, recruitment. advertising, layoff or termination, rates of pay or other forms of compensation,selection for training,and the provision of Services under this Agreement. in the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules. regulations. or orders.this Contract may be cancelled,terminated.or suspended in Mote or in par,and the Contractor may be declared ineligible for any future City contracts. 15. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. Contractor agrees to defend. indemnify and hold harmless the City, its elected and appointed officials, officers, employees. attorneys. agents. and volunteers from any and all claims, demands, losses, liens, liabilities. penalties, fines. lawsuits, and other proceedings and all judgments awards.costs and expenses(including reasonable costs and attorney fees)which result or arise from Contractors performance under this Agreement and/or out of the negligent acts or omissions of Contractor. its officials,officers,employees or agents. b. If any suit,judgment action. claim or demand anses out of,or occurs in conjunction with,the negligent acts and/or omissions of both the Contractor and the City, or their elected or appointed officials. officers, employees. agents. attorneys or volunteers,pursuant to this Contract.each party shall be liable for its proportionate share of negligence for any resulting suit. judgment.action,claim, demand, damages or costs and expenses,including reasonable attorneys'fees. c Contractors Waiver of Employers Immunity under Title 51 RCW. if any design or engineering work is done pursuant to this Contract, Contractor intends that its indemnificanor defense, and hold harmless obligations set forth above in Section A shall operate with full effect regardless of any provision to the contrary in Title 51 ROW. Washington s Industrial insurance Act. Accordingly. to the extent necessary to fully satisfy the Contractor's indemnification, defense, and hold harmless obligations set forth aoove in Section A. Contractor specifically waives any immunity granted under Title 51 RCW anc specifically assumes all potential liability for actions brought by employees of the Contractor against me Crty and its elected and appointed officials, officers, employees, attorneys, agents, and volunteers The parties have mutually negotiated this waiver. Contractor shal similarly require that its subcontractors. and anyone directly or indirectly employed or hired by Contractor,and anyone for whose acts Contractor may be liable in connection with its performance of this Aareement. shall comply with the terms of this paragraphs waive any immunity granted under Title 51 ROW, and assume all potential liability for actions brought by their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of tnis Section shah survive any expiration or termination of this Contract. 16. Contractor's Liability insurance At all times during performance of the Services and this Contract Contractor shall secure and maintain in effect Insurance to protect the City and Contractor from and against any and all claims.damages.tosses,and expenses arising out of or resulting from the performance 8 of this Coiitrdct Contractor shall provide and maintain in force insurance in limits no less Man that stated below,as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein. A copy of fie additional insured endorsement attached to the policy will be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with tnese insurance requirements or faiiure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractors obligation to maintain such insurance. The following insurance is required: a. Commercial Liability Insurance Before this Contract is-fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of commercia liability insurance with a minimum liability limit of Two Million Dollars (S2.000.000.00) per occurrence. combines single limit bodily injury and property damage and Two Million Dollars (S2.000,000.00) general aggregate. I` Contractor cames higher coverage limits such limits snail be shown on the Certificate of Insurance and Endorsements and the City.. its elected and appointed officials employees. agents. attorneys and volunteers snail be named as additiona' insureds for such higher limits.The certificate shall clearly state who the provider rs,the coverage amount.the policy number and when the policy and provisions provided are in effect.Said polrcy shall be in effect for the duration of this Contract.The policy shall name the City of Yakima, its elected and appointed officials. employees. agents, attorneys and voiunteers as additional insureds. and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated i-Vli or higher in Best s Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. b. Automobile Liability Insurance Before this Contract is fully executed by the parties Contractor snap provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars (S2,000,000.00} per occurrence. If Contractor carves higher coverage limits.such limits shall be snown on the Certificate of Insurance and Endorsements and the City. its elected and appointed officials. employees, agents, attorneys and voiunteers shall be named as additional insureds for such higher iimits.The certificate shall clearly state who the provider is,the coverage amount.the policy number. and when the policy and provisions provided are in effect. Said policy shall be in effect far the duration of this Contract The policy shall name the City of Yakima, its elected and appointed officials employees agents. attorneys and volunteers as additional insureds, and snail contain a clause that the insurer will not cancel or change the insurance without first givinc the City prior written notice. The insurance shall be with an insurance company or companies rated A-Vll or higner in Best's Guide and admitted in the State of Washington. The requirements contained herein. as well as City of Yakima s review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities o-obligations assumed by Contractor under this contract. The business auto liability shal. include Hired and Non-Owned coverage if necessary. c. Employer's Liability(Stop Gap) Contractor and all subcontractors;shall at all times comply with al;applicable workers'compensation occupational disease, and occupational health and safety laws,statutes,and regulations to the full extent applicable and shall maintain Employer s Liability insurance with a limit of no less than S1.000,000.00 The City shall not be Held responsible in any way for claims flied by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of air subcontractor(s). Contractor is responsible to ensure subcontractor(s) have insurance as needed Failure of subcontractorsrs to comply with insurance requirements does not limit Contractors liability or responsibility 9 Contractor's insurance coverage shall be primary insurance with respect to those who are Additional insureds under this Contract.Any insurance,self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractors insurance and shall not contribute to it If at any time during the life of the Contract,or any extension.Contractor fails to maintain the required insurance in full force and effect.all work under the contract shall be discontinued immediately.Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. Should a court of competent jurisdiction determine that this Contract is subject to RCA 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of Contractor and the City, its officers elected and appointee officials. employees, agents, attorneys and volunteers, Contractor s liability hereunder shall be limited to the extent of the Contractors negligence. 17. Severability If any term or condition of this Contract orthe application thereof to any person(s)or circumstances is held invalid,such invalidity shall not affect other terms,conditions or applications whicn can be given effect without the invalid term, condition or application To this end.the terms and conditions of this Contract are declared severable. 18. Contract Documents This Contract.the invitation to Bid 12126S Scope of Work,conditions,addenda,and modifications and Contractors proposal Ito the extent consistent with City of Yakima documents) constitute the Contract Documents and are comolementary. Specific Federal and State laws and the terms of this Contract, in that order respectively supersede other inconsistent provisions Tnese Contract Documents are on file in the Office of the Purcnasing Manager, 129 No.21°St., Yakima.WA.98901.and are hereby incorporated by reference into this Contract. 19. Termination -Convenience This Contract may be terminated by either party by giving thirty(30)days written notice of such intent and will become effective.thirty(30) days from the Gate sucn written notice is delivered to the applicable party to the Contract. 20. Termination-Cause Tne City reserves the right to terminate this Contract at any time. upon written notice. in the event that the Services of Contractor are deemed by the City to be unsatisfactory,or upon failure to perform any of the terms and conditions contained in this Contract.The effective date for such termination shall be upon receipt of the notice. or three days after the notice is mailed first class mail, certified with return receipt requested. 21. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God. fire strikes. epidemicsipandemics. war, riot, delay ,n transportation or railcar transport snortages, provided Contractor notifies the City immediately in writing of such pending or actual delay Normally, in the event or any such delays(acts or God.etc.)the date of delivery will be extended fora period equal to the time lost due tc the reason for delay. 22. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 23. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County. Washington 24. Authority The person executing this Contract. on behalf of Contractor,represents and warrants that he/she has been fully authonzed by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms,performances and provisions of this Contract. 10 25. Notice Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered in person or by overnight courser,facsimile or first class mai;.certified with return receipt requested. Notices to the parties shall be deliverec to- TO CITY: Bob Hamson TO CONTRACTOR: '', City of Yakima City Hall—First Roo- 3 t2 Sceri I L. C cxi 129 North Second Street Yakima,WA 98901poe/,/nz-Li_ L,/� 962eig COPY TO City of Yakima Purchasing Susan Knott.Buyer I' City Hail—Second Floor 129 North Second Street Yakima.WA 98901 26. Survival The foregoing sections of this Contract, 2-24 inclusive shah survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF.the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA CORE NORTHWEST,LLC. City Manace• / Date — — -- — Date //.! -5// / L1 Q,ac Y alss_e-cam_ Attest: !°n:t name City Clerk 11 AGREEMENT CITY OF YAKIMA 12126S Re-Bid Unit-Price Electrical Services THIS AGREEMENT, entered into on the date of last execution, between the City of Yakima, a Washington municipal corporation("City"), and Knobel's Electric, Inc. ("Contractor"). WITNESSETH:The parties,in consideration of the terms and conditions herein,do hereby covenant and agree as follows: 1. Statement of Work The Contractor shall perform all work and service(s) and furnish all tools, materials, labor and equipment (collectively referred to as "Services")according to the procedure outlined in Bid 12126S Re-Bid Unit-Price Electrical Services Specifications which are attached as Exhibit A,and the most recent edition of the ANSI/TIA/EIA and NEC Standards,all of which are incorporated herein by this reference,and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. Work shall begin within one business day after Notice to Proceed. Emergency work shall begin within 60 minutes after Notice to Proceed. The Contractor shall provide and bear the expense of all equipment;work and labor of any sort whatsoever that may be required for the transfer of materials and completing the work provided for in this Contract and every part thereof, except such as are mentioned in the specifications to be furnished by the City of Yakima. 2. Compensation The City agrees to pay the Contractor according to Exhibit B, attached hereto and incorporated herein, which Exhibit includes the specifications and payment schedule of itemized prices as listed in the Contractor's Bid submittal at the time and in the manner and upon the conditions provided for the Contract. 3. Contract Term The period of this Contract shall be for a period of three years from its effective date.The City may,at its option,extend the Contract-for one (1) additional year provided, however, that either party may at any time during the life of this Contract, or any extension thereof, terminate this Contract by giving thirty(30)days' notice in writing to the other party of its intention to cancel. Contract extension shall be automatc, and shall go into effect without wntten confirmation, unless the City provides advance notice of the intention to not renew. Prices shall remain firm for the first twelve month period of the Contract. 4. Changes Any proposed change in this Contract shall be submitted to the other party,for its prior written approval. If approved,change will be made by a contract amendment that will become effective upon execution by the parties hereto.Any oral statement or representation changing any of these terms or conditions is specifically unauthorized and is not valid. 5. Agency Relationship between City and Contractor Contractor shall, at all times, be an independent Contractor and not an agent or representative of City with regard to performance of the Services. Contractor shall not represent that it is, or hold itself out as, an agent or representative of City. In no event shall Contractor be authorized to enter into any agreement or undertaking for,or on, behalf of City. 6. Successors and Assigns Neither the City,nor the Contractor,shall assign,transfer,or encumber any rights,duties,or interests accruing from this Contract without the prior written consent of the other. The Contractor for himself,and for his heirs,executors,administrators,successors,and assigns,does hereby agree to the full performance of all the covenants herein contained upon the part of the Contractor. 12 7. Property Rights All records or papers of any sort relating to the City and to the project will at all times be the property of the City and shall be surrendered to the City upon demand. All information concerning the City and said project which is not otherwise a matter of public record or required by law to be made public, is confidential,and the Contractor will not, in whole or part, now or at any time disclose that information without the express written consent of the City. 8. Inspection and Production of Records The records relating to the Services shall, at all times, be subject to inspection by and with the approval of the City, but the making of(or failure or delay in making) such inspection or approval shall not relieve Contractor of responsibility for performance of the Services in accordance with this Contract, notwithstanding the City's knowledge of defective or non-complying performance, its substantiality or the ease of its discovery.Contractor shall provide the City sufficient,safe,and proper facilities,and/or send copies of the requested documents to the City. Contractor's records relating to the Services will be provided to the City upon the City's request. Contractor shall promptly furnish the City with such information and records which are related to the Services of this Contract as may be requested by the City. Until the expiration of six (6) years after final payment of the compensation payable under this Contract, or for a longer period if required by law or by the Washington Secretary of State's record retention schedule, Contractor shall retain and provide the City access to(and the City shall have the right to examine,audit and copy)all of Contractor's books,documents, papers and records which are related to the Services performed by Contractor under this Contract. All records relating to Contractor's services under this Contract must be made available to the City,and the records relating to the Services are City of Yakima/Yakima County records. They must be produced to third parties, if required pursuant to the Washington State Public Records Act, Chapter 42.56 RCW, or by law. All records relating to Contractor's services under this Contract must be retained by Contractor for the minimum period of time required pursuant to the Washington Secretary of State's records retention schedule. The terms of this section shall survive any expiration or termination of this Contract. 9. Work Made for Hire All work the Contractor performs under this Contract shall be considered work made for hire, and shall be the property of the City. The City shall own any and all data, documents, plans, copyrights, specifications, working papers, and any other materials the Contractor produces in connection with this Contract.On completion or termination of the Contract,the Contractor shall deliver these materials to the City. 10. Guarantee Contractor warrants the Services will be free from defects in material and workmanship for a period of one year following the date of completion and acceptance of the Services. 11. Compliance with Law Contractor agrees to perform all Services under and pursuant to this Contract in full compliance with any and all applicable laws, rules, and regulations adopted or promulgated by any governmental agency or regulatory body, whether federal, state, local, or otherwise. Contractor shall procure and have all applicable and necessary permits,licenses and approvals of any federal,state,and local government or governmental authority or this project, pay all charges and fees, and give all notices necessary and incidental to the due and lawful execution of the work. a. Procurement of a City Business License. Contractor must procure a City of Yakima Business License covering this type of work and pay all charges,fees,and taxes associated with said license. b. Contractor must provide proof of a valid Washington State Contractor Registration number. c. Contractor must provide proof of a valid Washington department of Revenue state excise tax registration number,as required in Title 85 RCW. d. Contractor must provide proof of a valid Washington Unified Business Identification(UBI) number. Contractor must have a current UBI number and not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 13 e. Contractor must provide proof of a valid Washington Employment Security Department number as required by Title 50 RCW. f. Foreign (Non-Washington) Corporations: Although the City does not require foreign corporate proposers to qualify in the City, County or State prior to submitting a proposal, it is specifically understood and agreed that any such corporation will promptly take all necessary measures to become authorized to conduct business in the City of Yakima at their own expense, without regard to whether such corporation is actually awarded the contract, and in the event that the award is made, prior to conducting any business in the City. 12. Prevailing Wages The Contractor will comply with all provisions of Chapter 39.12 RCW-Prevailing Wages on Public Work. a. RCW 39.12.010-the Prevailing Rate of Wage. It is solely the responsibility of the Contractor to determine the appropriate prevailing wage rate for the services being provided. b. RCW 39.12.040-Statement of Intent to Pay Prevailing Wages and an Affidavit of Wages Paid. Before an awarding agency may pay any sum due on account,it must receive a statement of Intent to Pay Prevailing Wages approved by the Department of Labor and Industries. Following final acceptance of a public work project,and before any final money is disbursed,each contractor and subcontractor must submit to the awarding agency an Affidavit of Wages Paid,certified by the Department of Labor and Industries. c. RCW 39.12.070-Fees Authorized for Approval Certification and Arbitrations.Any fees charged by the Department of Labor and Industries for approvals or fees to cover costs of arbitration conducted shall be the responsibility of the Contractor. The State of Washington prevailing wage rates applicable for this public works project,which is located in Yakima County, may be found at the following website address of the Department of Labor and Industries: https:lllni,wa.govilicensinq-permitsrpublic-works-prolects,prevailinq-wage-rates;. Based on the bid submittal for this project,the applicable effective(start)date of this project for the purposes of determining prevailing wages is the bid date, November 1,2021. 13. Certified Payroll for Non-Federally Funded Projects Upon request by the City or by an Interested Party,copies of certified payroll shall be provided to City,with employee information such as last name,SSN and address,redacted in accordance with RCW 42.56.230, in order to provide for public records requests. The City reserves the right to require Contractor to deliver to City a copy of the non-redacted Certified Payroll if City determines,in its sole discretion,that,such non-redacted copy is necessary or appropriate in order to enable City to comply with any applicable law. RCW 42.56.230 17}(a) Personal Information Exemption: Any record used to prove identity, age, residential address, social security number,or other personal information required to apply for a driver's license or identicard. RCW 39.12.010 (4):An "Interested Party"for the purposes of this chapter shall include a Contractor, Subcontractor, an employee of a Contractor or Subcontractor,an organization whose members'wages,benefits,and conditions of employment are affected by this chapter, and the director of labor and industries or the director's designee. WAC 296-127-320 Payroll: a. Each Contractor shall keep accurate payroll records for three years from the date of acceptance of the public works project by the contract awarding agency, showing the name, address, Social Security number, trade or occupation,straight time rate, hourly rate of usual benefits as defined by WAC -014(1), and overtime hours worked each day and week, including any employee authorizations executed pursuant to WAC _,and the actual rate of wages paid,for each laborer,worker,and mechanic employed by the Contractor for work performed on a public works project. b. A Contractor shall, within ten days after it receives a written request,from the department or from any interested party as defined by RCW 39.12.010(4), file a certified copy of the payroll records with the agency that awarded the public works contract and with the department. 14 c. A Contractor's noncompliance with this section shall constitute a violation of RCW ` '>,;, 14. Nondiscrimination During the performance of this Contract,the Contractor agrees as follows: The Contractor shall not discriminate against any person on the grounds of race, creed, color, religion, national origin, sex, age, marital status,sexual orientation,gender identity,pregnancy,veteran's status, political affiliation or belief,or the presence of any sensory,mental or physical handicap in violation of the Washington State Law Against Discrimination (RCW chapter 49.60) or the Americans with Disabilities Act(42 USC 12101 et seq.). This provision shall include but not be limited to the following:employment, upgrading, demotion,transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation,selection for training,and the provision of Services under this Agreement. In the event of the Contractor's noncompliance with the non-discrimination clause of this contract or with any such rules, regulations,or orders,this Contract may be cancelled,terminated,or suspended in whole or in part and the Contractor may be declared ineligible for any future City contracts. 15. Indemnification and Hold Harmless a. Contractor shall take all necessary precautions in performing the Services to prevent injury to persons or property. Contractor agrees to defend, indemnify and hold harmless the City, its elected and appointed officials,officers,employees, attorneys, agents, and volunteers from any and all claims, demands, losses, liens, liabilities, penalties, fines, lawsuits, and other proceedings and all judgments, awards,costs and expenses(including reasonable costs and attorney fees)which result or arise from Contractor's performance under this Agreement, and/or out of the negligent acts or omissions of Contractor, its officials,officers,employees or agents. b If any suit,judgment,action,claim or demand arises out of,or occurs in conjunction with,the negligent acts and/or omissions of both the Contractor and the City, or their elected or appointed officials, officers, employees, agents, attorneys or volunteers,pursuant to this Contract,each party shall be liable for its proportionate share of negligence for any resulting suit, judgment, action,claim,demand,damages or costs and expenses,including reasonable attorneys'fees. c. Contractor's Waiver of Employer's Immunity under Title 51 RCW. If any design or engineering work is done pursuant to this Contract, Contractor intends that its indemnification, defense, and hold harmless obligations set forth above in Section A shall operate with full effect regardless of any provision to the contrary in Title 51 RCW,Washington's Industrial Insurance Act. Accordingly, to the extent necessary to fully satisfy the Contractor's indemnification, defense, and hold harmless obligations set forth above in Section A, Contractor specifically waives any immunity granted under Title 51 RCW, and specifically assumes all potential liability for actions brought by employees of the Contractor against the City and its elected and appointed officials, officers, employees, attorneys, agents, and volunteers. The parties have mutually negotiated this waiver. Contractor shall similarly require that its subcontractors, and anyone directly or indirectly employed or hired by Contractor,and anyone for whose acts Contractor may be liable in connection with its performance of this Agreement,shall comply with the terms of this paragraph, waive any immunity granted under Title 51 RCW, and assume all potential liability for actions brought by their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. d. Nothing contained in this Section or this Contract shall be construed to create a liability or a right of indemnification in any third party. e. The terms of this Section shall survive any expiration or termination of this Contract. 16. Contractor's Liability Insurance At all times during performance of the Services and this Contract, Contractor shall secure and maintain in effect insurance to protect the City and Contractor from and against any and all claims,damages, losses,and expenses arising out of or resulting from the performance 15 of this Contract. Contractor shall provide and maintain in force insurance in limits no less than that stated below, as applicable. The City reserves the right to require higher limits should it deem it necessary in the best interest of the public. Contractor will provide a Certificate of Insurance to the City as evidence of coverage for each of the policies and outlined herein A copy of the additional insured endorsement attached to the policy will be included with the certificate. This Certificate of insurance shall be provided to the City, prior to commencement of work. Failure of City to demand such verification of coverage with these insurance requirements or failure of City to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. The following insurance is required: a Commercial Liability Insurance Before this Contract is fully executed by the parties,Contractor shall provide the City with a certificate of insurance as proof of commercial liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence, combined single limit bodily injury and property damage, and Two Million Dollars ($2,000,000.00) general aggregate. If Contractor carves higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials. employees. agents, attorneys and volunteers shall be named as additional insureds for such higher limits.The certificate shall clearly state who the provider is,the coverage amount,the policy number, and when the policy and provisions provided are in effect.Said policy shall be in effect for the duration of this Contract.The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds,and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington.The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. b Automobile Liability Insurance Before this Contract is fully executed by the parties, Contractor shall provide the City with a certificate of insurance as proof of automobile liability insurance with a minimum liability limit of Two Million Dollars ($2,000,000.00) per occurrence. If Contractor carries higher coverage limits,such limits shall be shown on the Certificate of Insurance and Endorsements and the City, its elected and appointed officials, employees, agents. attorneys and volunteers shall be named as additional insureds for such higher limits.The certificate shall clearly state who the provider is,the coverage amount,the policy number, and when the policy and provisions provided are in effect. Said policy shall be in effect for the duration of this Contract. The policy shall name the City of Yakima, its elected and appointed officials, employees, agents, attorneys and volunteers as additional insureds,and shall contain a clause that the insurer will not cancel or change the insurance without first giving the City prior written notice. The insurance shall be with an insurance company or companies rated A-VII or higher in Best's Guide and admitted in the State of Washington. The requirements contained herein, as well as City of Yakima's review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under this contract. The business auto liability shall include Hired and Non-Owned coverage if necessary. c. Employer's Liability(Stop Gap) Contractor and all subcontractor(s)shall at all times comply with all applicable workers'compensation,occupational disease, and occupational health and safety laws,statutes,and regulations to the full extent applicable,and shall maintain Employer's Liability insurance with a limit of no less than $1,000,000.00.The City shall not be held responsible in any way for claims filed by Contractor or its employees for services performed under the terms of this Contract. Contractor agrees to assume full liability for all claims arising from this Contract including claims resulting from negligent acts of all subcontractor(s).Contractor is responsible to ensure subcontractor(s) have insurance as needed. Failure of subcontractors(s)to comply with insurance requirements does not limit Contractor's liability or responsibility. 16 Contractor's insurance coverage shall be primary insurance with respect to those who are Additional Insureds under this Contract.Any insurance,self-insurance or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance and shall not contribute to it. If at any time during the life of the Contract,or any extension, Contractor fails to maintain the required insurance in full force and effect,all work under the contract shall be discontinued immediately.Any failure to maintain the required insurance may be sufficient cause for the City to terminate the Contract. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115,then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of Contractor and the City, its officers, elected and appointed officials, employees, agents, attorneys and volunteers, Contractor's liability hereunder shall be limited to the extent of the Contractor's negligence. 17. 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. 18. Contract Documents This Contract,the Invitation to Bid 12126S Scope of Work,conditions,addenda,and modifications and Contractor's proposal(to the extent consistent with City of Yakima documents) constitute the Contract Documents and are complementary. Specific Federal and State laws and the terms of this Contract, in that order respectively,supersede other inconsistent provisions.These Contract Documents are on file in the Office of the Purchasing Manager, 129 No.2^d St.,Yakima,WA,98901,and are hereby incorporated by reference into this Contract. 19. Termination-Convenience This Contract may be terminated by either party by giving thirty(30)days written notice of such intent and will become effective thirty(30) days from the date such written notice is delivered to the applicable party to the Contract. 20. Termination-Cause The City reserves the right to terminate this Contract at any time, upon written notice, in the event that the Services of Contractor are deemed by the City to be unsatisfactory,or upon failure to perform any of the terms and conditions contained in this Contract.The effective date for such termination shall be upon receipt of the notice,or three days after the notice is mailed first class mail,certified with return receipt requested. 21. Force Majeure Contractor will not be responsible for delays in delivery due to acts of God, fire, strikes, epidemics/pandemics, war, riot, delay in transportation or railcar transport shortages, provided Contractor notifies the City immediately in writing of such pending or actual delay. Normally, in the event or any such delays(acts or God,etc.)the date of delivery will be extended for a period equal to the time lost due to the reason for delay. 22. Governing Law This Contract shall be governed by and construed in accordance with the laws of the State of Washington. 23. Venue The venue for any judicial action to enforce or interpret this Contract shall lie in a court of competent jurisdiction in Yakima County, Washington. 24. Authority The person executing this Contract,on behalf of Contractor, represents and warrants that he/she has been fully authorized by Contractor to execute this Contract on its behalf and to legally bind Contractor to all the terms,performances and provisions of this Contract. 17 25. Notice Any notice required or permitted to be given under this Contract shall be in writing and deemed effective if either delivered in person or by overnight courier,facsimile or first class mail,certified with return receipt requested.Notices to the parties shal be delivered to: TO CITY: Bob Harrison TO CONTRACTOR: Knobe s ctri City of Yakima City Hall—First Floor a 129 North Second Street Yakima,WA 98901 Steve Soderstrom, Estimator COPY TO: City of Yakima Purchasing Susan Knolls,Buyer ll City Hall—Second Floor 129 North Second Street Yakima,WA 98901 26. Survival The foregoing sections of this Contract, 2-24 inclusive, shall survive the expiration or termination of this Contract in accordance with their terms. IN WITNESS WHEREOF,the parties hereto execute this Contract as of the day and year first above written. CITY OF YAKIMA KNOBEL'S ELECTRIC INC. By: f t .1 City Manager 1 Date: Date: E L Z �—t Sherry Mathis Attest: (Print name) City Clerk AWARDING Bid Tabulation 12126E Project: Unit-Price Electrical Services Bid Opening: Project No.: 12126S A oval: City Manager/Date Contract Term: 3-Yrs with possible 1-Yr extention Project Manager: Randy Pitney Contract Term: DECE.MFs'1 ,�Qti — 5 AWARD AND REASON THEREFORE: Vendor Name Vendor Name Vendor Name Vendor Name I recommend award of the highlighted section to Core Northwest, LLC., as they were the lowest responsive bid from a responsible bidder and the highlighted section to Knobel's Electric, Inc., as they were the only responsive bid from aresponsible bidder. l Bigfoot Electric, LLC. Core Northwest, LLC. Knobel's Electric, Inc. Titan Electrical, LLC. 4/2/114n-jk--- 2/Z1W BUYERIDATE / No. Description Qty. Unit Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Low Voltage, Low Voltage, Low Voltage, Low Voltage, Electical Services Provided. Electrical Construction, Electrical Electrical Construction, Electrical Construction. Electric Vehicle Construction, Electric Vehicle Electric Vehicle Charging Station, Electric Vehicle Charging Station, Charging Station, Exterior Lighting, Charging Station, Exterior Lighting, Exterior Lighting, Interior Lighting Exterior Lighting, Interior Lighting, Interior Lighting, Interior Lighting, Panel Manufacturing & Panel Manufacturing & Panel Manufacturing & Upgrading Upgrading Upgrading Street Lighting Street Lighting Illuminated Signs Illuminated Signs HVAC Wiring&Install HVAC Wiring & Install Traffic Sign Installation& Replacement, High Voltage, Power Line/Pole Construction & Relocation, Traffic Control Devices &Signals, Traffic Loop, High Voltage Electrical Testing, Transformer Maintenance&Repair AWARDING Bid Tabulation 12126S No. Description Qty._ Unit I Unit Price Total Price I Unit Price_ Total Price I Unit Price Total Price I Unit Price I Total Price Labor-Regular 1 Labor Rate per Hour by Licensed Electrician 1 FIR 140.00 140.00 86.45 86.45 126.00 126.00 125.00 125.00 2 Labor Rate per Hour by Certified Apprentice 1 FIR 140.00 140.00 86.45 86.45 98.00 98.00 105.00 105.00 Other(Listed Wage Classification(s)intended 3 to be utilized on this contract) 1 HR No Bid 0.00 75.00 75.00 116.00 116.00 No Bid 0.00 Other Unidentified Labor(if other labor classifications 4 become necessary to completer this work). Indicate the% No Bid % 18 % 20 % No Bid % over prevailing wage rate to be charged. 1st Hour of Labor$280- Comments: Minumin Trip if labor is under 7-hours. Labor-After Hours, Holidays, Overtime 5 After normal business hours.holidays& I HR 220.00 220.00 146.84 146.84 215.00 215.00 250.00 250.00 overtime by Licensed Electrician 6 After normal business hours,holidays& I HR 220.00 220.00 146.84 146.84 165.00 165.00 210.00 210 00 overtime by Certified Apprentice 7 Other(Listed Wage Classification(s)intended I HR No Bid 0.00 140.00 140.00 197.00 197.00 No Bid 0.00 to be utilized on this contract) Other Unidentified Labor(if other labor classifications 8 become necessary to completer this work). Indicate the% No Bid Of 18 % 20 % No Bid % over prevailing wage rate to be charged. 1st Hour of Labor$440- Comments: Minumin Trip if labor is under 7-hours Labor-Emergency 9 Labor Rate per I lour for emergency call out by 1 HR 220.00 220.00 86.45 86.45 215.00 215.00 125.00 125.00 Licensed Electrician 10 Labor Rate per Hour for emergency call out by 1 HR 220.00 220.00 86.45 86.45 165.00 165.00 105.00 105.00 Certified Apprentice Other(Listed Wage Classification(s)intended 11 to be utilized on this contract) I HR No Bid 0.00 75.00 75.00 197.00 197.00 No Bid 0.00 Other Unidentified Labor(if other labor classifications 12 become necessary to completer this work). Indicate the% No Bid o 18 _ % 20 % No Bid % over prevailing wage rate to be charged. 1st Hour of Labor$440- Comments: 1Ainumin Trip if labor is under 7-hours AWARDING Bid Tabulation 12126S No. Description Qty. Unit I Unit Price Total Price]Unit Price I Total Price I Unit Price I Total Price I Unit Price Total Price Parts and Materials All Parts & Materials must be IEC/NEC Certified. Method Used for Calculating Parts/Materials Cost (Chose One) 13-a Parts and Materials Cost Plus(+) I EA (+) 40 % (+) 18 % (+) 25 % (+) 15 13-b(Or)Parts and Materials List Minus(-) 1 EA (-) N/A % (-) N/A % (-) N/A % (-) N/A 13-c (Or) Parts and Materials Other(explain): S N/A / % $ N/A I % $ N/A / % $ N/A / 14 Items not listed;list discount offered off list prices for any No Bid N/A N/A No Bid other items not specifically listed Payment Discount/Terms: None 2%/ Net 30 2%/Net 5 5% /Net 10 Freight FOB destination: INCLUDED INCLUDED INCLUDED INCLUDED Service Time: Maximum Two(2)Business Days 2 Days 24 Hours 1 Day 2 Days Emergency Call-Out Service Time: Maximum Sixty(60) Minutes 1 Hour 30 Minutes 1 Hour 60 Minutes Comments: 21 Purchasing Division memo To: Bob Harrison, City Manager From: Susan Knotts, Buyer II Date: November 19, 2021 Re: Award of Bid 12126S Re-Bid Unit-Price Electrical Services On October 11, 2021,the City of Yakima solicited Bid 12126S titled Re-Bid Unit-Price Electrical Services to provide electrical service for the City of Yakima facilities on an "as needed' basis. This Bid takes the place the City's former Bid 12108S titled On-Call Electrical Services which was canceled due to being out of compliance with new legislation and regulating laws. The Bid was advertised in the Yakima Herald Republic on October 11th and 12th. A Notice to Bidders was also sent out to seventeen known business within a fifty mile radius on October 11, 2021,with receipt of four Bids on the due date of October 21,2021 from the following companies: • Bigfoot Electric, LLC. • Core Northwest, LLC. • Knobel's Electric, Inc • Titan Electrical, LLC. The Bids were check for responsiveness before being forwarded to Randy Pitney, Building Operations Supervisor,for Recommendation of Award. Recommendation was made for a split award to Core Northwest, LLC. and Knobel's Electric, Inc., and approved by Kerry Jones, Fleet and Facilities Manager, and Scott Schafer, Director of Public Works. Recommendation for award was made to Core Northwest for; low voltage, electrical construction, electric vehicle charging station, exterior and interior lighting, panel manufacturing and upgrading, street lighting, illuminated signs, HVAC wiring and install due to their Bid being the lowest responsive bid from a responsible bidder. Recommendation for award was also made to Knobel's Electric for; high voltage, traffic sign installation and replacement, street and power line/pole construction and relocation, traffic control devices and signals, traffic loop, high voltage electrical testing, transformer maintenance and repair due to them being the only responsive bid for these services from a responsible bidder. This Contract is limited to three years with an optional one year extension or to $250,000, whichever comes first. Contract approval is scheduled for the December 7, 2021, Council meeting. Purchasing and the facilities team is requesting that you approve this award and sign the attached Bid Tabulation. Sincerely, Susan Knotts, CPPO, CPPB Buyer II, Purchasing Division Page 111