ITEM 5.1 Lift Station #3 Improvments0
OtkzoF
MINNESOTA
DEPARTMENT INFORMATION
Request for
City Council Action
ORIGINATING DEPARTMENT:
REQUESTOR:
MEETING DATE:
Utilities
City Utilities Manager Kurt
July 271h, 2015
Neidermeier
PRESENTER(s):
REVIEWED BY:
ITEM #:
City Utilities Manager Kurt
City Administrator Johnson
5.1 Lift Station #3 Improvements
Neidermeier
AGENDA ITEM DETAILS
RECOMMENDATION:
City Staff recommends approval of Total Control Systems Inc to complete Lift Station #3 improvements
for $74,177.00.
ARE YOU SEEKING APPROVAL OF A CONTRACT? IS A PUBLIC HEARING REQUIRED?
No. I No.
BACKGROUND/JUSTIFICATION:
The 2015 Capital Improvement Plan includes a Utility project to increase pumping capacity at Lift Station
#3 (Project # UTIL-12-075). The Lift Station serves the growing population in the West Sanitary District
conveying all its wastewater to the West Wastewater Treatment Facility and is anticipated to reach
capacity in 2016.
The Sewer Fund has allocated $85,000 dollars in 2015 to increase Lift Station #3 capacity. The project
provides the installation of an existing 40 horsepower submersible pump, three variable frequency
drives, control cabinet and instrumentation services for control functions and alarms. The addition of
variable frequency drives benefits treatment process as it provides consistent flow through the facility
and a more stable environment for biological activity and equipment function.
Quotes were requested from five vendors due July 20`h with one qualified bid form of construction from
Total Controls Systems Inc. for a total project bid price of $74,177.00. City staff has reviewed the quote
and recommends approval.
Budgeting for the project is within CIP projection of $85,000:
Engineering $8750.00
LS#3 Modifications $74,177.00
Pump Addition $1000.00
Total $83927.00
SUPPORTING DOCUMENTS: X ATTACHED ❑ NONE
• Bid form for Construction of Lift Station No. 3 Improvements
• Project Summary
• Service agreement
POSSIBLE MOTION
Please word motion as you would like it to appear in the minutes.
Motion to approve Total Control Systems for Lift Station #3 Improvements.
BUDGET INFORMATION
FUNDING: BUDGETED: X YES
602 —Wastewater Utilities Budget
❑ NO
ACTION TAKEN
❑ APPROVED AS REQUESTED ❑ DENIED ❑ TABLED ❑ OTHER (List changes)
BID FORM FOR CONSTRUCTION OF:
LIFT STATION NO.3 IMPROVEMENTS
CITY OF OTSEGO
OTSEGO, MINNESOTA
The undersigned declares that the only persons or parties interested in this Bid as principals are as stated; that the
Bid is made without any collusion with other persons, firms, or corporations; that he has carefully examined all the
Contract Documents; that he has informed himself fully in regard to all conditions pertaining to the Work and the
place where it is to be done, and from them the undersigned makes this Bid. The bid price covers all expenses
incurred in performing the Work required under the Contract Documents, of which this Bid Form is a part.
Note: Bids shall include sales tax and all applicable taxes and fees.
This proposal is submitted after careful study of the plans and specifications and from personal knowledge of the
conditions to be encountered at the project site, which knowledge was obtained from the undersigned's own sources
of information and not from any official or employee of the Owner.
If a discrepancy appears between the written and the numerical, the written words will be used as the quoted price.
If an error appears in an extension or the addition of items, the corrected extension or total of the parts shall govern.
In accordance with the above understanding, the undersigned proposes to perform the Work, furnish all materials,
and complete the Work in its entirety in the manner and under the conditions required for the Lump Sum Contract
Price listed below:
BIDOF Total Control Systems, Inc Stanchfield, MN
(Print or Type Name of Bidder)
Bidder agrees to perform all of the work described in the Contract Documents for the following lump sum:
NOTE: BIDS shall include sales tax and all applicable taxes and fees.
TOTAL PROJECT BID PRICE: $
74,177.00
Seventy Four Thousand One Hundred Seventy Seven DOLLARS)
****END OF SECTION****
Alternate Deduct for TCS programming in lieu of AE2S Subtract $12,500.00
Otsego Lift Station No. 3 Improvements BID FORM
City of Otsego Project No. 600-000
Total Control Systems, Inc
v
'�" ota l c o n' ro l 38841 Nyman Drive NE
SYSTEMS; INC PO Box40
Stanchfield, MN 55080-0040
Phone 320-396-4442 / Fax 320-396-
4443
July 17, 2015
To: Kurt Neidermeier Re: Otsego, Minnesota Lift Station Modifications
Total Control Systems, Inc. (TCS) proposes to furnish equipment in accordance to the project
plans and specifications to meet the full functional intent of the specifications that were received.
Section 16010 Electrical General Provisions
Section 16100 Basic Materials and Methods
Section 16900 Lift Station Control Panel
Sections complete,
Including: Liftstation control panel modifications
NEMA 3R 2 door stainless steel enclosure 60h 72w 16d
Inner doors
Enclosure SS legs and skirts with louvers 18"
Incoming power terminal block
Condensation heater/fan, 400 watt
Pump VFD's Powerflex 753 40 hp (3)
Door mount HIM modules (3)
Room for 100hp VFD
Relays
GFI receptacle rated at 15 amps
Radio (MDS SD9 ES)
RF cable and connectors
Allen-Bradley Micrologix 1400
Allen-Bradley Micrologix cards
Panelview Plus 6 600 Operator interface
Ethernet Switch
Air Conditioner SS sized for 4 drives
Inside light
Door switches
Documentation
Installation by Licensed Electrician
Training
AE2S Programming
Testing and commissioning
Price for the Lift Station control panel package: $74,177.00 lump sum.
Alternate Price Deduct if TCS does programming in lieu of AE2S
subtract $12,500.00 from above price
Does not include:
Sales Tax (City to supply tax exempt certificate)
Antenna Poles
Pole lights
Any additional programming not listed in specifications
- We acknowledge receipt of Addendum No 1. .
- Terms are Net 30 days from invoice date. No retainage allowed. A 1.5%
charge per month added to any past due balance. Price may be dependent
on past credit history.
- All Terms in accordance to project contract specifications.
- This quote/proposal valid for 60 days.
- Work to commence after receipt of an acceptable written purchase order
acknowledging acceptance of our terms.
- F.O.B. job -site.
- Start-up service/training, documentation and equipment adjustment
is included as specified.
- TCSI does not accept any liquidated damages.
- ALL PANELS FURNISHED BY TCS WILL HAVE A UL 508 SERIALIZED OR
UL698A ENCLOSED INDUSTRIAL CONTROL PANEL RELATING TO
HAZARDOUS LOCATIONS WITH INTRINSICALLY SAFE CIRCUIT
EXTENSIONS LABEL, AS REQUIRED.
If you have any questions regarding our proposal, please contact our office. We look forward to
working with you on this project.
Sincerely,
TOTAL CONTROL SYSTEMS, INC.
AI Doberstein
10-1-awk
CITY OF OTSEGO SERVICES CONTRACT
AGREEMENT, made this 271h day of July, 2015 between the CITY OF OTSEGO, a political
subdivision ("CITY") and Total Control Systems, Inc Stanchfield, MN. ("CONTRACTOR");
RECITALS
CITY has awarded to CONTRACTOR the job described below,
Description of Project:
A. The work included in the project shall include the furnishing of all required labor and
materials for a complete and operable electrical system, as indicated in these Specifications and
as shown in the accompanying drawings, as required for complete operation of the electrical
system. The work shall also include the testing, adjustment, start-up and troubleshooting of the
electrical equipment and the training of the Owner's operating personnel in its operation and
maintenance.
B. It shall be the responsibility of the Contractor to furnish a complete and fully operating
system. The Contractor shall be responsible for all details which may be necessary to properly
install, adjust and place in operation the complete installation. The Contractor shall assume full
responsibility for additional costs which may result from unauthorized deviations from the
contract documents.
C. The scope of work includes furnishing and installing a new enclosure containing variable
frequency drives (VFDs) at an existing wastewater lift station, making connections to the existing
control panel, and replacing certain components in the existing control panel. per the quote
dated July 23, 2014 (see attachment).
Per quote dated July 20, 2015
1. Contract Performance.
CONTRACTOR shall complete performance of the PROJECT in accordance with the Lift Station
No. 3 Improvements proposal dated
July 20, 2015 for $74,177.00. The project shall be completed by November 20, 2015.
2. Compliance with Applicable Regulations.
CONTRACTOR shall, pursuant to performance, comply with all applicable rules, regulations,
statutes or ordinances of any other unit or agency of government, including but not limited
to those relating to non-discrimination in hiring or labor practices, payment of all required
withholding taxes, workers' compensation and unemployment compensation insurance,
liability insurance, OSHA or other safety rules and regulations, construction practices,
environmental practices, wetland protection measures, vehicular safety and/or weight
restrictions, refuse disposal practices, and notices to employees, whether or not such rules,
regulations, statutes or ordinances are set forth or adopted by reference in the Submission
Requirements herein. Pursuant to Laws of Minnesota 1995, Chapter 31, if CONTRACTOR
shall fail to pay any subcontractor hired by CONTRACTOR under this project within 10 days
after CONTRACTOR receives payment from CITY for work for which CONTRACTOR is liable to
any subcontractor, CONTRACTOR shall be liable to the subcontractor for interest on the
unpaid balance, at the rate of 1.5 per cent per month. Any subcontractor aggrieved by
CONTRACTOR'S failure to remit payment to the subcontractor shall, for the purpose of
enforcement, be considered a third -party beneficiary of this contract. However, nothing in
this contract shall be deemed to impose upon CITY any duty to monitor, enforce or
otherwise become involved in payments from CONTRACTOR to any subcontractor.
3. Indemnification.
CONTRACTOR shall indemnify and save harmless CITY from any liability arising out of
CONTRACTOR's failure to observe compliance with Paragraph 2 above, specifically including,
without limitation, liability arising out of the improper disposal or storage of any hazardous
waste by CONTRACTOR or any entity hired or used by CONTRACTOR for such disposal.
4. Warranty of Workmanship and Timely Completion.
In addition to any warranty which might be a part of the Plans and Specifications/Proposal,
CONTRACTOR warrants that all work completed in connection with the PROJECT shall be
done in
a workmanlike and timely manner in accord with applicable industry standards. Where
materials are being furnished by CONTRACTOR, CONTRACTOR warrants that all materials
will be of good quality and suited for the purpose for which they are intended.
5. Compliance with Statutory Requirements.
A. Data Practices Compliance:
Contractor may have access to data collected or maintained by the City to the extent
necessary to perform Contractor's obligations under this contract. Contractor agrees to
maintain all data obtained from the City in the same manner as the City is required under
the Minnesota Government Data Practices Act, Minnesota Statutes Chapter 13.
Contractor will not release or disclose the contents of data classified as not public to any
person except at the written direction of the City. Contractor agrees to defend and
indemnify the City from any claim, liability, damage or loss asserted against the City as a
result of Contractor's failure to comply with the requirement of the Act or this contract.
Upon termination of this contract, Contractor agrees to return data to the City, as
requested by the City.
B. Worker's Compensation
Contractor shall, at the time of execution of this contract, furnish evidence satisfactory to
the City that Contractor maintains or is exempt from maintaining Worker's Compensation
coverage, pursuant to Minnesota Statutes Chapter 176.182.
C. Income Tax Withholding
Prior to the time of final payment of any amounts owing to Contractor under this
agreement, Contractor shall furnish a copy of Form IC-134, certified by the Minnesota
Department of Revenue, documenting that all withholding tax requirements have been
observed by Contractor.
D. Audit
Pursuant to Minnesota Statutes Chapter 16C.05 (subd. 5), the books and records of
Contractor which are relevant to the services being performed under this Contract shall be
subject to inspection in accord with said statute, for a period of six years from the date of
final payment hereunder.
6. Performance and Payment Security (Check One).
X Contractor is not required to post any performance and payment security as a condition
of this Contract by reason of the fact that the contract amount is for less than $75,000.00, and
City is not requiring performance security.
Contractor is required to post performance and payment security acceptable to the City,
even though the contract price is less than $75,000.00.
Contractor is required to post performance and payment security because the contract
price is more than $75,000.00.
Note: Regardless of ivhich option above is checked, if performance and payment security is
required, the security shall meet that standards outlined in Minnesota Statutes Chapter
574.26.
7. Notices
Any notice which is or should be required to be given to CONTRACTOR shall be sufficient if
addressed as follows, and deposited, postage prepaid, in the regular United States Mail.
Notice shall be deemed to have been received on the third business day following the
postmark:
Termination
Either party may terminate this agreement on 30 days written notice to the other.
8. Payment.
City shall remit to Contractor the amounts billed for services assuming that Contractor has
hilly complied with all of the terms ofthis agreement, completing the project in a timely and
compliant manner.
IN WITNESS WHEREOF, the parties have executed this Agreement the date above written.
CITY OF OTSEGO CONTRACTOR
lay Jessica Stockg= fay ry Do(3US-le►j
4
Mayor — Its P(ZtS�A�Ni —
By. Tami Loff
City Clerk