Loading...
HomeMy WebLinkAbout[05a] Bid Results - Water Treatment Plant 1 Council Agenda Item 5a MEETING DATE: November 20, 2017 AGENDA ITEM: Engineer Reports – Bid Award SUBMITTED BY: Engineering BOARD/COMMISSION/COMMITTEE RECOMMENDATION: PREVIOUS COUNCIL ACTION: The City Council approved the improvements and fincing of such for the rehabilitation to Water Treatment Plant #1 BACKGROUND INFORMATION: Bids were received, opened and tabulated according to law, and the following bids were received: MN Mechanical Solutions $166,522.00 Rice Lake Construction $193,700.00 Municipal Builders, Inc $196,999.00 Industrial Process Technology $198,635.00 Eagle Construction Company $201,499.00 Magney Construction, Inc $217,700.00 Northern Plains Contracting, Inc. $217,965.00 Shank Constructors, Inc $226,500.00 The Advertisement for Bids set forth a mandatory requirement regarding Minimum Contractor Qualifications. The Advertisement for Bids stated that, “Bidder shall have experience as a general contractor in the successful completion of at least three municipal water treatment plants in the last eight years with a minimum design average flow of 1 million gallons per day. The three projects must include the following construction experience: process piping and valves, gravity filter rehabilitation, electrical, instrumentation, and controls. Upon reviewing the bids it was determined that the low bidder, MN Mechanical Solutions did not meet the bid requirements and are not considered the lowest responsible bidder. After the bid opening the City did receive correspondence from the attorney representing Rice Lake Construction objecting to the bid submitted by MN Mechanical Solutions as they believed they did not meet the qualifications. BUDGET IMPACT: $ 193,700 ATTACHMENTS: Resolution 2017-060 Awarding Bid REQUESTED COUNCIL ACTION: Authorize the Mayor and Administrator to execute Resolution 2017-060 Award the bid to Rice Lake Construction for the improvements to Water Treatment Plant #1. Resolution 2017-060 Resolution Awarding Bid 2017 Water Treatment Plant No. 1 Improvements WHEREAS, pursuant to an advertisement for bids for the 2017 Water Treatment Plant No. 1 Improvements. Bids were received, opened and tabulated according to law, and the following bids were received: MN Mechanical Solutions $166,522.00 Rice Lake Construction $193,700.00 Municipal Builders, Inc $196,999.00 Industrial Process Technology $198,635.00 Eagle Construction Company $201,499.00 Magney Construction, Inc $217,700.00 Northern Plains Contracting, Inc. $217,965.00 Shank Constructors, Inc $226,500.00 WHEREAS, the Advertisement for Bids set forth a mandatory requirement regarding Minimum Contractor Qualifications. The Advertisement for Bids stated that, “Bidder shall have experience as a general contractor in the successful completion of at least three municipal water treatment plants in the last eight years with a minimum design average flow of 1 million gallons per day. The three projects must include the following construction experience: process piping and valves, gravity filter rehabilitation, electrical, instrumentation, and controls. Bidder shall list experience on Document 00 44 14.” WHEREAS, the engineering team from SEH working on the 2017 St. Joseph water treatment plant project has reviewed the bids submitted by the above contractors and has found the following with respect to the minimum contract qualifications of the lowest bidder Minnesota Mechanical Solutions. The engineers from SEH have opined, “Although Minnesota Mechanical Solutions’ references have spoke well of their work and members of our team are familiar with some of their staff and past work, it’s our opinion that Minnesota Mechanical Solutions does not fully satisfy the responsibility requirements with respect to experience as a general contractor for projects including gravity filter rehabilitation as defined in the bidding documents.” WHEREAS, Minnesota statute section 412.311 states that cities must award construction work to the “lowest responsible bidder.” Under section 16C.285, to be eligible to be the lowest responsible bidder, the bidder must be a “responsible contractor,” which means, in part, that the contractor must conform “to the responsibility requirements in the solicitation document for its portion of the work.” WHEREAS, based on the city engineer’s, SEH, review of the bids, Minnesota Mechanical Solutions does not fully satisfy the minimum contractor qualifications requirement with respect to experience as a general contractor for projects including gravity filter rehabilitation as defined in the bidding documents, and therefore, Minnesota Mechanical Solutions is not the lowest responsible bidder. WHEREAS, it appears that the bids of the next two lowest bidders comply with the Advertisement. WHEREAS, it appears that Rice Lake Construction of Deerwood, Minnesota is the lowest responsible bidder. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF ST. JOSEPH, MINNESOTA: The Mayor and City Administrator are hereby authorized and directed to enter into the attached contract with Rice Lake Construction of Deerwood, Minnesota in the name of the City of St. Joseph for the 2017 Water Treatment Plant No. 1 as described above according to the plans and specifications therefore approved by the city council and on file in the office of the City Administrator. The City Administrator is hereby authorized and directed to return forthwith to all bidders the deposits made with their bids, except that the deposits of the successful bidder and the next lowest bidder shall be retained until a contract has been signed. Adopted this ___ day of November, 2017. ____________________________ Rick Schultz, Mayor ATTEST ____________________________ Judy Weyrens, Administrator