HomeMy WebLinkAboutItem 06.h
Date: March 4, 2019 Item No.
APPROVAL OF A CONTRACT FOR PREVENTIVE MAINTENANCE OF CITY
GENERATORS WITH KODIAK POWER SYSTEMS INC.
Proposed Action
Staff recommends adoption of the following motion: Move to approve a contract with Kodiak
Power Systems Inc. for preventive maintenance and repair services on designated City
generators.
Overview
This contract pertains to preventive maintenance, servicing, and repair needs for City backup
and emergency generators. Included under the contract are the generators at four fire stations,
Police Department, City Hall, Water Treatment Facility, Central Maintenance Facility, two trailer
units, two lift stations, and four wells.
Maintenance activities include biannual inspections and annual full service on each of the
generators. The biannual inspections include the engine and transfer switch as well as the oil,
electrical, fuel, exhaust, and cooling systems and battery replacement. Fluids and filters are
changed during annual service. Proposal responses included hourly repair rates to allow the City
to evaluate the total cost of preventive maintenance and repair services. The goal with this
contract of to proactively eliminate problems through a formal schedule of preventive
maintenance services that follow the generator manufacturer’s recommendations.
Three contractors returned responses to the City’s request for proposals in a range from
$40,500.00 to $47,108.00. Kodiak Power Systems Inc. returned the best pricing for the preventive
maintenance services at $40.500.00, meeting the specification requirements. This is a three-year
contract expiring on December 31, 2021. Staff reviewed the contract and associated documents
and recommends its approval.
Primary Issues to Consider
• Do we need generator preventive maintenance? Yes. The purpose of preventive
maintenance is to prolong the service life of the generators and ensure that they are able to
operate in response to emergencies and other demands for service.
Supporting Information
• A copy of the contract for services and tabulation of the proposals is attached.
Financial Impact: $40,500.00 Budgeted: Yes Source: Department Budgets
Related Documents (CIP, ERP, etc.):
Envision Lakeville Community Values: Good Value for Public Services
Report Completed by: Neil Normandin, Public Works and Facilities Coordinator
2
CONTRACT FOR SERVICES
THIS AGREEMENT made this 4th day of March 2019, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the “City”, and KODIAK POWER SYSTEMS INC,
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 inspecting, servicing, and providing maintenance of the
Generator systems at designated City facilities. 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 Services”.
B. Generator Maintenance Services Request for Proposal and Specifications.
C. Inspection and Servicing Task List, Exhibit A
D. Equipment and Battery Replacement Listing, Exhibit B.
E. Contractor’s Proposal.
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.
A. 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.
B. Contractor shall exercise the same degree of care, skill, and diligence in the
performance of the services as is ordinarily possessed and exercised by a contractor under similar
circumstances. No other warranty, expressed or implied, is included in this Agreement. City shall
not be responsible for discovering deficiencies in the accuracy of Contractor’s services.
3
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 Proposal Form. Payment to the Contractor shall be made 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 1½ 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. To the fullest extent permitted by law, Contractor agrees
to defend, indemnify and hold harmless the City, and its employees, officials, and agents from
and against all claims, actions, damages, losses and expenses, including reasonable attorney fees,
arising out of Contractor’s negligence or its performance or failure to perform its obligations
under this Contract. Contractor’s indemnification obligation shall apply to subcontractor(s), or
anyone directly or indirectly employed or hired by Contractor, or anyone for whose acts
Contractor may be liable. Contractor agrees this indemnity obligation shall survive the
completion or termination of this Contract.
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.
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 the start of the project, Contractor shall furnish to the
City a certificate of insurance showing proof of the required insurance required under this
Paragraph. Contractor shall take out and maintain or cause to be taken out and maintained until
six (6) months after the City has accepted the public improvements, such insurance as shall
4
protect Contractor and the City for work covered by the Contract including workers’
compensation claims and property damage, bodily and personal injury which may arise from
operations under this Contract, whether such operations are by Contractor or anyone directly or
indirectly employed by either of them. The minimum amounts of insurance shall be as follows:
Commercial General Liability (or in combination with an umbrella policy)
$2,000,000 Each Occurrence
$2,000,000 Products/Completed Operations Aggregate
$2,000,000 Annual Aggregate
The following coverages shall be included:
Premises and Operations Bodily Injury and Property Damage
Personal and Advertising Injury
Blanket Contractual Liability
Products and Completed Operations Liability
Automobile Liability
$2,000,000 Combined Single Limit – Bodily Injury & Property Damage
Including Owned, Hired & Non-Owned Automobiles
Workers Compensation
Workers’ Compensation insurance in accordance with the statutory requirements of the
State of Minnesota, including Employer’s Liability with minimum limits are as follows:
$500,000 – Bodily Injury by Disease per employee
$500,000 – Bodily Injury by Disease aggregate
$500,000 – Bodily Injury by Accident
The Contractor’s insurance must be “Primary and Non-Contributory”.
All insurance policies (or riders) required by this Contract shall be (i) taken out by 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 name the
City, its employees and agents as additional insureds (CGL and umbrella only) by endorsement
which shall be filed with the City. A copy of the endorsement must be submitted with the
certificate of insurance.
Contractor’s policies and Certificate of Insurance shall contain a provision that coverage
afforded under the policies shall not be cancelled without at least thirty (30) days’ advanced
written notice to the City, or ten (10) days’ notice for non-payment of premium.
5
An Umbrella or Excess Liability insurance policy may be used to supplement Contractor’s policy
limits on a follow-form basis to satisfy the full policy limits required by this Contract.
9. TERM. The term of this Contract shall begin on or about March 1, 2019 and end
on December 31, 2021, both dates inclusive, unless sooner terminated as hereinafter provided.
10. 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.
11. SUPERVISION OF CONTRACTOR. The City’s designated supervisor will be
Tim Redepenning, Facilities Supervisor. The Facilities Supervisor, acting on the City’s behalf,
shall be responsible for providing communication and direction as to the provision of services by
the Contractor under this Contract. The Contractor will contact the City of Lakeville by e-mail
as to supply the dates and the times they will perform work at each facility. The Facilities
Supervisor’s mailing address is: 20195 Holyoke Avenue, Lakeville, MN 55044; telephone
numbers are: (W) 952-985-2630; (C) 952-292-3374; email address is
tredepenning@lakevillemn.gov.
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
6
with this Contract shall be hand delivered or mailed by registered or certified mail to the
following address:
CITY:
CONTRACTOR:
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. 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,
City of Lakeville
20195 Holyoke Avenue
Lakeville MN 55044
Kodiak Power Systems Inc.
PO Box 10555
White Bear Lake MN 55110
7
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 proposal
specifications.
20. 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.
21. 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 Contractor, 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 Contractor, 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.
22. WORK HOURS. Generator preventive maintenance and inspections shall start
no earlier than 7:00 a.m. and be completed before 3:30 p.m.
23. 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
8
appropriate employees. The City reserves the right to deny access to City facilities to those
Contractors or Contractor’s employees that it deems inappropriate.
CITY OF LAKEVILLE
BY:
Douglas P. Anderson, Mayor
AND
Charlene Friedges, City Clerk
CONTRACTOR: KODIAK POWER SYSTEMS
INC.
BY:
(Print Name)
Its:
9
PROPOSAL TABULATION
2019 ‐ 2021 GENERATOR MAINTENANCE SERVICES
Proposals Submitted: Friday, February 8, 2019, 3:30 p.m.
Annual Cost
Contractor 2019 2020 2021 Total
Interstate Power Systems 16,141.00 15,756.00 15,211.00 47,108.00
Zeigler Power Systems 14,235.00 13,895.00 13,245.00 41,375.00
Kodiak Power Systems 14,200.00 13,150.00 13,150.00 40,500.00