HomeMy WebLinkAboutItem 06.eQ e
Date: 11 February 2013
Item No.
RESOLUTION ACCEPTING BIDS AND AWARDING THE CONTRACT FOR
INSTALLATION OF STATIONARY GENERATOR CATALYST SYSTEMS TO
NAC MECHANICAL AND ELECTRICAL SERVICES
Proposed Action
Staff recommends adoption of the following motion: Move to accept bids for installation of
stationary generator catalyst systems and award the contract to NAC Mechanical and Electrical
Services.
Overview
The Environmental Protection Agency recently completed amendments to the national emission
standards for hazardous air pollutants (NESHAP) for stationary reciprocating internal
combustion engines (RICE). These standards apply to the generators at the Central Maintenance
Facility and Water Treatment Facility which are used as emergency backup and for peak shaving
with Dakota Electric Association.
To meet the revised NESHAP, the City must install oxidation catalyst systems on the generators
to reduce specific air pollutants by as much as 70 percent. The City must also monitor and
periodically report on the effectiveness of the catalyst systems in maintaining reduced levels of
pollutants. The deadline for compliance with the amended NESHAP is 3 May 2013.
A request for bids was published on 18 January 2013 and sealed bids were opened on 8 February.
NAC Mechanical and Electrical Services provided the most cost effective solution to installation
of the catalyst systems based on the specifications for a total cost of $92,999.50
Primary Issues to Consider
• What is the impact of not installing the catalyst systems? The facilities that operate the
generators would lose the ability to use an industrial electrical rate which saves the City
approximately $120,000 per year.
Supporting Information
• A copy of the bid tabulation and contract are attached.
Christo r J. Petree
Public Works Director
Financial Impact: $92,999.50 Budgeted
Related Documents (CIP, ERP, etc.):
Notes:
Yes Source: 4058.6450 and 7610.6295
CITY OF LAKEVILLE
RESOLUTION NO:
RESOLUTION ACCEPTING BIDS AND AWARDING THE CONTRACT FOR
INSTALLATION OF STATIONARY GENERATOR CATALYST SYSTEMS TO
NAC MECHANICAL AND ELECTRICAL SERVICES
WHEREAS, notices to bidders for the acceptance of sealed bids for the installation of
stationary generator catalyst systems were officially published on 18 January 2013, and
WHEREAS, sealed bids were opened at 11:00 a.m. on 8 February 2013, and
WHEREAS, the lowest responsible bidder for the installation of oxidation catalyst system
to the generators at the Central Maintenance Facility and Water Treatment Facility for a total bid
price of $92,999.50, including installation of metal jacket insulation at the Water Treatment
Facility, was NAC Mechanical and Electrical Services
NOW, THEREFORE, BE IT RESOLVED, that the bids are accepted for the installation
of stationary generator catalyst systems and the contract is awarded to NAC Mechanical and
Electrical Services.
APPROVED AND ADOPTED this 19t day of February 2013 by the City Council of the
City of Lakeville.
CITY OF LAKEVILLE
Matt Little, Mayor
ATTEST:
Charlene Friedges, City Clerk
2
W
H
N
N
F
J
a
H
a
V
Z
O
H
a
0
cc
0
W
Z
W
Q
Z
0
P
N
LL
0
Z
0
H
Q
J
J
Q
H
N
Z
W
W
2
N
Z
O
J
m
Q
m
Y
3
V
CO
D
a
W
J
J
W
m
J
M
r
O
N
L
LL
OO
E
Ip
0
O
'v
R
Lj-
v
E
fa
v
H
N
Q V
OL
C
L
c m N
V)
O
N
++
+ p
v J
t M v c6
v
u1
rn
ON
m
i p .
O CL +`
N
ON
O
Z `p U
a,
R
U Q w
z
3
c
E
v
o
•,
N
ut
v
o
\
M
N
E
}
Ln
m
a
o
c
O
Ol
G!
a+
R
N
�
+J
C
' L
w
O
O
O
O
H
L q
z
Li
O
j
a
�
0
D
D
Lq
O
O
ON
W
m
m
p
m
w
00
{„
m
W
M
O
LL
O
~
z
W
W
Z
Q
N
H
Q
N
_0
Q
C
m
z
H
Q
m
m
m
*0
CONTRACT FOR THE INSTALLATION OF A
STATIONARY GENERATOR OXIDATION CATALYST SYSTEM
THIS AGREEMENT made this 19th day of February 2013, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the "City ", and NAC MECHANICAL AND
ELECTRICAL SERVICES hereinafter referred to as the "Contractor ".
THE CITY AND THE CONTRACTOR, FOR THE CONSIDERATION HEREINAFTER STATED,
AGREE AS FOLLOWS:
1. SCOPE OF SERVICES. The scope of services is detailed in the Contract Documents
but generally consist of the installation of a Stationary Generator Oxidation Catalyst
System on generators at the Central Maintenance Facility and the Water Treatment
Facility. The Contractor agrees to perform the services as detailed in the Contract
Documents.
2. CONTRACT DOCUMENTS. The following documents shall be referred to as the
"Contract Documents ", all of which shall be taken together as a whole as the contract
between the parties as if they were set verbatim and in full herein:
A. This document entitled "Contract for the Installation of a Stationary
Generator Oxidation Catalyst System.
B. Instructions to Bidders
C. General Specifications
D. Technical Specifications
E. Contractor's Bid
If there is a conflict among the provisions of the Contract, the order in which they are
listed above shall control in resolving any such conflicts with Contract Document "A"
having the first priority and Contract Document "E" having the last priority.
3. OBLIGATIONS OF THE CONTRACTOR. The Contractor agrees that the work
contemplated by the Contract shall be fully and satisfactorily completed in
accordance with the terms of the Contract Documents.
4. PAYMENT.
A. The City agrees to pay and the Contractor agrees to receive and accept
payment in accordance with the prices quoted, which is inclusive of sales tax,
as set forth in the completed Bid Form. Payment to the Contractor shall be
made monthly based on work completed and submission and approval of an
invoice.
B. Payments to Subcontractor. Pursuant to Minn. Stat. § 471.25, Subd. 4a, the
Contractor must pay any subcontractor within ten (10) days of the
Contractor's receipt of payment from the City for undisputed services
provided by the subcontractor. The Contractor must pay interest of 1 1 /2
percent per month or any part of a month to the subcontractor on any
undisputed amount not paid on time to the subcontractor. The minimum
monthly interest penalty payment for an unpaid balance of $100.00 or more
is $10.00. For an unpaid balance of less than $100.00, the Contractor shall
pay the actual penalty due to the subcontractor.
5. INDEMNIFICATION.
A. The Contractor shall indemnify, defend and hold harmless the City and its
officials, agents, representatives, and employees from any loss, claim,
liability and expense (including reasonable attorney's fees and expenses of
litigation) with respect to: (a) Worker's Compensation benefits payable on
account of injury or death to any Contractor employee or to any employee
of Contractor's subcontractors, where the injury or death arises out of or is in
any way related to the work performed or to be performed under the
Contract; (b) claims for personal injury, death, or property damage or loss
asserted by a Contractor or subcontractor or any of their officers, agents,
representatives, or employees where the injury, death, damage, or loss
arises out of or is in any way related to the work performed or to be
performed under the Contract; and (c) claims for personal injury, death, or
property damage or loss as asserted by third - parties at the work site, where
the claim is based in the whole or in any part on, or is in any way related to,
any act or omission by Contractor, or Contractor's subcontractors, agents,
employees or delegates.
B. Contractor shall agree that the indemnities stated above shall be construed
and applied in favor of indemnification. To the extent permitted by law, the
stated indemnities shall apply regardless of any strict liability or negligence
attributable to the City and regardless of the extent to which the underlying
harm is attributable to the negligence or otherwise wrongful act or omission
(including breach of contract) of Contractor, its subcontractors, agents,
employees or delegates. Contractor also agrees that if applicable law limits
or precludes any aspect of the stated indemnities, then the indemnities will
be considered limited only to the extent necessary to comply with that
applicable law. The stated indemnities continue until all applicable statutes
of limitations have run.
C. If a claim arises within the scope of the stated indemnity, the City may
require Contractor to furnish a written acceptance of tender of defense and
indemnity from Contractor's insurance company. Contractor will take the
action required by City within fifteen (15) days of receiving notice from City.
6. RIGHTS AND REMEDIES.
A. The duties and obligations imposed by the Contract Documents and the
rights and remedies available thereunder shall be in addition to and not a
limitation of any duties, obligations, rights and remedies otherwise imposed
or available by law.
2
B. No action or failure to act by the City or the Contractor shall constitute a
waiver of any right or duty afforded by any of them under the Contract, nor
shall any such action or failure to act constitute an approval of or
acquiescence in any breach thereunder, except as may be specifically
agreed in writing.
7. GOVERNING LAW. The Contract shall be governed by the laws of the State of
Minnesota.
8. INSURANCE. Prior to commencing work on the Contract, the Contractor shall
furnish the City a certificate of insurance. The Contractor shall furnish and maintain
during the project such public liability and property damage insurance as shall
protect Contractor and any subcontractors performing work covered by the
Contract from claims for damages by Workers Compensation Statute, and from
claims for property damages or personal injury which may arise from operations
under this Contract, whether, such operations are by Contractor or by an
subcontractor or anyone directly or indirectly employed by either of them and the
amounts of insurance shall be as follows:
Worker's Compensation Insurance
Coverage A Statutory
Coverage B $500,000 each accident
$500,000 disease - policy limit
$500,000 disease - each employee
Commercial General Liability
$2,000,000 General Aggregate
$2,000,000 Products /Completed Operations Aggregate
$2,000,000 Each Occurrence
$2,000,000 Personal Injury
Comprehensive Automobile Liability
$2,000,000 Combined single limit - bodily injury and property damage
All owned - non -owned and hired vehicles.
Umbrella Excess Liability
$2,000,000 Each occurrence
$2,000,000 Aggregate
Umbrella excess liability shall be a combined single limit, which shall provide excess
liability insurance over Commercial General Liability, Comprehensive Automobile
Liability, and Employers Liability.
All insurance policies (or riders) required by this Contract shall be (i) taken out by
Contractor and maintained with responsible insurance companies organized under
the laws of one of the states of the United States and qualified to do business in the
State of Minnesota, (ii) shall contain a provision that the insurer shall not cancel or
revise coverage thereunder without giving written notice to Contractor as an
insured party and to City as an additional insured, (iii) shall name Contractor as an
3
insured party and City as an additional insured; (iv) shall be evidenced by a
Certificate of Insurance listing City as an additional insured which shall be filed with
the City.
9. PERFORMANCE AND PAYMENT BONDS. Prior to execution of the contract by the
City and before any work or services are rendered, the Contractor shall furnish a
performance bond and payment bond each in the amount of the Total Bid insuring
the faithful performance of the Contract and payment of all obligations arising
thereunder pursuant to Section 574.26 of the Minnesota Statutes. If the bonds are
not submitted within the time frame, then the Contract shall be considered void
and the City may elect to collect the bid bonds or security as liquidated damages.
10. TERM. The installation of the generator catalyst systems shall be substantially
complete and operational no later than 1 May 2013. All work at both sites shall be
fully complete no later than 1 June 2013.
11. SUPPLIES, EQUIPMENT, AND INCIDENTALS. The City and Contractor agree that
the Contractor shall furnish any and all supplies, equipment, and incidentals
necessary for Contractor's performance of this Contract.
12. TERMINATION WITHOUT CAUSE BY CITY. The City reserves the right to terminate
Contractor at will immediately without cause at any time within the term of this
Contract. In the event of such termination, the City shall provide Contractor written
notice of termination and upon receipt of same, Contractor shall immediately cease
and desist Contractor's provision of services under this Contract and City shall have
no further obligation under this Contract to pay any further compensation to
Contractor except for compensation due and owing for services prior to
Contractor's receipts of the written notice of termination.
13. INDEPENDENT CONTRACTOR. City and Contractor agree that Contractor, while
engaged in carrying out and complying with the terms and conditions of this
Contract and the provision of services thereunder, shall be considered at all times
an independent contractor and not an officer, employee, or agent of the City. City
and Contractor further agree that Contractor shall not at any time or in any manner
represent that Contractor or any of the Contractor's agents or employees are in any
manner agents or employees of the City. City and Contractor further agree that
Contractor shall be exclusively responsible under this Contract for Contractor's own
FICA payment, workers compensation payments, unemployment compensation
payments, withholding amounts, and /or self - employment taxes or other taxes if
any such payments, amounts, or taxes are required to be paid by law or regulations.
14. WRITTEN NOTICE OR OTHER CORRESPONDENCE. Any written notice or other
correspondence to be provided by or between the City and the Contractor in
accordance with this Contract shall be hand delivered or mailed by registered or
certified mail to the following address:
CITY: City of Lakeville
20195 Holyoke Avenue
Lakeville, Minnesota 55044
4
CONTRACTOR: NAC Mechanical and Electrical Services
1001 Labore Industrial Court, Suite B.
Vadnais Heights, Minnesota 55110
15. WAIVER OF DEFAULT. Any waiver by City of a default under the provisions of this
.Contract by Contractor shall not operate, or be construed as a waiver of a
subsequent default by the Contractor. No waiver shall be valid unless in writing
and signed by the Mayor and the City Administrator on behalf of the City.
16. NO ASSIGNMENT OR SUBCONTRACTING. The City and Contractor agree that the
services to be rendered by the Contractor under this Contract are unique and
personal. Accordingly, the Contractor may not assign or subcontract out any of the
Contractor's rights or any of the Contractor's duties or obligations under this
Contract.
17. INVALIDITY OF PROVISIONS. If any term or provision of this Contract or any
application hereof to any person or circumstances, shall to any extent be invalid or
unenforceable, the remainder of this Contract or the application of such term or
provision to persons or circumstances other than those as to which it is held invalid
or unenforceable shall not be effected hereby and each term and provision of this
Contract shall be valid and be enforced to the fullest extent permitted by law.
18. DATA PRACTICES /RECORDS.
A. All data created, collected, received, maintained, or disseminated for any
purpose in the course of this Contract is governed by the Minnesota
Government Data Practices Act, Minn. Stat. Ch. 13, any other applicable state
statute, or any state rules adopted to implement the act, as well as federal
regulations on data privacy.
B. All books, records, documents, and accounting procedures and practices of
the Contractor and its subcontractors, if any, relative to this Contract are
subject to examination by the City.
19. COPYRIGHT. Contractor shall defend actions or claims charging infringement of
any copyright by reason of the use or adoption of any designs, drawings or
specifications supplied by it, and it shall hold harmless the City from loss or damage
resulting there from.
20. PATENTED DEVICES, MATERIALS AND PROCESSES. If the contract requires, or
the Contractor desires, the use of any design, device, material or process covered by
letters, patent or copyright, trademark or trade name, the Contractor shall provide
for such use by suitable legal agreement with the patentee or owner and a copy of
said agreement shall be filed with the City. If no such agreement is made or filed as
noted, the Contractor shall indemnify and hold harmless the City from any and all
claims for infringement by reason of the use of any such patented designed, device,
material or process, or any trademark or trade name or copyright in connection
with the services agreed to be performed under the contract, and shall indemnify
6,
and defend the City for any costs, liability, expenses and attorney's fees that result
from any such infringement.
21. WARRANTY. The Contractor shall be held responsible for any and all defects in
workmanship, materials, and equipment which may develop in any part of the
contracted service, and upon proper notification by the City shall immediately replace,
without cost to the City, any such faulty part or parts and damage done by reason of
the same in accordance with the bid specifications.
22. CHANGE ORDERS. Without invalidating the Contract, the City may, at any time or
from time to time, order additions, deletions, or revisions in the Work; these will be
authorized by Change Orders. Upon receipt of a Change Order, the Contractor shall
proceed with the work involved. Changes in the Contract Price shall be based on
the Bid Prices.
23. ENTIRE AGREEMENT. This instrument herein contains the entire and only
agreement between the parties and no oral statement or representation or prior
written matter not contained in this instrument shall have any force and effect. This
Contract shall not be modified in any way except by writing executed by both
parties.
24. DISCRIMINATION. Contractor agrees to comply with Minnesota Statute 181.59
that states:
Subsection A. That, in the hiring of common or skilled labor for the performance of
any work under any contract, or any subcontract, no contractor, material supplier or
vendor, shall, by reason of race, creed, or color, discriminate against the person or
persons who are citizens of the United States or resident aliens who are qualified
and available to perform the work to which the employment relates;
Subsection B. That no contractor, material supplier, or vendor, shall, in any manner,
discriminate against, or intimidate, or prevent the employment of any person or
persons identified in clause (1) of this section, or on being hired, prevent, or
conspire to prevent the person or persons from the performance of work under any
contract on account of race, creed, or color;
Subsection C. That a violation of this section is a misdemeanor; and
Subsection D. That this contract may be canceled or terminated by the state,
county, city, town, school board, or any other person authorized to grant the
contracts for employment, and all money due, or to become due under the
contract, may be forfeited for a second or any subsequent violation of the terms or
conditions of this contract.
25. BACKGROUND CHECKS. The City must receive from the Contractor and each
Contractor's employee written authorization permitting the City of Lakeville Police
Department to perform a criminal history background check and further authorize
the Police Department to release the information obtained to the Lakeville City
Council, City Administrator and other appropriate employees. The City reserves the
ri
right to deny access to City facilities to those Contractors or Contractor's employees
that it deems inappropriate.
CITY OF LAKEVILLE
C"'�
Matt Little, Mayor
"D
Charlene Friedges, City Clerk
CONTRACTOR:
[:IN
STATE OF MINNESOTA )
(ss.
COUNTY OF )
NAC Mechanical and Electrical Services
Its
The foregoing instrument was acknowledged before me this day of
, 2012, by Matt Little and by Charlene Friedges, respectively the Mayor and the
City Clerk of the City of Lakeville, a Minnesota municipal corporation, on behalf of the
corporation and pursuant to the authority granted by its City Council.
NOTARY PUBLIC
STATE OF MINNESOTA )
(ss.
COUNTY OF )
The foregoing instrument was acknowledged before me this day of
2013, by the
of a
corporation, on behalf of the corporation.
NOTARY PUBLIC
7