HomeMy WebLinkAboutItem 06.t
Date: December 16, 2019 Item No.
ACCEPT BID AND APPROVE A CONTRACT FOR THE PURCHASE OF RESIDENTIAL
WATER METERS WITH FERGUSON WATERWORKS
Proposed Action
Staff recommends adoption of the following motion: Move to accept bids and approve a contract
for the purchase of residential water meters with Ferguson Enterprises, LLC dba Ferguson
Waterworks.
Overview
The City has an ongoing need for residential water meters to meet the requirement of both City
code and state regulations for water resource management. The Utilities Division has a water
meter change out program which replaces approximately 1,200 water meters each year and
residential development requires a varying number of water meters annually. The bid was
structured for a base purchase of 2,000 meters and a supplemental purchase of an additional 2,000
meters to be used in 2021.
The water meters being purchased are compatible with those previously installed and will not
disrupt the City’s existing installation or billing processes. The water meters will contribute to the
City’s migration from contract meter reading to a drive-by meter reading system.
An advertisement for bids was published on November 22, 2019 and bids were opened on
December 13, 2019. One vendor submitted a bid for in response to the advertisement. That
vendor, Ferguson Waterworks, met the specifications for the residential water meters at a unit
price of $235.00 per meter. The unit pricing for the water meters has increased 3.5 percent in
comparison with 2018 prices.
Staff recommends acceptance of the bid and award of the contract.
Primary Issues to Consider
• Are the meters compatible with the existing system? Yes, the water meters being purchased
are the same meters, with the addition of an integrated radio, that we have purchased for several
years.
Supporting Information
• A copy of the bid tabulation and contract is attached.
Financial Impact: $470,000.00 Budgeted: Yes Source: 7606.6280 and others
Related Documents (CIP, ERP, etc.): 2020 Adopted Budget
Envision Lakeville Community Values: Good Value for Public Services
Report Completed by: Neil Normandin, Public Works and Facilities Coordinator
BID TABULATION
PURCHASE OF RESIDENTIAL WATER METERS
Bid Opening: Friday, December 13, 2019, 11:00 a.m.
Contractor Bid Bond Base Bid
Unit Cost Alternate A
Unit Cost
Ferguson Enterprises, LLC dba
Ferguson Waterworks Yes $ 235.00 $ 235.00
CONTRACT FOR SERVICES
THIS AGREEMENT made this 16th day of December 2019, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the “City”, and FERGUSON ENTERPRISES, LLC DBA
FERGUSON WATERWORKS, 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 the purchase and delivery of residential water meters in
accordance with the Contractor’s Base Bid and Alternate A Bid. 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. Instructions to Bidders
C. Specifications
D. 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 "D" 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 per unit price quoted, $235.00 per water meter as set forth in the
Contractor’s Base Bid and Alternate A Bid. Payment to the Contractor shall be made based on
delivery of water meters 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.
2
5. INDEMNIFICATION.
A. 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.
B. 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.
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 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:
3
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.
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 January 1, 2020 and end on
December 31,2020 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. 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
4
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.
12. 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.
13. 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:
CONTRACTOR:
14. 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.
15. 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.
16. 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.
City of Lakeville
20195 Holyoke Avenue
Lakeville MN 55044
Ferguson Waterworks
1694 91st Avenue NE
Blaine MN 55449
5
17. 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.
18. WARRANTY. The Contractor shall be held responsible for any and all defects in
workmanship, and upon proper notification by the City shall immediately correct any defects in work,
without cost to the City, any replace any equipment damaged by reason of the same in accordance
with the bid specifications. All equipment shall be covered by manufacturer’s warranties and
Contractor will provide warranty service under the manufacturer’s warranty.
19. 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.
20. 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.
6
21. 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 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: Ferguson Enterprises, LLC dba
Ferguson Waterworks
BY:
(Print Name)
Its: