Loading...
HomeMy WebLinkAbout6.g. Accept Quotes & Authorize Work - Well No. 7 Electrical & Controls Upgrades EXECUTIVE SUMMARY City Council Regular Meeting March 15, 2022 AGENDA ITEM: Accept Quotes & Authorize Work – Well AGENDA SECTION: No. 7 Electrical & Control Systems Consent Upgrades PREPARED BY: Nick Egger, P.E., Public Works Director AGENDA NO. 6.g. ATTACHMENTS: Letter of Recommendation & Quote APPROVED BY: LJM Summary from WSB & Associates RECOMMENDED ACTION: Approve Quotes & Authorize Work BACKGROUND The City recently solicited quotes from electrical contractors for performing electrical control system component replacements and upgrades at Well No. 7. Existing equipment is nearing the end of its reliably useful lifespan and is also obsolete, with some of the components no longer being available to provide direct replacements. Additionally, a variable frequency drive will be added during the project work. A VFD controls the flow of electricity to the well pump motor in a way that allows it to speed up and down in a variable manner, thereby reducing overall electrical consumption and wear and tear on the motor. Three quotes were received:  Master Electric: $42,790  Premier Electric: $67,400  Kilmer Electric: $68,030 Although Master Electric’s quote was the lowest, after careful review, it was determined that their submittal was incomplete and lacked sufficient detail to be considered fully responsive per the instructions in the solicitation package. Additionally, in consultation with our project scope development consultants at WSB, both Premier’s and Kilmer’s are an accurate representation of real market conditions. Both of these firms did provide all requested details and followed the instructions from the solicitation package accurately. Therefore, staff’s recommendation is to proceed with Premier Electric for conducting the work. The work is anticipated to start in spring and we are hopeful it can be completed by early summer to preserve Well No. 7’s ability to provide pumping capacity as summer seasonal water demand increases. If it becomes apparent that it is prudent to delay work so as not to interfere with meeting summer season al water demands, then this work will be completed in the fall. RECOMMENDATION Staff recommends the City Council formally accept the quotes and authorize work with Premier Electric to perform electrical control system component replacements and upgrades at Well No. 7. 1 K:\019327-000\Admin\Construction Admin\Bidding\Quotes Received\019327-000 LOR 020822.docx 178 E 9TH STREET | SUITE 200 | SAINT PAUL, MN | 55101 | 651.286.8450 | WSBENG.COM February 8, 2022 Mr. Chuck Jacobus, Public Works Supervisor City of Rosemount 2875 145th Street West Rosemount, MN 55068 Re: Well No. 7 / Chippendale Tower Electrical Improvements City of Rosemount, MN WSB Project No. 019327-000 Dear Mr. Jacobus: Quotes were received for the above-referenced project on Monday, January 24, 2022. Three quotes were received as shown on the enclosed bid summary. The successful bidder must be a “Responsible Contractor” as defined in Minnesota Statutes, section 16C.285, subdivision 3. A Bidder must verify it meets the minimum criteria specified in the statute by submitting the “Responsible Contractor Verification and Certification of Compliance” form. A company owner or officer must sign the “Responsible Contractor Verification and Certification of Compliance” form under oath verifying compliance with each of the minimum criteria. The completed forms must be submitted with the Bid. In addition, a “responsive” bid must include the following: a. Completed Bid Form; b. Non-Collusion Affidavit; and c. Responsible Contractor Verification and Certification of Compliance Form. When submitting their bid, Master Electric only submitted a quote sheet. They did not include the bid form, Non-Collusion Affidavit or Responsible Contractor Verification and Certification of Compliance as required in Article 9 of the bid form. These forms were necessary to qualify as a responsible bid. Master Electric is not considered a responsible contractor and did not submit a responsive bid as defined above. Therefore, the acceptable low bid was submitted by Premier Electric, Brooklyn Park, Minnesota in the amount of $67,400.00 We recommend that the City Council consider these bids and award a contract in the amount of $67,400.00 to Premier Electric based on the results of the bids received. Sincerely, WSB Ryan Kotta, PE Sr. Water/Wastewater Engineer Attachments cc: Greg Johnson, WSB kkp PROJECT: City of Rosemount, MN WSB Project No. 019327-000 Quotes Received : Monday, January 24, 2022, by 1:00 pm Contractor Lump Sum Bid 1 Master Electric $42,790.00 2 Premier Electric $67,400.00 3 Killmer Electirc Company, Inc.$68,030.00 Denotes corrected figure Ryan Kotta, PE Project Manager BID TABULATION SUMMARY I hereby certify that this is a true and correct tabulation of the quotes as received on January 24, 2022. Well No. 7 / Chippendale Tower Electrical Improvements K:\019327-000\Admin\Construction Admin\Bidding\Quotes Received\019327-000 Bid Tab Summary 020822