Loading...
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