Loading...
HomeMy Public PortalAboutORD15692 BILL NO. 2017-35 SPONSORED BY Councilman Henry ORDINANCE NO. � �21 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH ALELCO, INC., IN THE AMOUNT OF $94,680.00 FOR THE WALNUT PUMP STATION CONTROLS PROJECT. BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: WHEREAS, Alelco, Inc., has become the apparent lowest and best bidder on the Walnut Pump Station Controls project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of Alelco, Inc., is declared to be the lowest and best bid and is hereby accepted for the Walnut Pump Station Controls project. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Alelco, Inc., for the Pump Station Controls project. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: Approved: Presiding Officer Mayor Carrie Tergin ATTEST: - . APPROVED AS TO FORM: City Cou elor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Bid 2923—Walnut Pump Station Controls Upgrade Public Works, Wastewater—Opened July 06, 2017 RECOMMENDATION: Staff recommends award of the bid to Alelco Inc. of New Bloomfield, Missouri in the amount of $94,680.00. BIDS RECEIVED: Alelco, Inc., New Bloomfield, MO $94,680.00 The bid was advertised in News Tribune, posted on the city web site, sent to six additional vendors that did not respond. FISCAL NOTE: 64-670-572020 Purchase of Equipment Wastewater—Enterprise Fund 2016-2017 Budget $ 155,000.00 Expensed $ 3,242.25 Encumbered $ -0- Bid 2923 $ 94,680.00 Balance $ 57,077.75 PAST PERFORMANCE: The City has awarded bids to this vendor in the past and the vendor has completed projects as specified and bid. ATTACHMENTS - SUPPORTING DOCUMENTATION Signature atikzPuf 610) kiA Purch tiing Mefit Direc or oT Public Works tee`o��r er i f,�di d M N 15 Department of Public Works Memorandum 320 E. McCarty Street -Jefferson City,Missouri 65101 - P 573-634-6410 • F 573-634-6562 • www.eeffcitymo.org Date: July 6, 2017 To: Terry Stephenson, Director of Purchasing From: Eric Seaman, Wastewater Division Director#6443 ev Subject: Recommendation for Bid 2924 Wastewater Division has completed a review of the bid opened on July 6, 2017 to replace the obsolete Walnut pump station controls. Attached to this memo is the bid that was received. Bidder Alelco, Inc. Bid Amount $94,680 The purchase will be expensed as follows: Alelco, Inc. ($94,680): Account Number: Amount Available: Required: Remaining: 64-670-572020 $151,757.75 $ 94,680 $57,077.75 If you need any other information please feel free to contact me at extension 6443 or Brad Engelbrecht at 6519. Attachments: Original Bid Submittal Public Works CORE- improve the Community-take Ownership—deliver Results—Empathize with the customer City of Jefferson, Missouri Tabulation of Bids Bid Number: 2923 Subject: Walnut Pump Station Controls Dept: Wastewater Alelco, Inc. Date: 07-06-17 New Bloomfield, MO PAGE 1 ITEM Total Price Walnut Pump Station Control $94,680.00 Upgrade Working days required to complete 120 days after contract signing Earliest Start Date 8/7/2017 Discount for prompt payment N/A Prices in this bid firm for 60 days Represent Disadvantaged Bus. NO Represent Woman-Owned Bus. NO Products made in U.S. Yes Tabulations to tvau hn alelco.com Vendors sent to with no response: R.E. Pedrotti Fenton, MO Pertech Columbia, MO Second Sight Systems Hillsboro, MO S stems Manufacturing Overland Park, KS Van Devanter Engineering Fenton, MO Zeller Technologies St. Louis, MO CITY OF JEFFERSON CONTROLS UPGRADE-WALNUT STREET PUMP STATION S>4j.ISU92^ THIS CONTRACT, made and entered into the date lastexecuted by a party as indicated below, by and betweenAlelco, Inc.,hereinaftercalled"Contractor",andthe CityofJefferson,Missouri,a municipal corporation,hereinafter called "City." WITNESSETH:That Whereas,Contractorhasbecomethe lowestresponsiblebidderforfurnishingthe supervision, labor,tools, equipment,materialsand suppliesforthe following City improvements: upgrade of the Walnut Pump Station Controls at Walnut Pump Station Building,500 West Main Street,Jefferson City,Missouri. NOW THEREFORE,the parties to this contract agree to the following: 1.Scope of Services. Contractor agrees to provide all supervision, labor, tools, equipment, materials and supplies for the upgrade of the Walnut Pump Station Controls at Walnut Pump Station Building, 500 West Main Street,Jefferson City, Missouri, as set forth in Exhibit A. In the event of a conflict between this agreement and any attached exhibits,the provisions of this agreement shall govern and prevail. 2.Manner and Time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform,and to perform said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within one hundred twenty (120)working days from the date Contractor is ordered to proceed, which order shall be issued by the PurchasingAgent within ten (10)days after the date of this contract. 3.Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law,Contractor shall pay a wage of no less than the "prevailing hourly rate of wages" for work of a similar character in this locality,as established by Department of Labor and Industrial Relations of the State of Missouri,and as established by the Federal Employment Standards of the Department of Labor.Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of Annual Wage Order No. 24 Section 026 in which the rate of wages is set forth.Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workers employed in connection with the work to be performed under the terms of this contract.The record shall show the actual wages paid to the workers in connection with the work to be performed under the terms of this contract. A copy of the record shall be delivered to the Purchasing Agent each week. In accordance with Section 290.250, RSMo, Contractor shall forfeit to the City One Hundred Dollars ($100.00) for each worker employed, for each calendar day or portion thereof that the worker is paid less than the stipulated rates for any work done under this contract, by Contractor or any subcontractor under the Contractor. 4. Insurance. Contractor shall procure and maintain at its own expense during the life of this contract: A. Workmen's Compensation Insurance for all of its employees to be engaged in work under this contract. B. Contractor's Public Liability Insurance in an amount not less than $3,000,000 for all claims arising out of a single occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo, and Contractor's Property Damage Insurance in an amount not less than $3,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence. C. Automobile Liability Insurance in an amount not less than $3,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence. D. Owner's Protective Liability Insurance. The Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City and the City as the insured, in an amount not less than $3,000,000 for all claims arising out of a single accident or occurrence and $500,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. E. Subcontracts - In case any or all of this work is sublet, the Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs A., B., and C. hereof and in like amounts. F. Scope of Insurance and Special Hazard. The insurance required under Sub- paragraphs B. and C. hereof shall provide adequate protection for Contractor and its subcontracts, respectively, against damage claims which may arise from operations from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this contract. NOTE: Paragraph F. is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies) by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy (or rider 2 attached thereto) of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by Contractor. 5. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors, and of persons either directly or indirectly employed by them, as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this contract. Nothing contained in this contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. b. Liquidated Damages. The City may deduct Two Hundred Fifty Dollars ($250.00) from any amount otherwise due under this contract for every day Contractor fails or refuses to prosecute the work, or any separable part thereof, with such diligence as will ensure the completion by the time above specified, or any extension thereof, or fails to complete the work by such time, as long as the City does not terminate the right of Contractor to proceed. It is further provided that Contractor shall not be charged with liquidated damages because of delays in the completion of the work due to unforeseeable causes beyond Contractor's control and without fault or negligence on Contractor's part or the part of its agents. 7. Termination. The City reserves the right to terminate this contract by giving at least five (5) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property, or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material, or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the contract. 8. City's Right to Proceed. In the event this contract is terminated pursuant to Paragraph 7, then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the contract, city ordinances, and state and federal laws. 3 a 10. 12. 13. 14. Indemnity. To the fullest extent permitted by law, the Contractor will indemnify and hold harmless the City, its elected and appointed officials, employees, and agents from and against any and all claims, damages, losses, and expenses including attorneys' fees arising out of or resulting from the performance of the work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom and (2) is caused in whole or in part by any negligent act or omission of contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph. Payment for Labor and Materials. Contractor agrees and binds itself to pay for all labor done and for all the materials used in the construction of the work to be completed pursuant to this contract. Supplies. Contractor is hereby authorized and directed to utilize the City's sales tax exemption in the purchase of goods and materials for the project as set out in Section 144.062, RSMo 1986 as amended. Payment. The City hereby agrees to pay Contractor the work done pursuant to this contract according to the payment schedule set forth in the contract documents upon acceptance of said work by the Purchasing Agent of the City of Jefferson, and in accordance with the rates and/or amounts stated in the bid of Contractor dated June 30, 2017, which are by reference made a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this contract shall not exceed Ninety -Four Thousand Six Hundred Eighty Dollars ($94,680.00). Performance and Materialman's Bonds Required. Contractor shall provide a bond to the City before work is commenced, and no later than ten (10) days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. Knowledge of Local Conditions. Contractor hereby warrants that it has examined the location of the proposed work and the attached specifications and has fully considered such local conditions in making its bid herein. 0 15. Severability. If any section, subsection, sentence, or clause of this contract shall be adjudged illegal, invalid, or unenforceable, such illegality, invalidity, or unenforceability shall not affect the legality, validity, or enforceability of the contract as a whole, or of any section, subsection, sentence, clause, or attachment not so adjudged. 16. Governing Law. The contract shall be governed by the laws of the State of Missouri. The courts of the State of Missouri shall have jurisdiction over any dispute which arises under this contract, and each of the parties shall submit and hereby consents to such courts exercise of jurisdiction. In any successful action by the City to enforce this contract, the City shall be entitled to recover its attorney's fees and expenses incurred in such action. 17. Contract Documents. The contract documents shall consist of the following: a. This Contract f. General Provisions b. Addenda g. Special Provisions c. Information for Bidders h. Technical Specifications d. Notice to Bidders i. Drawing and/or Sketches e. Signed Copy of Bid This contract and the other documents enumerated in this paragraph, form the contract between the parties. These documents are as fully a part of the contract as if attached hereto or repeated herein. 18. Complete Understanding, Merger. Parties agree that this document, including those documents described in the section entitled "Contract Documents", represent the full and complete understanding of the parties. This contract includes only those goods and services specifically set out. This contract supersedes all prior contracts and understandings between the Contractor and the City. 19. Authorship and Enforcement Parties agree that the production of this document was the joint effort of both parties and that the contract should not be construed as having been drafted by either party. In the event that either party shall seek to enforce the terms of this contract through litigation, the prevailing party in such action shall be entitled to receive, in addition to any other relief, its reasonable attorney's fees, expenses and costs. 20. Amendments. This contract may not be modified, changed or altered by any oral promise or statement by whosoever made; nor shall any modification of it be binding upon the City until such written modification shall have been approved in writing by an authorized officer of the City. Contractor acknowledges that the City may not be responsible for paying for changes or modifications that were not properly authorized. 5 21. Waiver of Breach. Failure to insist upon strict compliance with any of the terms covenants or conditions herein shall not be deemed a waiver of any such terms, covenants or conditions, nor shall any failure at one or more times be deemed a waiver or relinquishment at any other time or times by any right under the terms, covenants or conditions herein. 22. Assignment. Neither party may sell or assign its rights or responsibilities under the terms of this agreement without the express consent of the remaining party. 23. Nondiscrimination. Contractor agrees in the performance of this contract not to discriminate on the ground of race, creed, color, national origin or ancestry, sex, religion, handicap, age, or political opinion or affiliation, against any employee of Contractor or applicant for employment, and shall include a similar provision in all subcontracts let or awarded hereunder. 24. Illegal Immigration. Prior to commencement of the work: a. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. C. If Contractor is a sole proprietorship, partnership, or limited partnership, contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. 25. Notices. All notices required to be in writing may be given by first class mail addressed to City of Jefferson, 320 East McCarty, Jefferson City, Missouri, 65101, and Contractor at Alelco, Inc., 2376 State Road MM, New Bloomfield, Missouri, 65063. The date of delivery of any notice shall be the second full day after the day of its mailing. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this day of 312017. 289 CITY OF JEFFERSON Mayor q M Date -Ay 9. )-6 17 ATTEST: / City Clerk APPROVED AS TO FORM: Cityounsel r ALELCO, INC. ATTEST: NJ bz Z� Title: 1' J . 7 f'Y 10, N '01 EXHIBIT A CITY OF JEFFERSON JEFFERSON CITY, MISSOURI OFFICE OF THE PURCHASING AGENT INVITATION FOR BID: Bid No. 2923 Subject: Walnut Pump Station Controls Upgrade THIS BID HAS BEEN PRINTED TWO SIDES. Information for Bidders Regulations Disadvantaged Business Specifications Bid Sheet ���,,,666,,, � � ,+• • is 4.k I ►� i s i\�k INVITATION TO BID Sealed bids will be received at the Office of the Purchasing Agent in envelopes provided for Walnut Pump Station Controls Upgrade as described in specifications available at that office. Bids will be received at the Office of the Purchasing Agent, 320 E. McCarty St., Room 202, Jefferson City, MO 65101 until July 6, 2017 at 1:30 p.m. at which time they will be publicly opened and read aloud in the Council Chambers. For additional information contact 573-634- 6324. Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under the Americans with Disabilities Act. Please allow three business days to process the request. Equal Opportunity Employer (�Ioo* ki— A ((I' Terry Ste#heVs6n Purchasing Agent NEWS TRIBUNE City of Jefferson June 18, 2017 Finance Department 320 East McCarty St. Jefferson City, MO 65101 573-634-6324 BID INFORMATION AND REGULATIONS 1. Bid to be submitted F.O. B. Jefferson City, Missouri 65101. 2. Items to be shipped as specified in the request for bid. 3. All bids must be submitted on the attached forms, and be signed by the bidder with his name and address. 4. Bidders may withdraw their bid after depositing with the Purchasing Agent at any time prior to the stipulated time for opening of such bids. No bid may be withdrawn within thirty (30) days after the opening thereof, unless obvious errors are apparent. 5. RIGHT TO ACCEPT OR REJECT BIDS. The right is hereby reserved to accept or reject all or part of any bid, to waive informalities and to request new bids as the interest of the City may require. 6. DELIVERY MAY BE MADE A BASIS FOR AWARD. The award may be based upon delivery as well as price; whichever serves the best interest of the city. 7. Bidders should submit complete descriptive literature, a detailed specification of the brand/item bid and detailed instructions on how each piece of equipment is to operate. S. Payment will be made upon receipt and acceptance of items requested. Invoices must be sent to Finance Department, 320 E. McCarty St., Jefferson City, MO 65101. Partial payment will be made for partial receipt of goods or services. 9. The City of Jefferson is tax exempt by law. Do not include tax in bidding. A federal tax exempt certificate will be furnished when requested. 10. COOPERATIVE PROCUREMENT. The City of Jefferson and Cole County and the City of Jefferson and the Jefferson City Housing Authority have entered into cooperative purchasing agreements. Cole County and/or the Jefferson City Housing Authority may or may not request an unknown quantity of goods or service under this bid during the bid period or resulting agreement period at the same prices, terins and conditions stated herein. It is understood and agreed that each participating political subdivision will make its own separate contract with the successful bidder, that each participating political subdivision shall only be liable to the successful bidder for materials or supplies contracted for by such political subdivision without any liability for purchases contracted for by any other participating political subdivision, and each successful bidder shall be required to bill each participating political subdivision directly for the materials or supplies purchased by it. 11. RESTRICTIVE CLAUSE. Bidders must contact the Office of the Purchasing Agent at least five (5) days prior to the bid opening if any of the specification contains restrictive language or requirements that render him unable to bid. 12. PROPRIETARY PRODUCTS. Any piece of equipment described herein that is a proprietary product, or the use of a manufacturer's or vendor's brand name, is referenced with the intent to indicate a standard of design desired by the buyer and shall not be construed to exclude other manufacturer's products of comparable quality. The buyer reserves the right to determine the quality of the equipment offered. Rev 3-12 13. PREFERENCE FOR U. S. MANUFACTURED GOODS. On purchases in excess of $5,000, the city shall select products manufactured, assembled or produced in the United Stats, if quantity, quality, and price are equal. Every contract for public works construction or maintenance in excess of $5,000 shall contain a provision requesting the contractor to use American products in the performance of the contract. 14. Individuals should contact the ADA Coordinator at (573) 634-6570 to request accommodations or alternative formats as required under the Americans with Disabilities Act. Please allow three business days to process the request. DISADVANTAGED BUSINESS ENTERPRISE STATEMENT Contractors bidding on City contracts funded in whole or in part by assistance from a federal agency shall take the following affirmative steps to assure that small, woman owned, and minority businesses are utilized when possible as sources of supplies, services and construction items. I. Contractors will submit the name and other information, if any, about their DBE sub- contractors along with their bid submissions. II. Sufficient and reasonable efforts will be made to use qualified DBE sub -contractors when possible on City contracts. III. Qualified small, woman owned, and minority businesses will be included on solicitation lists as sub -contractors for City supplies, services, and construction. IV. Qualified small, woman owned, and minority businesses will be solicited whenever they are potential sources. V. When economically feasible, contractors will divide total requirements into smaller tasks or quantities so as to permit maximum small, woman owned, and minority business participation. VI. Where the requirements permit, contractors will establish delivery schedules which will encourage participation by small, woman owned and minority businesses. Contractors will use the services and assistance of the Small Business Administration, the Office of Minority Business Enterprises and the Community Services Administration. Rev 3-12 WALNUT PUMP STATION CONTROLS UPGRADE Introduction The City of Jefferson is requesting competitive sealed bids for an upgrade of the Walnut Pump Station Controls in the Walnut Pump Station Building located at 500 West Main Street, Jefferson City, Missouri. Competitive bids are being solicited for the provision of all materials, supplies, equipment and labor necessary to remove current controls and replace with new controls as specified herein. Current Conditions It is the sole responsibility of the bidder to view the location and conditions in which the work will be completed. It is further the responsibility of the successful bidder to make his own measurements and determine materials lists. Contractors will not be given extra payments for conditions which can be determined by examining the site and documents. Appointments to view the area, if needed, prior to bidding may be made by contacting Brad Englebrecht at 573- 634-6519. Bid Security Bid security in the amount of five percent (5%) of the total amount of the bid shall accompany the bidder's response. Bid security shall be made payable to the City of Jefferson and will be deposited by the City. Bid security will be returned to bidders after award of the contact. Should the successful bidder fail or refuse to execute the performance bond and the contract required within seven (7) days after he has received notice of acceptance of his bid, he shall forfeit to the city as liquidated damages, the security deposited with his bid. Performance and Materialman's Bond The successful contractor shall provide a bond to the City before work is commenced, and no later than ten (10) working days after the execution of this contract, guaranteeing the Contractor's performance of the work bid for, the payment of amounts due to all suppliers of labor and materials, the payment of insurance premiums for workers compensation insurance and all other insurance called for under this contract, and the payment of the prevailing wage rate to all workmen as required by this contract, said bond to be in a form approved by the City, and to be given by such company or companies as may be acceptable to the City in its sole and absolute discretion. The amount of the bond shall be equal to the Contractor's bid. Insurance The successful bidder agrees to obtain and maintain throughout the term of the contract all insurance as specified in the sample contract, Attachment A. Subcontractor Listing The general contractor shall submit the names of all principal subcontractors, if any, with the bid. Subcontractors shall be pre -approved by the City of Jefferson before commencement of any work on the project. Prevailing Wage The principal contractor and all subcontractors shall pay not less than the prevailing wage hourly rate for each craft or type of workman required to execute this contract as determined by the Department of Labor and Industrial Relations of Missouri, pursuant to Sections 290.210 through 290.340 inclusive of the Revised Statutes of Missouri, 1994 as amended. Current wage order for Cole County is included as Attachment B. Disqualifications The City of Jefferson reserves the right to disqualify bids, before or after opening, upon evidence of collusion with intent to defraud or other illegal practice upon the part of the bidder. Laws and Regulations The bidder's attention is directed to the fact that all applicable state laws, municipal ordinance, and rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. Except as otherwise provided in the Contract Documents, the Bid Price will include all applicable federal, state, and local taxes. Missouri Project Exemption Certificate and the City of Jefferson's Missouri Tax Exemption letter will be furnished to the successful contractor. Missouri sales tax should not be included in the bid. Award The contract will be awarded on a basis of the lowest and best bid submitted by a responsible bidder meeting the specifications and qualifications including full consideration of unit prices and alternates. Permits The contractor shall be responsible for obtaining all permits including any necessary for moving equipment over the City or County streets or State highways. The contractor shall comply with all laws, ordinance, rules and regulations of governmental authorities affecting the conduct of the proposed work. Before the completion of the contract, the contractor shall furnish to the City any and all certificates of approval resulting from required inspections. 2 Labor Conditions Contractor shall comply with and shall cooperate with the City in enforcing jobsite conditions which directly affect the performance of work including but not limited to starting and quitting time, smoking regulations, check-in and check-out procedures, job safety regulations and daily clean-up. Performance Requirements The work shall be performed by contractor at the times stated and in accordance with the provisions of these contract documents. Work Limitations Care must be exercised at all times to maintain safe clearance and safe working practices, both for equipment and personnel, in order to avoid injury or service interruption. All job personnel must be made thoroughly acquainted with hazards involved. It shall be the contractor's responsibility, working with the construction supervisor, to make this condition clear to all of contractor's personnel. Delivery and Storage The contactor shall provide suitable facilities and shall store all materials supplied to him. Storage of the material and equipment on the jobsite area shall be as designated by the construction supervisor and so located that it will not interfere with the City's personnel or operation. Any materials received will be unloaded and stored by the contractor. The contactor shall be responsible for inspecting and hauling all materials from point of storage to the job site unless otherwise stated in specifications. It shall be the contractor's responsibility to perform inventory and ascertain that all materials are on hand as required. He shall notify the City's construction supervisor at once of any material shortages or damage to allow replacement without delaying the progress of the work. After, acceptance of equipment or materials, contractor will be responsible for loss or damage. 3 FORMS FOR BIDDING Contractor shall submit bids in the following unaltered format TO: City of Jefferson 320 E. McCarty Street, Jefferson City, MO 65101 I have received the documents entitled Walnut Pump Station Controls Upgrade along with addenda number and have included their provisions in this bid. I have examined the documents and site thoroughly And submit the following bid. In submitting this bid, I agree (1) to hold my bid open for sixty (60) days; (2) to accept provisions in the Instruction to Bidders; (3) to enter into and execute a contract, if awarded, on the basis of this bid, and furnish guarantee bonds in accordance with articles of the General Conditions of Contract; (4) to complete the work in accordance with contract documents; and (5) to complete the work by the time stipulated in the supplementary conditions BASE BID LUMP SUM COST Provide all materials, supplies, equipment and labor necessary to q q / (0 8 Q Complete the Walnut Pump Station Controls Upgrade as specified. $ u Ir T 14 vu c P n of r'� ,3 The undersigned bidder represents to the City and to other bidders that his base bid and the estimates on which it is based have been carefully checked and contain no err`o'rs and�'nothing has been omitted in determining the amount of the bid. Working Days required to complete project after contract signing. Earliest start date -7 AU Po go 1 -7 Discount for prompt payment on invoices only % days. Discount will not be evaluated on bid. This bid is firm for days. Do you represent a disadvantaged business enterprise? YES NO Do you represent a woman owned business enterprise? YES NO ✓ Are the products manufactured, produced or assembled in the United States? YES ✓NO Fax number to receive bid tabulation 513 " C( 17 / " 533 b 04kaot-t rrllv� �' r* v-aAl 4 vt p aleleo . expvt. El i .•.. r.MV1h AGENT AND TITLE ADDRESS SIGNATURE OF BIDDER Form of Business: _ Sole Proprietorship _ Partnership ✓Corporation _ Limited Liability Corporation corporate seal CERTIFICATION If the bidder is a corporation, the following certificate shall be executed on company letterhead. (Company Letterhead) I _ C % gTa :� certify that I am the Secretary of the Corporation named as Bidder her =in above; that �tL&P It e 6A % Z"who signed the foregoing contract on behalf of the Bidder was .then �Yf 5 i Q� t r �_ , of said corporation; that said proposal was duly signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed: co orate x SUBC If the Bid er intends to use any subcontractors in the course of the construction, he shall list them: ANTI -COLLUSION STATEMENT The anti -collusion statement shall be submitted with the bid response. it ANTI-COLLUSION'STATEMENT STATE OF JM Xk%VL ) • / / i L... A - being first duly sworn deposes and says that hes [ r e of Att t to ,jhL TITLE OF PERSON SIGNING NANM OF BIDDER that all statements made and facts set out in the bid for the above project are true and correct; and that the bidder (the person, firm, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such bid of any contract which results from its acceptance. Affiant further certifies that bidder is not financially interested " ; or fi cially affiliated with, any other bidder for the above project. (BY) Sworn to before me this. day of J W>ti 2- Notary Public My commission expires: " CONTRACTOR'S AFFIDAVIT Contractor's Affidavit must be submitted with bid. CONTRACTOR'S AFFIDAVIT This affidavit is hereby made a part of the Bid, and an executed copy thereof shall accompany each Bid submitted. STATE OF 4'!`S�W 11 ) COUNTY OF & kAVr��,/ ) The undersigned, V AV" 1 states that he is 4 1 rle-C of lawful age, being first duly of MICO) I�C-, the contractor submitting the attached bid, that he knows of his own knowledge and states it to be a fact that neither said bid nor the computation upon which it is based include any amount of monies, estimate or allowance representing wages, moneys or expenses, however designated, P r required to furnish material or actually perform se ices upon or a f the proposed roject. ER 8es1 3000 Affiant SuUs'cr Deaan rn sw o betore me, a Notary Publi day of My Commission Expires r in and for the county and State aforesaid, this Notary Public 7 DISADVANTAGED BUSINESS UTILIZATION AGREEMENT The completed form must be submitted with the bid response. DISADVANTAGED BUSINESS UTILIZATION AGREEMENT A. If awarded, the bidder agrees to attempt to expend 2.12% with Disadvantaged Business Enterprise(s) (DBE). For purposes of this statement, the term "Disadvantaged Business Enterprise" shall mean a business: I. Which is at least 51 percent owned by one or more minorities or women, or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by one or more minorities or women; and I 2. Whose management and daily business operations are controlled by one or more such individuals. "Disadvantaged Group Member" or "Minority" means a person who is a citizen or lawful permanent resident of the United States, and who is: Black (A person having origins in any of the black racial groups of Africa); 2. Hispanic (A person of Spanish or Portuguese culture with origins in Mexico, South or Central American, or the Caribbean Island, regardless of r 3. Asi h,A*Ygerican (A,person having origins in any of the%*f the Far Eas Sou`theasi Asia, the)Indianlsub-continent, or the Pacific Isl ki " latioeaw 1108TAW 4. American Indians and Alaskan Native (a person havingoriginal peoples of North America); 5. Member of other groups, or other individuals, found to be economically and socially disadvantaged by the Small Business Administration under Section 8(a) of the Small Business Act, as amended [15u.s.c. 637(a)]. 6. A female person who requests to be considered as a DBE and who "owns" and "controls" a business as defined herein. B. The bidder shall indicate the Disadvantaged Business Enterprise(s) proposed for utilization as part of this contract as follows: Name & Address Nature Of Participation Dollar Amount Total Bid amount: $ Total Percentage of Disadvantaged Business Enterprise Participation 0 % C. The bidder agrees to certify that the disadvantaged firm(s) engaged to provide materials or services in the completion of this project: (a) is a bona fide Disadvantaged Business Enterprise; and (b) has executed a binding contract to provide specific materials or services for a specific dollar amount. The bidder will provide written notice to the Liaison Officer of the City of Jefferson indicating the Disadvantaged Business Enterprise(s) it intends to use in conjunction with this contract. This written notice is due five days after notification to the lowest bidder. Certification that the Disadvantaged Business Enterprise(s) has executed a binding contract with the bidder for materials or services should be provided to the DBE Coordinator at the time the bidder's contract is submitted to the DBE Coordinator. Breach of this agreement constitutes a breach of the bidder's contract if awarded. D. The undersigned hereby certifies that he or she has read the terms of this agreement and is authorized to bind the bidder to the agreement herein set forth. Date � 13011-7 eo 5 Namof Au orized Officer bzl:;� Signature of Authorized Officer NOTICE TO BIDDERS t ±section 285.525-285.550 RSMo Effective January 1, 2009 ff �A 74 Effective January * NO and pursuant to RSMO 285.530 (1), No business entity or employer shall knowinigly,ern*y, dire for employment, or continue to employ an unauthorized alien to perform work within the state of Missouri. As a condition for the award of any. contract or grant in excess of f ve thousand dollars by the state or by any political subdivision -of the -state to -a businesls entity, or for a any business entity receiving a state administered or subsidized tax credit, tax abatement, or loan from the state, the business entity shall, by sworn affidavit and provision of,documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. Every such business entity shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. [RSMO 285.530 (2)] An employer may enroll and participate in a federal work authorization program and shall verify the employment eligibility of every employee in the employer's hire whose employment commences after the employer enrolls in a federal work authorization program. The employer shall retain a copy of the dated verification report received from the federal government. Any business entity that participates in such program shall have an affirmative defense that such business entity has not violated subsection 1 of this section. [RSMO 285.530 (4)] For vendors that are not already enrolled and participating in a federal work authorization program, E - Verify is an example of this type of program. Information regarding E -Verify is available at http://www.dhs.gov/xprevprot/ rogr rams/ge 1185221678150 shtm. Affidavit of Compliance with Section 285.525-285.550 RSMo For All Agreements in Excess of $5,000.00 Effective January 1, 2009 State of KA 15$ b\A _ ) ) ss County of ) Before me, the undersigned Notary Public, in and for the County of State of S� , personally appeared ve (name), name of comp , (a cgporat and is authorized to mace t`g�i'stada�t; .e� () opt, (a partners , (a sole L. ), a limited liability company) being duly sworn upon oath deposes and says as follows: (1) that said company is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the contracted services; and (2) that said company does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. The terms used in this affidavit shall have the meaning set forth in Section' 285.500 RSMo., et seq. Documentation of participation in a federal work authorization program is attached to this affidavit. SHARON BAYSINQER Notary Public Notary Seel STATE OF MISSOURI Commission #13461029 ggnature ame CbAr e Subscribed and sworn to before me this day of J& Vim- Notary Public My commission expires: 10 STATEMENT OF QUALIFICATIONS REFERENCES Bidder to list at least three firms where similar services on the equipment listed have been performed during the past five years. Name of Company �-o v k- Ic R, t d / Iq Q WJ P Contact Person AN a o -!� cli vN 4'4^ d 4,r Telephone fo(60 ~73'i'1BygService Dates )010- Proms -L^4 - Project Number and Description: ��.�•�v' � � �S r �W LvY� i c 4i 'a.L e -d � Name of Company L-4 F C -It I" Vill 01 Contact Person ' W ' A 5 ; V\S. Telephone 573 _6' 7 / G'q R Service Date �LO 0 13 - �� t Project Nu1m�ber and Description: ' _ ! Name of Company e-vxe- H- ti rp-cl e - j h n isr Contact Person � � F s ti� jr-S Telephone q13 77-q 1000 - Service Date 0 L r Pr^t$ L4 Project Number and Description: INDIVIDUALS ASSIGNED TO PROJECT List key personnel to be assigned to this project and their qualifications for the services specified. Lk &Y -t I C-1 <-� 0 2376 State Road MM New Bloomfield, MO Ph: 573-491-3335 Fx: 816-491-3336 July 6, 2017 To: City of Jefferson From: Richard Vaughn Re: Bid No. 2923 Walnut Pump Station Controls Upgrade ALELCO, Inc. 10940 Parallel Pkwy, Suite K-104 65063 Kansas City, KS 66109 Ph: 913-660-0496 Fx: 866-297-7770 "In business since 1971" We are pleased to provide a proposal for Systems Integration for the above referenced project. We met with Brad Engelbrecht and David Brunk on 5 July 2017. We have reviewed the available control diagrams and researched the existing field devices in order to provide a complete and working solution. Please consider the following: 1. Walnut Pump Station will remain online We acknowledge that the station must remain online during the controls upgrade. We will provide the following: • Level monitoring and high level alarms at all times • Temporary controls for overnight and weekends • "Dual" screens that will show components on the existing network, and components on the new network, until the cut over is complete We intend to work during normal flow conditions, and will avoid scheduling the cut over during storms if possible. 2. Replacement components for obsolete PLC and Device Net The existing SLC PLC components will be replaced with Compact Logix. The components connected with Device Net will be changed as follows: • Powerflex 700 series VFDs will be connected with discrete wiring, analog cabling and Ethernet • A 20 -COMM -E Ethernet interface module will be added to P-205 • SMC Dialog Plus soft starters will be connected with discrete wiring • A "Hand -Off -Auto" switch will be added to P-201 and P-206 for backup manual control • Exhaust Fan overloads will be connected with discrete wiring • Flygt Pump monitoring will be connected with discrete wiring and analog cabling • Auma Valves will be connected with discrete wiring and/or analog cabling • Auma Valves interface boards will be updated to CDN215 3. Control Panel Modifications The existing control panel back plate will be replaced with a new subpanel assembled in our UL508 shop. The stainless steel enclosure will be left in place, only the white painted subpanel will be replaced. The new subpanel will include: • The Compact Logix PLC components ALE LCOINC ALELCO, Inc. 2376 State Road MM 10940 Parallel Pkwy, Suite K-104 New Bloomfield, MO 65063 Kansas City, KS 66109 Ph: 573-491-3335 Ph: 913-660-0496 Fx: 816-491-3336 Fx: 866-297-7770 "In business since 1971" • Terminal blocks, including new terminals for discrete/analog 110 for components previously networked with Device Net • Replacement components for all of the electronic items that may be near end of life, such as power supplies and surge arrestors • All of the existing inputs and outputs (1/0) will be provided for with the new control panel, as well as all of the new 1/0 to be wired in with discrete wires and analog cables • 20% spare 1/0 capacity will be provided, wired to terminal blocks 4. Panel Mounted PC A panel mounted PC will be added to the control panel, including: • 19" diagonal touch screen • Configured with VWVTP SCADA screen • Data Acquisition (DA) Servers as required for stand-alone operation • 1280 x 1024 resolution 5. Compact Loqix PLC Programminq The existing pump control strategy will be replicated, including: • P-201 — P-206 start, stop and speed control to maintain wet well level • Auma Valves (North, South and Isolation) control and opened/closed indication • Exhaust Fan (3 total) run feedback and motor overload alarms • Hard wired control for Pump Call and VFD Run/Fail feedback • PLC Messaging through Ethernet for VFD diagnostic information 6. WWTP SCADA Screen changes The SCADA screen will be modified to reflect the upgraded controls, including: • Removal of references to Device Net • Update to DACIP Server and other configurations • Alarm additions to Win -911 7. Conduit and wiring The upgrade solution includes installation of conduit, wiring and other materials. The same coated rigid conduit will be used to match the existing conduit system. Ethernet network cabling will be installed as required. Discrete and analog cabling will be installed and terminated as required. Terms: Net 30, freight prepaid and allowed, FOB point of shipment Items NOT Included with this proposal: • Replacement or updated parts for MDS INET radios, Ethernet switch (existing switch will be re -used) • Any interface to existing activated carbon air scrubber, existing gas detection system (existing terminals will be replicated for future connection), SMM (Smart Motor Managers), MCC -300 Power Monitor, MCC - 400 Power Monitor, or any other appurtenances not specifically listed above ALE LCOINC ALELCO, Inc. 2376 State Road MM New Bloomfield, MO 65063 Ph: 573-491-3335 Fx: 816-491-3336 10940 Parallel Pkwy, Suite K-104 Kansas City, KS 66109 Ph: 913-660-0496 Fx: 866-297-7770 "In business since 1971" • Removal of Device Net cable except where the conduit will be re -used for Ethernet cabling or discrete wiring • Any Hydrogen Sulfide (H2S) migration prevention beyond what is currently in place (duct sea[) • Field instruments not specifically listed above • Any applicable taxes We appreciate the opportunity to provide a proposal on this project. Please contact me if you have any questions. Regards, Richard Vaughn rva u g h n (al a l e l co. co m ALE LCO INC CompactLogixT" 5370 L3 Programmable Automation Controllers 1769-L30ER, -L30ERM, -L30ER-NSE, -L33ER, -L33ERM, -L36ERM Features and Benefits The CompactLogix 5370 L3 controllers deliver scalable, affordable control ideal for applications from small stand- alone equipment to high performance indexing tables, process skids, case packers and erectors, and packaging. Machine builders and end users can take advantage of the cost-saving features of these controllers: • Support for Integrated Motion on EtherNet/IP • support for Device Level Ring (DLR) network topologies • Built-in energy storage eliminates the need for lithium batteries • Support reuse of existing 1769 I/O • Removable 1GB secure digital (SD) card improves data integrity • Flexible memory options up to 3MB • Added features for hazardous environments (NSE version) • Support for Kinematics eliminates the need for additional robot controllers and software • Open socket capability allows support for Modbus TCP as well as devices such as printers, barcode readers and servers Allen-Bradley Expanding on the scalability of the Logix family of controllers, the CompactLogix 5370 L3 programmable automation controllers (PAC) are designed to meet the growing need for a higher performance controller in a compact and affordable package. As part of the Integrated Architecture system, the CompactLogix 5370 L3 controllers use the same programming software, network protocol, and information capabilities as all Logix controllers, providing a common development environment for all control disciplines. Integrated Motion on EtherNet/IP The CompactLogix 5370 L3 controller provides a strong motion solution for customers looking for performance and cost competitiveness. • Supports up to 16 axes of integrated motion • Together with the Kinetix 350, offers cost-effective, scalable motion solution Network Capabilities With dual Ethernet ports and an integrated Ethernet switch, these controllers now support Device Level Ring (DLR) network topologies, simplifying integration of components in your control system and reducing system cost: • Provides resiliency from loss of one network connection • Allows replacement of devices one at a time without stopping production • Reduces the number of Ethernet switches in the control system Features for Hazardous Environments The No Stored Energy (NSE) version of the CompactLogix 5370 L3 offers additional features for hazardous environments found in industries such as mining and oil and gas. • Allows safe transport of controller in and out of mining areas • Powered down controller has less than 200uJ of residual energy stored in each component • No consequences of arc or spark to cause an explosion in gaseous environment Rockwell Allen-Bradley • Bockwellsoflware Automation CompactLogix 5370 L3 Controller Product Specifications CompactLogix, Integrated Architecture, kettle, RSLogix, Integrated Motion on EtherNet/IP are trademarks of Rockwell Automation, Inc. Trademarks not belonging to Rockwell Automation are property of their respective companies. www.rockwellautomation.com Power, Control and Information Solutions Headquarters Americas: Rockwell Automation, 1201 South Sccond Smom Mdwm kcc, W153204-2496 USA, TO; (1) 414.382.2000. Fu: (1) 414.382.4444 Europe/Middle East/Africa: Rockwell Auromadon NV, Pegasus Park, Dc Mt,cdaan 12,1831 Dicgem, Belgium. Tel: (32) 2 663 0600, Faz: (32) 2 663 0640 Asia Pacific: Rockwell Autamado., Level 14, Cote F. Cyberport 3. 100 Cybcrport Road, Hong Kong, Tel: (852) 28874788, Fax: (852) 2508 1846 Publication 1769-PPOI OB -EN -E -January 1013 Copyright O 2013 Rockwell Automation, Inc. All Rights Reserved. Printed in USA. Supersedes Publication 1769 PPoIOA EN£ -November 2011 User memory IME IME IME 2MB 2MB 3MB Controllertasks 32 32 32 32 32 32 Programspertask 100 100 100 100 100 100 Integrated Motion -- 4axis CIP motion position loop axis -- -- 8axis CIP motion position loop axis 16 axis CIP motion position loop axis Package Size 55mm wide x 1 18m high x 105mm deep Certifications cULH (Class I Division 2), KCC/ UL (UL 508), ULH (Class I & II, Division 2 and Class III, Divisions 1 & 2) / ATEX, CE, C -Tick, GOST-R and Marine Local Expansion Modules 8 8 8 16 16 30 Local Expansion 1/0 Points (Max) 256 256 256 512 512 960 Communication Module Additions DeviceNet with 1769 -SDN or 3rd party Flash Memory Card Industrially rated and certified Secure Digital (SD) memory card (1 and 2 GB options); all controllers shipped with 1 GB card Servo Drives (Position Loop CIP) -- 4 -- -- 8 16 Ethernet 1/0 IP nodes 16 16 16 32 32 48 Virtual axes 100 100 100 100 100 100 Feedback only, torque, velocity, Vhz (max CIP motion drives) 16 -- -- 32 48 Axes/ms -- 2 -- -- 2 2 Kinematics support -- yes -- -- yes yes Software / Firmware RSLogix 5000 V20 and RSLinx Classic V2.59 Firmware v20.1x or later CompactLogix, Integrated Architecture, kettle, RSLogix, Integrated Motion on EtherNet/IP are trademarks of Rockwell Automation, Inc. Trademarks not belonging to Rockwell Automation are property of their respective companies. www.rockwellautomation.com Power, Control and Information Solutions Headquarters Americas: Rockwell Automation, 1201 South Sccond Smom Mdwm kcc, W153204-2496 USA, TO; (1) 414.382.2000. Fu: (1) 414.382.4444 Europe/Middle East/Africa: Rockwell Auromadon NV, Pegasus Park, Dc Mt,cdaan 12,1831 Dicgem, Belgium. Tel: (32) 2 663 0600, Faz: (32) 2 663 0640 Asia Pacific: Rockwell Autamado., Level 14, Cote F. Cyberport 3. 100 Cybcrport Road, Hong Kong, Tel: (852) 28874788, Fax: (852) 2508 1846 Publication 1769-PPOI OB -EN -E -January 1013 Copyright O 2013 Rockwell Automation, Inc. All Rights Reserved. Printed in USA. Supersedes Publication 1769 PPoIOA EN£ -November 2011