Loading...
HomeMy WebLinkAboutKnobel's Electric, Inc - "J" Street Lighting CONTRACT BID No. 11426 -S "J" Street Lighting THIS AGREEMENT made and entered into in triplicate, this 5th day of June, 2014, by and between the City of Yakima, hereinafter called the Owner and Knobel's Electric, Inc. a Washington Corporation, hereinafter called the Contractor. WITNESSETH: That in consideration of the terms and conditions contained herein and attached and made a part of this agreement, the parties hereto covenant and agree as follows: I. The Contractor shall do all work and furnish all tools, materials, labor and equipment for the amounts of $14813.66 for Bid 11426 -S "J" Street Lighting, all in accordance with, and as described in the attached specifications for "J" Street Lighting and the most recent edition of the National Electrical Code (NEC) and any applicable Standard(s), which are by this reference incorporated herein and made a part hereof, and shall perform any alterations in or additions to the work provided under this contract and every part thereof. Work shall start within seven (7) days after the Notice to Proceed and be complete within thirty (30) days. 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 Owner. II. The Owner agrees to hire the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the attached plans and specifications and the terms and conditions herein contained and hereby contracts to pay for the same according to the attached specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the conditions provided for in this contract. III. Nondiscrimination: During the performance of this Agreement, Contractor shall not discriminate in violation of any applicable federal, state and /or local law or regulation on the basis of race, color, sex, religion, national origin, creed, age, marital status, disability, honorably discharged veteran or military status, pregnancy, sexual orientation, political affiliation, or the presence of any sensory, mental or physical handicap, and any other classification protected under federal, state, or local law. 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: IV. Indemnity /Contractor's Liability Insurance: (A) The Contractor agrees to indemnify and save harmless the Owner, its officers, agents and employees against and from any and, all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance or any service hereunder. Bid No. 11426 -S Page 1 of 3 "J" Street Lighting (B) The Contractor shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. (C) Contractors Liability Insurance: The contractor shall obtain and maintain in full force and effect during the term of the contract, commercial general liability coverage with insurance carriers admitted to do business in the State of Washington. The insurance companies must carry a Best's Rating of A- VII or better. At all times during the life of this contract, Contractor agrees to maintain, on a primary and non - contributory basis and at its sole expense, the insurance coverages, limits, and endorsements noted below. All such insurance shall not be subject to any deductible or self- insured retention (SIR). There shall be no cancellation, material change, reduction in limits or intent not to renew the insurance coverage(s) without 30.days written notice from the contractor or its insurer(s) to the City Yakima. The requirements contained herein, as well as the Owner'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 policies will be written on an occurrence basis, subject to the following minimum limits of liability: Commercial General Liability: Combined Single Limit: $1,000,000 Per Occurrence $2,000,000 Annual Aggregate Commercial Auto Liability: Combined Single Limit: $1,000,000 Per Occurrence The City of Yakima/Yakima County, its agents, employees, authorized volunteers, elected and appointed • officials are included as Primary/Non- Contributory additional insureds. If Contractor carries higher coverage limits, such limits shall be shown on the. Certificate of Insurance and Endorsements and City of Yakima/Yakima County shall be named as an additional insured for such higher limits. The Contractors' insurance coverage shall be primary insurance as respects those who are Additional Insureds under this agreement. 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. The contractor will provide a Certificate of Insurance to the City as evidence of coverage. 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 Purchasing Manager, prior to commencement of this work. If at any time during the life of the contract or any extension, the 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. The contractor shall also maintain workers compensation through the State of Washington. (D). Contractor's Waiver of Employer's Immunity under Title 51 RCW. Contractor intends that its indemnification, defense, and hold harmless obligations set forth above 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. 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 officers, employees, 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 to comply with the terms of this paragraph, waive any immunity granted • Bid No. 11426 -S Page 2 of 3 "J" Street Lighting under Title 51 RCW, and assume all potential liability for actions brought their respective employees. The provisions of this section shall survive the expiration or termination of this Agreement. (E) Should a court of competent jurisdiction determine that this Agreement 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 the Contractor and the City, • its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. V. 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. VI. It is further provided that no liability shall attach to the Owner by reason of entering into this contract, except as expressly provided herein. VII. This Agreement, the Request for Bid #11426 -S, Scope of Work, conditions, addenda and modifications and the Contractor's proposal (to the extent consistent with Owner's documents) constitute the Contract Documents and are complementary. Specific federal and State laws and the terms of this Agreement, in that order respectively, supersede other inconsistent provisions. These Contract Documents are on file in the Office of the Purchasing Manager, 129 No. 2nd St., Yakima, Washington, 98901, and are hereby incorporated by reference into this Agreement. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herein above written. Countersigned: This 5 day of 2014. CITY OF YAKIMA CONTRACTOR - 4 1 /00,e bA-- E1 6 Contractor's Name a �� C.::. . , 1 By: I % __.I n. -er �� °°°, I 1 t 1 1 �� ` d �Att St'- - (Print Name) " I) 1 ,C. ;) ' .1/ sf :ii 'cN `', � a /Lr��`. Its: n�1 D •t,Citi err / (President, Owner, etc.) '. I Address: 1 l: , L r i CfrYCONTRACTN••r� _ RESOLUTION NO i /' _._- _, r� ki r 90/ 1 Bid No. 11426 -S Page 3 of 3 "J" Street Lighting KNOBEL'S ELECTRIC, INC. 801 TENNANT LANE YAKIMA, WA 98901 — PHONE (509) 452 -9157 FAX (509) 453 -1460 QUOTATION TO: CITY OF YAKIMA DATE: MA7 30, 2014 ATTN: DOUG METZ RE: J STREET LIGHTING FAX: 576 -6448 Gentlemen: We herewith submit our quotation on the above named job. The proposal as shown in this quotation is taken from the plans and specifications of the above named job as of the date of • issue. If addenda have been made to the specifications which is directed to and affects the proposal made below, the quotation will make note as to covering same. This quotation is subject to strikes, accidents or causes beyond our control, and to terms and condition of a performance contract. LABOR, MATERIAL (AS NOTED) AND EQUIPMENT TO PROVIDE ELECTRICAL WORK AS FOLLOWS: • PROVIDE ELECTRICAL PERMIT • INSTALL 5 (FIVE) 35 FOOT CLASS 3 WOOD POLES (FURNISHED BY CITY OF YAKIMA) • INSTALL 10 (TEN) 12 FOOT WOOD POLE ARMS (FURNISHED BY CITY OF YAKIMA) • INSTALL 10 (TEN) LED LUMINAIRES (FURNISHED BY CITY OF YAKIMA) • PROVIDE UNDERGROUND RACEWAY CONTAINING 3 (THREE) #8 CONDUCTORS • INSTALL 5 (FIVE) TYPE 1 CONCRETE J -BOXES • PIPE UP POLE & INSTALL CONDUCTORS FOR LUMINAIRES • PROVIDE INDIVIDUAL FUSING FOR EACH OF THE 10 LUMINAIRES • ADD LIGHTING CONTACTOR AND BREAKER TO EXISTING SERVICE • TIE NEW CONDUCTORS INTO EXISTING LIGHTING SERVICE LUMP SUM • $13,691.00 + 1:(4—#14 �� � 2-2. ` r e f /-' S.2 l SS Tom (� ij[ 1 3. 4 NOTE: OUR PRICE DOES NOT INCLUDE SALES TAX. NOTE: EXCAVATION AND BACKFILL BY CITY OF YAKIMA. NOTE: KNOBEL'S ELECTRIC, INC. WILL DIG HOLES FOR POLE INSTALLATION. NOTE: AFTER INSTALLATION IS COMPLETE WE WILL TACK WELD LIDS OF J- BOXES. SIN' ' ELY, 1 . i ROD BENOIT . ESTIMATOR • AN EQUAL OPPORTUNITY EMPLOYER Quotation is for acceptance within days from above date. RFP Details Public Works Complex Security Project "J" Street Lighting May 21, 2014 Scope of Work Provide labor and materials as specified to install (5) utility poles and (10) LED luminaries on "J" Street located on the north boundary of the City of Yakima's Public Works Complex. Labor, Materials, and Equipment to be provided by Contractor • Electrical permit • Other permits as required • Set (5) poles as designated • Provide and install underground raceway containing (3) #8 conductors --Q• Provide and install 1 0-) Co A i .,,E J LA C.-1 - 1 gv s • Provide and install conduit up pole and the necessary wiring for each of the (10) luminaries • Provide and install new conductors into existing lighting service • All work to comply with N.E.C. and W.A.C. codes City of Yakima to Provide • Trenching and backfill • (5) 35' Class three wood poles • (10) 12' Galvanized steel pole arms • (10) L.E.D. Luminaries City of Yakima Contacts: Doug Metz, Traffic Operations Supervisor, 961 -4400 Or Richard Wormer, Fleet and Facilities Manager, 576 -6412 \ \apollo \users \rwonner \facilities 560\j street lighting (revised) - 2014.docx . . . . . . , I . • . "" , • . . . . . • • • !.,j • . 7 ...-r -.... 14 . r . • ,.., . . . . . . . , . . . . . . , . . 4 • -, .S: . „ , • . . • . . . , 1 Viti 19P .,', , - ,•-•\ - \ ' ' i k • \ L \ \ \ -. .-.. _ •- ,-- i \‘ i f \ ::.-,.- \: f c , ,..,..r s\ .... _ • ,...\----' , \ c .-• . . _0.._ _1 C• .-.\\ N hi st -- -3‘. . , • :: -...._ • . . .....1, - A - ...... I --I cl " ■ \ ,r' \*.••■ 4.< FINISHED GRADE BACKFILL AND CONDUIT BEDDING MATERIAL SHALL BE COMPACTED CRUSHED SURFACING TOP COURSE. N /� ... L' s" - . • _ °O i i • , 9 ? \/ • r 0 0 . tD �vd /Q po' P •7 s% \X \X 2" SCHEDULE 4D CONDUIT SHOWN ON THE PLANS CONDUIT TRENCH SECTION NOTE: 1. All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC). 2. JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER. 3. ALL ELECTRICAL CONDUIT SHAL BE A MINIMUM OF 2" DIA. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. 4. ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY. 5. SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. City Of Yakima .� City of Yakima - Standard Detail • �.� ` Engineering Division (C)NfI lIT TRFN(H SFrTInN F� i 1 EXISTING PAVEMENT - DEPTH VARIES APPLY CSS-1 & SAND TO SEAL THE SURFACE JOINTS. ASPHALT CONCRETE PATCI-1 APPLY CSS-1 TO EDGES OF REPAIR SECTION AND TO LIMITS SURFACE OF CONCRETE, IF OVERLAYED. 1.0' EXCAVATION 1.0' 1 0' LINE (MI a ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA HMA CL. 112° PG 64-28 @ 1.5 TIMES DEPTH OF EXISTING ASPHALT. 0.25' MIN. (COMPACTED DEPTH in 2 EQUAL LIFTS) 0.5' CSBC (COMPACTED DEPTH) ASPHALT CONCRETE SURFACING EXISTING SURFACE - DEPTH VARIES GRAVEL SURFACE _ PATCH LIMITS 1.0' EXCAVATION 1.0' 1.0' LINE (MIN) .. OttiMIUMM EtttW2121MW ;IMIttItt= •, w w ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 0.17' CSTC (COMPACTED DEPTH) GRAVEL SURFACING UNSURFACED AREAS EXISTING PATCH LIMITS - GROUND 1.0' EXCAVATION 1.0' 1.0' LINE (MIN) y _ + } + }+ } + } T + + t + + + 4 + t + } + t + T } + 4 + t + } t + + + + • + + + + + — + + + + + ALTERNATE BACK SLOPE AT CONTRACTORS OPTION AND AT NO ADDITIONAL COST TO THE CITY OF YAKIMA 1.0' MIN. (COMPACTED DEPTH) NATIVE MATERIAL FREE FROM ROCKS OVER 2 INCH. STORE IN STOCKPILE WHEN REMOVED DURING TRENCHING. UNSURFACED AREAS NOTES 1. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SURFACE RESTORATION INCLUDING WIDER REPAIR SECTIONS RESULTING FROM ALTERNATE BACK SLOPE AT TRENCH SIDES. 2. CONTRACTOR SHALL BE AWARE THAT GEO- TEXTILE- FABRIC MAYBE REQUIRED BY THE ENGINEER IN CERTAIN APPLICATIONS. or City Of Yakima City of Yakima - Standard Detail It Engineering Division ►a TYPICAL SURFACING R7 -. . I' ) r orS.SCH, 40. 7 310' 0.0 TINON \ V iTYP.,1 ADJUSTABLE FOR 1 1W THROUGH r PPE , \ --,AGJUSTABLE FOR 1 1U4'71-0bOUGH r MPS OR 46 SPEC/RED 41LIL.----- imp —■•"- • , • .1 ii , :=--;--• . • • • , -Lci •-.........,..;.,,,, A . 44111111.111 il . RESIDENTIAL LUMINAIRE ARTERIAL. LUMINAIRE awn ANA 904S-T9 ALL9A, TAMED ir X 3 - Ltr X . air TANKO LIGKIING - COBRA HEAD BETA LED OSTR-LINY-314-HT-12-0-UL-Sv Asku.t.Arst otkotoo F0411, 90 GMT. RAMS .. $"*IT Eri.3370..250101‘50.1.1`3.R.:1-2-5BG . SLIPOVER JONI-SHAFT WARTED 12' INTO DAVIT AFOL a) marx r La ars max mum sousAuTs. • FLATS 4 LOOK WASIERS LOCK TI-E ASSE603LY. 3' MAX , susiogo i 4 11144014(Xf. — -„,..,. COCK DisComoutzt IM -,,,,.. 1".111 I A 7..T..77..,.... VATI-1 i SPEC. 949 7) -----„...„..„ ier MANHOLE 6003-76 ALIA* SHAF TAP D , J-13 --,, T ERE \ i --'-- , o.,A ,... RASH %NI' ICEVALK 1.3 Er X 6° X _DS0111ALL SATIN Al w I CiThOLS40 FINISH, 8013RT 1 !i ris &Arai ii 1 S 1 i .ent. yawn. r r x. ErFusst-t4INDHEILE 1 M . i i . ,,Ar" . - - 1 1 1I 7 • cAv BiS NMI:MARE & \ i .,.....- , 4• - 1 " 1* . C;ROL11113 INIRNG \ 1 ' t l' CAAAA --..,- - 1 § 11 " , -I* - ' 4 4 I 11 a 1 1,,, - I . . . , .41- . . 7, I. _ CAST ALUM. SHOESASE roomplrrei ._..,,, I \ .... " it td W4OPt. AT l'Ar - -'ir if ii4 „„i 11=1 ceirriPS r ,1,ez _ -- 1.1GRT BASE fIAAIL \ \ 1 , i ' ' 11 - STREET / I ' US M~ ....,,,._ \ Ilk 4... : • " AN . .. - BE FLH WIDH S! ...--- DX3R V01/1 Ns, 1 - ' -. \ * JAL . ...,' 1 i .• " "g N, \ 0 r KM/ 40 PVC COMBAT - "---. :,, ' e & "' SIDEVVAU36. EiGHT AT OARS __,_.--- 41,.■ -.4 EV81112f SPACED - ' ..■ •! -,. - i . PERTLAND OSI&NT 141 CONCRETE CL. 30 (SEE - . _ ' • - .. TAILI POLE FO 1 PLAM + UNDATION 136 I, AD,IACENT TO li a' - SIOEvAALX —0 1 1 Silr x *0'-3 r COPPER-CLAD .-..p-----... 0110/0 WI/If SOUAFIE OR ROW) rAri P,S Appachrgo BY cITY grIAINEFA NOTE: i . AI WORK AND MATERIALS SHALL COIWORN1 TO THE NATIONAL ELECTRICAL CODE (NEC). 2_ JUNCTION BOX, comor AND CONSTRUCTION METHODS SHALL BE PER IAISDOT - TYPE I UNLESS OTHERwISE SPECIFIED AND APPROVED BY THE CITY ENGINEER.. 3. ALL ELECTRICAL CONDUIT SHAL BE A MINIMUM OF 7 DIA, AND MAINTAIN 24" MINOAN COVER. SIAEEPS MC PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL 4. ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY. SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE 5. SERVICE PEDESTALS SHALL BE METERED, 6. WMINAIRE SHALL BE LEVELED IN BOTH DIRECTIONS AFTER POLE IS PLUMBED. City Of Yakima City of Yakima - Standard Detail Ar - :If. Engineering Division "L" 1 11,1 1 ,14 STREET LIGHT El - 129 NrAUI S=000 SUM& Yakima, westorgilx4 MOTTO SCALE STREET LIGHT METERED SERVICE PEDESTAL 2' SCHD. 40 PVC CONDUIT = = / _ = _ ^ + === CONDUIT PER POWER COMPANY II 1 U u 1 T ,1 1 WSDOT.TYPE 1 JUNCTION'BOX PLAN VIEW 100 AMP METERED SERVICE PEDESTAL AS MANUFACTURED BY TESCO CONTROLS OR 3' MAX MILBANK MANUFACTURING OR APPROVED BY THE CITY ENGINEER. STREET LIGHT J -BOX a 2" SCHD. 40 PVC CONDUIT 5/8" x 10'-0" COPPER -CLAD GROUND WIRE SECTION A NOTE: 1. All WORK AND MATERIALS SHALL CONFORM TO THE NATIONAL ELECTRICAL CODE (NEC). 2. JUNCTION BOX, CONDUIT AND CONSTRUCTION METHODS SHALL BE PER WSDOT - TYPE 1 UNLESS OTHERWISE SPECIFIED AND APPROVED BY THE CITY ENGINEER_ 3. ALL ELECTRICAL CONDUIT SHALL BE A MINIMUM OF 2" DIA. AND MAINTAIN 24" MINIMUM COVER. SWEEPS AND PLAN LOCATION SHALL BE PER POWER COMPANY AND SHALL BE DETAILED ON THE PLANS PRIOR TO APPROVAL. 4. ALL SERVICE CONNECTIONS WETHER INDIVIDUAL OR MULTIPLE POLES SHALL BE PEDESTAL MOUNT ONLY. SERVICE CONNECTIONS SHALL NOT BE ALLOWED TO BE ATTACHED TO THE POLE. 5. SERVICE PEDESTALS SHALL BE METERED. ' City Of Yakima ` 4 , tY City of Yakima - Standard Detail Engineering Division r ". SERVICE LAYOUT E4 129 North Second Street