Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Reeke-Marold/Chiller Replacement
AGREEMENT THIS AGREEMENT, made on the 14th day of March, 2012, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and Reeke Marold Inc., 1337 S. Broadway, Green Bay, WI 54304, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor,for the consideration hereinafter named, enter into the following Agreement. The CITY'S Bid Specifications and Insurance requirements are attached hereto and incorporated into this Agreement. The Contractor's proposal is also attached hereto and reflects the agreement of the parties except where it conflicts with the CITY'S terms within this agreement, in which case the CITY'S Bid Specifications, Insurance requirements, and other terms of this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (Richard Lund, Superintendent, Project Manager, Reeke-Marold, Inc.) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (Jon Urben, Director of General Services) 1 ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Bid Specifications dated February 10, 2012, attached hereto as Exhibit A, and the Contractor's"Chiller Pump Replacement Bid Proposal Form"dated March 3, 2012,attached hereto as Exhibit B. Both Exhibit A and B are incorporated into this Agreement. If anything in the Contractor's proposal conflicts with the CITY'S Bid Specifications or with this agreement,the CITY'S Bid Specifications and the provisions in this agreement shall govern. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed by June 1 , 2012. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $43,200, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services to be negotiated and set 2 forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VII. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE VIII. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The specific coverage required for this project is identified in the CITY'S Bid Specifications dated February 10, 2012, attached hereto as Exhibit A and fully incorporated into this Agreement. The Contractor is responsible for meeting all insurance requirements. The CITY does not waive this requirement due to its inaction or delayed action in the event that the Contractor's actual insurance coverage varies from the Insurance required. ARTICLE IX. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. 3 In the Presence of: CONTRACTOR /CONSULTANT By: q/lk 6,,,,,,/, .J' (--e Pre), d to�-r (Seal of Contractor (Specify Title) if a Corporation.) By: LJ'itLj C 415, i c skqi1� it„/� 60(ev (Specify Title) CITY OF OSHKOSH A 1 By "e �. iil-ditir-_ 1---MiAtccul, Mark A. ohloff, City Manager (Witness) --.. , 7 i ; And: "� �,_� 1.0 C..) ( Pamela R. Ubrig, City Clerk APPF8OVED: I hereby certify that the necess- ary provisions have been made to a pay the liability which will accrue ' 4 u r this contract. ity A torne ' City Comptroller 4 MARCH 13, 2012 12-103 RESOLUTION (CARRIED 7-0 LOST LAID OVER WITHDRAWN ) PURPOSE: AWARD BID FOR CHILLER PUMP REPLACEMENT FOR CITY HALL TO REEKE-MAROLD INC. ($43,200.00) INITIATED BY: PURCHASING WHEREAS, the City of Oshkosh has heretofore advertised for bids for a Chiller Pump for City Hall; and WHEREAS, upon the opening and tabulation of bids, it appears that the following is the most advantageous bid: REEKE-MAROLD, INC. 1337 S. Broadway Green Bay, WI 54304 Total Bid: $43,200.00 NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of Oshkosh that the said bid is hereby accepted and the proper City officials are hereby authorized and directed to enter into an appropriate agreement for the purpose of same, all according to plans, specifications, and bid on file. Money for this purpose is hereby appropriated from: Acct. No. 203-1099-7204-00000 Property EECBG Project Fund—Machinery& Equipment 323-0130-7204-06237 Equipment Improvement Fund—Roofing! HVAC Improvements CITY HALL 215 Church Avenue P.O.Box 1130 Oshkosh,Wi0 54903-1130 City of Oshkosh WI-PQ H TO: Honorable Mayor and Members of the Common Council FROM: Jon Urben,General Services Director DATE: March 5,2012 RE: Chiller Pump Replacements-City Hall BACKGROUND In 2009 the City of Oshkosh received a $634,100 Energy Efficiency and Conservation Block Grant (EECBG) from the Department of Energy. By late 2011 a substantial amount of these grant funds were invested in various municipal buildings in a wide range of energy efficiency and conservation improvements including lighting retrofits, building envelope projects, plumbing improvements and more. From implementing the EECBG lighting retrofit projects we received an estimated S55K in additional Wisconsin Focus on Energy (WFOE) incentive funds. In accordance with EMIG guidelines,any such incentive funds received as part of EECBG grant dollars must be reapplied to additional energy efficiency/conservation projects and allocated by March 19, 2012. The council approved one project (LED lighting improvements at the Convention Center) at their February 14,2012 council meeting. This memo is to recommend the final energy efficiency improvement project that will utilize the remaining EECBG funds. ANALYSIS The chiller pumps provide cold water circulation for the chiller/cooling system for City Hall. The two current pumps and piping are 40+ years old and were identified in our 2011 McKinstry HVAC audit as a top priority for replacement due to their age and condition. By replacing the old pumps with more energy efficient pumps with VFD's (variable frequency drives) we can anticipate approximately 33%in annual utility savings($1,500-$2,000 per year). Implementation of this project will also generate an additional estimated$1,200 in WFOE incentives.Purchasing and Facilities Maintenance staff worked with our HVAC mechanical engineer and WFOE to prepared specifications to replace this system Bids were advertised in the local paper and posted online on NovusVendor. Bids were received on March 2, 2012. The bid tab is attached. Purchasing reviewed the bids and concluded the low bid of$43,200 from Reeke-Marold Inc.met the minimum bid specifications. FISCAL IMPACT After the completion of the Convention Center LED lighting improvement project(and factoring in the anticipated additional WFOE incentives of$4,300 from this project),an estimated$14,000 remains from the EECBG funding. This chiller pump replacement bid would have a fiscal impact of$43,200,which will be funded through this EECBG grant and charged to account 203-1099- 7204-00000. The approximate overage of $27,000 (when factoring in an anticipated $1,200 0 WFOE incentive) would then be charged to the 2012 HVAC/Roofing CIP account 323-0130- 7204-06237. RECOMMENDATION Purchasing recommends the Common Council award this chiller pump replacement bid to Reeke- Marold Inc. for 843,200. Respectfully Submitted, Approved: //e L. ..,........ 4. tZe•e•epree--" Jon Urben,General Services Director Mark A.Rohloff,City Manager BID TABULATION CHILLER PUMP REPLACEMENT-OSHKOSH CITY HALL BIDS OPENED MARCH 2,2012 NAMES OF BIDDERS BID ADDENDUM BID BOND 1 Reeke-Marold Inc 1337 S Broadway $43,200.00 YES YES Green Bay WI 54304 Gartman Mechanical Services PO Box 2264 $56,820.00 YES YES Oshkosh WI 54903 ® DAT(M2sDI DD/z w) CERTIFICATE OF LIABILITY INSURANCE r THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder Is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED,subject to ,.. the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). c PRODUCER CONTACT .CI Aon Risk Services Central, Inc. PN ONE FAX '- Green Bay wi Office (AIC.No.Ext): (920) 437-7123 (�.No,): (920) 431-6345 'r ii N. Washington street, suite 300 E-MAIL o P. 0. Box 23004 ADDRESS: I Green Bay WI 54305-3004 USA INSURER(S)AFFORDING COVERAGE NAM# INSURED —,INSURERA: Phoenix Ins Co 25623 Reeke-Marold CO., Inc. P.O. B: Charter Oak Fire Ins CO 25615 P.O. Box 2245 Green Bay WI 54306 USA INSURER C: Travelers Indemnity Co Of Ct 25682 INSURER 0: The Travelers Indemnity Co. 25658 INSURER E: Columbia Casualty Company 31127 INSURER F: COVERAGES CERTIFICATE NUMBER:570045639465 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, Limits shown are as requested INSR ADDL'SUER - POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WWD POLICY NUMBER (MWDDffl Y) WUDDlYYY1') LIMITS A GENERAL LIABILITY DT-CO-5B067862-PHX-12 04/0�/2012'44/Ol/2p13 EACH OCCURRENCE $1,000,000 General Liability -DAMAGE TO-RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Es Occurrence) $300,000 CLAIMS-MADE X I OCCUR MED EXP'Any one person) $10,000 l PERSONAL 8 ADV INJURY 51,000,000 1, GENERAL AGGREGATE 52,000,000 a(p X PRO- I GEM AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO $2,000,000 a 7 POLICY I LOC 8 B AUTOMOBILE LIABILITY DT-810-5 8067 862-COF-12' 04/01/2012'04/01/2013 COMBINED SINGLE LIMIT $1,000,000 'n AUTO (Ea accident) .. X ANY AUTO BODILY INJURY(Per person) o z — ALL OWNED SCHEDULED BODILY INJURY(Per accident) 0 AUTOS AUTOS ..-' HIRED AUTOS NON-OWNED PROPER'fYDAMAGE v - AUTOS (Per accident) r al D X UMBRELLALIAB X OCCUR DTSM-CUP-5B067862-IND-12 04/01/2012 04/01/2013 EACH OCCURRENCE $5,000,000 0 — — EXCESSLIAB CLAIMS-MADE UMBRELLA AGGREGATE $5,000,000 SIR applies per policy terms & conditions . DED 1 X'RETENTION-C WORKERS COMPENSATION AND DTDTBE-UB-5B067862-12 04/01/2012'04/01/2013 XJWC STATU-I IOTH- EMPLOYERS'LIABILITY TORY LIMITS 1I ER Y/N WORKERS COMP ANY PROPRIETOR 1 PARTNER!EXECUTIVE E.L.EACH ACCIDENT $500,000 I OFFICER/MEMBER EXCLUDED? N 1 N(A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE 4500,000 it yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT ssbo,boo...,..... E Contractor Prof CPB-28-823-79-22 '04/01/2012 04/01/2013 Limit (1) 31,000,000 PROFESSIONAL MI SIR applies per policy terms & conditions I DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) LEASED/RENTED COVERAGE PROVIDED LIMIT $80,000 DEDUCTIBLE $1,000 — 101.,.. RE: CHILLER PUMP REPLACEMENT-CITY HALL. THE CITY OF OSHKOSH AND ITS OFFICERS, COUNCIL MEMBERS, AGENTS, EMPLOYEES AND AUTHORIZED VOLUNTEERS ARE ADDITIONAL INSURED WITH RESPECT TO THE GENERAL LIABILITY, AUTO LIABILITY AND UMBRELLA LIABILITY POLICIES. pOLICIES INCLUDE A 30 DAY NOTICE OF CANCELLATION OR NONRENEWAL FOR ANY REASON OTHER THAN NONPAYMENT OF PREMIUM PROVIDED TO THOSE PARTIES INDICATED IN THE WRITTEN CONTRACT. !rte CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, CITY OF OSHKOSH AUTHORIZED REPRESENTATIVE ATTN: JON URBEN Po BOX 1130 x /—� /� 215 CHURCH AVENUE ``/3U_ !��y W Q 5/+ Or OSHKOSH WI 54903-11.30 USA :6CilG�JibPl�CL1 gdll�fi •�>?e7t We jiii ©7988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD s) ATA® Do cument A310TM — 2010 Bid Bond CONTRACTOR: SURETY: (Name, legal status and address) (Name, legal status and principal place REEKE-MAROLD CO.,INC. of business) P O.Box 2245 LIBERTY MUTUAL INSURANCE COMPANY Green Bay WI 54306 175 Berkeley Street This document has important legal Boston,MA 02116 consequences.Consultation with OWNER:._._ .. an attorney is encouraged with (Name,legal status and address) respect to its completion or CITY OF OSHKOSH modification. 215 Church Avenue,:Oshkosh,:WI 54903-1130 Any singular reference to Contractor,Surety,Owner or BOND AMOUNT FNe Percent of amount bid. other party shall be considered (5/of:Amount Bid) plural where applicable. PROJECT (Name,location or address, and Project number, if any) Chiller Pump-Replacement-.C' !Hall,Oshkosh,Wisconsin. Project Number,if any: The;Contractor and Oft Surety are bound to the Owner in the amount set forth above;for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within The time-specified in the bid documents,or within such time period as may be agreed to by the Owner and :Contractor,and the Contractor either(I)enters into a contract withthe.Owner in accordance with the terms of such bid;and gives such bond or bonds as may be specified in the bidding or Contract Documents,with a surety admitted in tite jurisdiction of the.Project and otherwise acceptable to the Owner,for the faithful performance of such Contract : :and:for the prompt payment of labor and material furnished in the prosecution thereof;or(2)pays to the Owner the difference,not to:exceed the amount ofthis Bond,between the amount specified in said bid and such larger amount . to perform the work covered for which Owner may i n good faith contract with a.rather party pe by said bid,then this obligation shall be null and void;otherwise to remain in full force and effect.The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid.Waiver of : notice by the:;Surety shall not apply.to any extension exceeding sixty(60)days in the aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for ::::an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be Subcontractor r and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provisionin:this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein.When so furnished,the intent is that this Bond shall be construed as a statutory-bond and not as a common law bond. Signed and sealed this 2nd / day of March,2012 (..j ,J REEKE-MAROLD CO.,INC. �/►'1 r∎t ( r/C �'}�lpal) / /Seal) (Witness) t�L l� r �CY�tr a6f�4-- 7 / (Titl LIBERTY MUTUAL INSURANCE COMPANY (S ety) (Seal) (Witness) __ rst� (Title) Roxanne Jensen,Attorney in Fact AIA Document A310'"—2010.Copyright©1963,1970 and 2010 by The American Institute of Architects.All rights reserved. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5096095 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company(the"Company"),a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint JEFFREY R.MEISINGER, CHRISTOPHER H.KONDRICK,CHERYL L.SIEM,KELLY CODY,ROXANNE JENSEN,KENT ARPS,BRIAN L.KRAUSE,TRUDY A.SZALEWSKI,ALL OF THE CITY OF GREEN BAY,STATE OF WISCONSIN ,each individually if there be more than one named, its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100...... ..............................:.«...,.....«....,..,......,,....,... DOLLARS($ 50,000,000.00..,.....,......*,». ) each, and the execution of such undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents,shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. co Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the 'a w chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make, H O execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such,attorneys- 0 in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and .E p• • execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if 2 z d signed by the president and attested by the secretary. .ci C 10++ > C i By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: ra C 0 3 Pursuant to Article XIII,Section 5 of the By-Laws,David M.Carey,Assistant Secretary of Liberty Mutual Insurance Company,is hereby authorized 760 em to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety U H 0. = any and all undertakings,bonds,recognizances and other surety obligations. or W ► �� EE al > That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. 0 0 m IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty ya M C yi Mutual Insurance Company has been affixed thereto in Plymouth Meeting,Pennsylvania this day of 13th day of January 0 D m 2012 GIC - L. y V■stt LIBERTY MUTUAL INSURANCE COMPANY 3 ° v --- David M.Carey, T sistant Secretary "o• o COMMONWEALTH OF PENNSYLVANIA ss 0 aci �,m., COUNTY OF MONTGOMERY ._ 'a = co- On this 13th day of January 2012 , before me, a Notary Public, personally came David M. Carey, to me known, and R 0 5 p acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company;that he knows the seal of said corporation;and that he executed >JZ 3 the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said ,et V corporation. �'co O C E P ID▪ IN TESTIMONY WHER . , 111-P o subscribed my name and affixed mynotanal seal at Plymouth Meeting,Pennsylvania,on the day and year i CNI• v ifrst above written. orm . s , _ cl 0 o6.;- '''-c-„,,, < ( Not al s ! P.. 0 1, 7 --e.,,,.-..:P+ r la Nay p, n aj OF ply vL�h n Neigomery ors / G a My Ccrfm siov Era re M: 1d 0+3 B y CERTIFICATE ,�,*`yid L�P_A�ZZ� tAer ''',Per? s,.a a.a_sx�au'1 Of;�,uric, Teresa Pastella,Notary Public I,the undersigned,Assist-,i •-: - -1,1, •erty Mutual Insurance Company,do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy,i `- . e and effect on the date of this certificate;and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company,wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds,shall be valid and binding upon the company with the same force and effect as though manually affixed. j U.,_TESTIMONY WHEREOF I have hereunto subscribed my name and affixed the corporate seal of the said company, this t.Ind day of MC.A.4vC-I-N iD. ._,: Gregory W. Davenport,Assistant Secretary EXHIBIT A INVITATION FOR BIDS FOR CHILLER PUMP REPLACEMENT IS AVAILABLE FOR REVIEW AT THE CITY CLERK'S OFFICE BID PROPOSAL FORM PROJECT: City of Oshkosh Chiller Pump Replacement- Oshkosh City Hall From: __ — ' (bidder's company name) BID PROPOSAL DEADLINE: 11:00 a.m., March 2, 2012 (late submittals will not be accepted). Mandatory Bid Submittal Requirements Checklist: [,(1 Bid Proposal Form [Al Contractor Qualification Form [)d Bid Bond [''f Certificate of Insurance Addenda: We hereby acknowledge receipt of and have thoroughly examined the written addenda(s) issued prior to the Bid Opening Date in association with this project. These addenda(s) are number L through I, , inclusive. We further understand that failure to fully list the numbers of all published Addenda(s) may cause our bid to be rejected. We, the undersigned, in compliance with the Invitation for Bids and having carefully examined the drawings and specifications for the Work and the Site of the proposed work and having determined all of the conditions of the work, the rules, regulations, laws, codes, ordinances, and other governing circumstances relating to this project, propose to furnish all labor, materials, and equipment necessary to complete the construction indicated on the drawings and described in the project documents to include all described work completed to the Owner's satisfaction. By submitting this bid (or joint bid), we the undersigned, certify that each party thereto that this bid has been arrived at independently without consultation, communication, or agreement as to a matter relating to this bid and with any other bidder or with any competitor. By submitting this bid, we the undersigned, acknowledge a substantial completion date of April 27, 2012 as indicated for the Base Bid as set forth in the Contract documents providing the Owner issues a notice to proceed within five (5) business days from bid award date. It is recommended the awarded Contractor make ordering the new chiller pumps and associated components for this project a priority. 16 BASE BID Demo- Replace the two existing single speed chiller pumps with two new VFD pumps plus associated piping specialties, DDC controls and re-insulation of revised piping. For Substantial Completion on or before Friday, April 27, 2012 For jtua Sum Of: — f '47-y- 6 - !g 1Dollars ) $ Y� 6(3 ALTERNATE BIDS Alternate Bid No. 1: State the amount to be (Added .) the Base Bid to Demo / Replace the two existing single speed chill- Ps with two single speed primary pumps and two VFD secondary pumps, plus associated piping specialties, DDC controls and reinsulation of revised piping. For substantial Completion on or before Friday, April 27, 2012. For a Sum Of: ) $ _151 4142,_00 Alternate Bid No. 2: State the amount to be Added t•) the Bid to Replace the AHUs two existing cooling coil shut off valves an. o balancing valves with two new shut off valves and two new balancing valves, including the re-insulation of the piping components For The Sum Of: ���� ti3O 1/411s_ L-14. I (Dollars ) $ St566, Gcl Alternate Bid No. 3: State the amount to be dded •) the Bid to Replace the Existing Rolairtrol Air Separator with a Spiralvent Air Separator, and To replace the Existing Expansion tank with a Diaphragm Expansion Tank. For The Sum Of: AMP 1. V- :0 4) ollars ) $ 7 700. 17 i i PROPOSED SUBCONRACTOR LIST ELECTRICAL: MECHANICAL: g ' l'-it I / INSULATOR: L'16- OTHER: I NUMBER OF VFD PUMP JOBS YOUR COMPANY HAS DONE TO DATE: /00 ± Est. Materials delivery date upon bid award notice: 4cor--s Est. Installation timeframe: 4 w - 5 SUBMITTED BY: Date: S1711.2— (5,- Name of Company: 25.5.c... .__ 14,4ALing___D Submitted by: name title ZA-a-42-b (.- Us-t,0 n.1 N L Email address: (21-UN-0 e (Z 4 p. c J) . 1 Address of Company: 133-7 S. Rao kb 1JA-"-1 ( -12 s� IR A`f Lk)I S4 3... 4 Phone: 9-7-0 - 4•3c - 537`7 18 Best's Credit Rating Center - Company Information for National Fire Insurance Co of Har... Page 1 of 2 Ratings & Analysis Center Regional Centers:Asia-Pacific I Canada I Europe,Middle East and Africa Home I About Us I Contact Us I Sitemap Ratings&Analysis« National Fire Insurance Co of Hartford Print this page anagnmsogg Home (a member of Insurance Companies) For ratings and pgn-up access »BesCs Credit Ratin s+ Assigned b -'° g Login Sign-up g A.M.AM Best#:002129 NAIL#:20478 FEIN#:060464610 9 : Financial Strength Ratings companies Issuer Credit Ratings that have,in Debt Ratings our opinion, Find a Best's Credit Rating Parent Stock Ticker New York Stock Exchange NYSE L _ - ( ? Advanced Search -an excellent abilty to meet their Enter a Company Name »Go »About Bests Credit Ratings+ Address:333 South ViSbash Avenue,Floor 22 ongoeig insurance obligations.»Get a Credit Rating+ Chicago,IL 60604 - a Advanced Search »Bests Special Reports UNITED STATES Add Bests Credit Ratings Seach To Your Site Phone:312-822-5000 ,.: �Rated t BestMark for Secure-Rated Fax 312-822-6419 • �? CS i Insurers Web:www.cna.mm — »Contact an Analyst a Awards and Recognitions Best's Credit Ratings View Rating Definitions News&Analysis Financial Strength Ratings View Definitions Issuer Credit Ratings View Definitions Select one.. Products&Services Rating:A(Excellent) Long-Term:a Industry Information • Financial Size Category:XV($2 Billion or Outlook:Stable Corporate • greater) Action:Affirmed Support&Resources a Outlook:Stable Date:March 02,2011 Conferences and Events • Action.Affirmed Effective Date:March 02,2011 Denotes Under Review Best's Ratings Office: A.M.Best Company Senior Financial Analyst: Brian O'Larte Managing Senior Financial Analyst: Jennifer Marshall,CPCU,ARM Reports and News Visit our NewsRoom for the latest news and press releases for this company and its A.M.Best Group. AMB Credit Report-Insurance Professional-includes Bests Financial Strength Rating and rationale along with comprehensive analytical commentary,detailed business overview and key financial data. Report Revision Date:06/27/2011 (represents the latest significant change) Historical Reports are available in AMB Credit Report-Insurance Professional Archive. Best's Executive Summary Reports(Financial Overview)-available in three 54'4, these presentation style reports feature balance sheet,income statement, key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2012 Bests Statement File-P/C,US.Contains data compiled as of 3/2/2012(As Received). • Sinale Company-five years of financial data specifically on this company. • Comparison-side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite-evaluate this company's financials against a peer group composite.Report displays both the average and total composite of your selected peer group. AMB Credit Report-Business Professional-provides three years of key WI' financial data presented with colorful charts and tables.Each report also features the latest Bests Ratings,Rating Rationale and an excerpt from our Business Review commentary. Data Status:Contains data compiled as of 3/2/2012(As Received). Best's Key Rating Guide Presentation Report-includes Best's Financial Strength IF"Rating and financial data as provided in Best's Key Rating Guide products. Data Status:2010 Financial Data(Quaky Cross Checked). Financial and Analytical Products Best's Key Rating Guide-P/C,US&Canada Best's Statement File-P/C,US Best's Statement File-Global Best's Insurance Reports-P/C.US&Canada Best's State Line-P/C US Best's Insurance Expense Exhibit(IEE)-P/C,US Best's Schedule F(Reinsurance)-P/C.US Best's Schedule D(Municipal Bonds)-US Best's Corporate Changes and Retirements-P/C.US/CN http://www3.ambest.com/ratings/FullProfile.asp?B1=0&AMBNum=2129&AltSrc=1&AItN... 3/2/2012 Best's Credit Rating Center - Company Information for Valley Forge Insurance Company Page 1 of 2 Ratings & Analysis Center Regional Centers:Asia-Pacific I Canada I Europe,Middle East and Africa Home I About Us I Contact Us I Sitemap Valley Forge Insurance Company Peel this pane (a member of CNA Insurance Companies) For ratings and product access •Home ( - - - - Login I Sign-up •Best's Credit Ratings A.M.Best 8:002132 NAIC R:20508 FEIN 8:231620527 companies `'Assigned b fA 'lr •jaadnp •Finandal Strength Ratings - '' .Issuer Credit Ratings that have,in A =a° txn Find a Rest:s Credit Rating •Debt Ratings -our opinion, __ Parent Stock Ticker New York Stock Exdnange)JYSE L •Advanced Search .an excellent abilty to meet their Enter a Company Name i •About Bests Credit Ratings+ Address:333 South N6bash Avenue,Floor 22 ongoing insurance obligations. •Get a Credit Rating+ Chicago,IL 60604 •Advanced Seach •Bests Special Reports UNITED STATES •Add Bests Credit Ratings Seach _.... ...._._._.....-_.__..,_......._,.,.,_..__._._._..,_..___.._._,.... To Your Site Phone:312822-5000 ,a', ?!% ,ey ,lst •BestMark for Secure-Rated Fax 312-822-6419 r V Rated Insurers Web:www.cna.com •Contact an Anayst •Awards and Recognitions Best's Credit Ratings View Rating De/trillions News&Analysis Financial Strength Ratings View Definitions Issuer Credit Ratings View Definitions Select one.. Products&Services Rating:A(Excellent) Long-Term:a Industry Information • Financial Size Category:XV($2 Billion or Outlook:Stable Corporate • greater) Action.Affirmed Support&Resources• Outlook:Stable Date.March 02,2011 Conferences and Events • Action.Affirmed Effective Date:March 02,2011 *Denotes Under Review Best's Ratings Office: A.M.Best Company Senior Financial Analyst: Brian O'Larte Managing Senior Financial Analyst: Jennifer Marshall,CPCU,ARM Reports and News Visit our NewsRoom for the latest news and press releases for this company and its A.M.Best Group. AMB Credit Report-Insurance Professional-includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary.detailed business overview and key financial data. Report Revision Date:06/27/2011 (represents the latest significant change) Historical Reports are available in AMB Credit Report-Insurance Professional Archive. "'L. Best's Executive Summary Reports(Financial Overview)-available in three Imo`:- versions,these presentation style reports feature balance sheet,income statement, key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2012 Best's Statement File-P/C,US.Contains data compiled as of 3/2/2012(As Received). • Single Company-five years of financial data specifically on this company. • Comparison-side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite-evaluate this company's financials against a peer group composite.Report displays both the average and total composite of your selected peer group. --�t-. AMB Credit Report-Business Professional-provides three years of key financial data presented with colorful charts and tables.Each report also features the latest Best's Ratings,Rating Rationale and an excerpt from our Business Review commentary. Data Status:Contains data compiled as of 3/2/2012(As Received). id Best's Key Rating Guide Presentation Report-includes Best's Financial Strength Rating and financial data as provided in Best's Key Rating Guide products. Data Status:2010 Financial Data(Dually Cross Checked). Financial and Analytical Products Best's Key Rating Guide-P/C.US&Canada Beat's Statement File-P/C.US Best's Statement File-Global nest's Insurance Reports-P/C US&Canada Best's State Line-P/C.US Best's Insurance Expense Exhibit(IEEI-P/C US Best's Schedule F(Reinsurance)-P/C.US Best's Schedule 0(Municipal Bonds)-US Best's Corporate Changes and Retirements-P/C,US/CN http://www3.ambest.com/ratings/FullProfile.asp?B1=0&AMBNum=2 1 3 2&AltS rc=1&A1tN... 3/2/2012 Best's Credit Rating Center - Company Information for Continental Casualty Company Page 1 of 2 Ratings & Analysis Center Regional Centers:Asia-Pacific I Canada!Europe,Middle East and Africa Home I About Us I Contact Us I Sitemap Ratings&Analysis• Continental Casualty Company eg Print this paae a Home (a member of CNA Insurance Companies) ______ _ For ratings and product access a Bests Credit Rati s+ Assigned b - Rain*. Login Sign-up n9 A.M.Best#:002128 NAIC#:20443 FEIN#:362114645 p � � Financial Strength Ratings !companies CT> I` a Issuer Credit Ratings that have in , a Debt Ratings our opinion, `( Find a Best's Credit Rating a Advanced Search Parent Stod<Ticker New York Stock Exchange NYSE I. an excellent ability to meet their Enter a Company Name -a('c 9 g obligations. About Bests Credit Ratings+ Address:333 South Wabash Avenue,Floor 22 on on insurance obli ations. , »Get a Credit Rating+ Chicago,IL 60604 - a Advanced Search Bests Special Reports UNITED STATES a Add Bests Credit Ratings Seach To Your Site Phone:312-822-5000 e,;y-+ g BestMark for Secure-Rated Fax 312-822-6419 T Insurers Web:www.cna.mm a Contact an Analyst »Awards and Recognitions Best's Credit Ratings View Rating Definitions News&Analysis Financial Strength Ratings View Definitions Issuer Credit Ratings View Definitions Select one.. Products&Services Rating:A(Excellent) Long-Term:a Industry Information • Financial Size Category:XV($2 Billion or Outlook:Stable Corporate • greater) Action:Affirmed Support&Resources• Outlook:Stable Date:March 02,2011 Conferences and Events m Action Affirmed Effective Date:March 02,2011 •Denotes Under Review Best's Ratings Office: A.M.Best Compan y Senior Financial Analyst: Brian O'Larte Managing Senior Financial Analyst: Jennifer Marshall,CPCU,ARM Reports and News Visit our NewsRoom for the latest news and press releases for this company and its A.M.Best Group. AMB Credit Report-Insurance Professional-includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary,detailed business overview and key financial data Report Revision Date:06/27/2011 (represents the latest significant change) Historical Reports are available in AMB Credit Report-Insurance Professional Archive. Best's Executive Summary Reports(Financial Overview)-available in three I versions,these presentation style reports feature balance sheet,income statement, key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2012 Best's Statement File-P/C,US.Contains data compiled as of 3/2/2012(As Received). • Single Company-five years of financial data specifically on this company. • Comparison-side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite-evaluate this company's financials against a peer group composite.Report displays both the average and total composite of your selected peer group. ry AMB Credit Report-Business Professional-provides three years of key financial data presented with colorful charts and tables.Each report also features the latest Best's Ratings,Rating Rationale and an excerpt from our Business Review commentary. Data Status:Contains data compiled as of 3/2/2012(As Received). Best's Key Rating Guide Presentation Report-includes Best's Financial Strength a'I Rating and financial data as provided in Best's Key Rating Guide products. Data Status:2010 Financial Data(Quality Cross Checked). Financial and Analytical Products Best's Key Rating Guide-P/C.US&Canada Best's Statement File-P/C.US Best's Statement File-Global Best's Insurance Reports-P/C.US&Canada Best's State Line-P/C.US Best's Insurance Expense Exhibit tlEE)-P/C US Best's Schedule F(Reinsurance)-P/C,US Best's Schedule D(Municipal Bonds)-US Best's Schedule D(Common Stocks)-US http://www3 ambest.com/ratings/FullProfile.asp?B1=0&AMBNum=2 1 2 8&Alt Src=1&AltN... 3/2/2012 Best's Credit Rating Center - Company Information for Liberty Mutual Insurance Company Page 1 of 2 Ratings & Analysis Center Regional Centers:Asia-Pacific I Canada I Europe,Middle East and Africa Home I About Us I Contact Us I Sitemap Ratings&Analysis• Liberty Mutual Insurance Company Print this page INIESSEMOMMIN •Home (a menber of Liberty Mutual hsurance Companies) jview For ratings and product Login securities for related issuers) Assigned b Login Sign-up •Best's Credit Ratings 9 �u !i •Finandal Strength Ratings A.M.Best#:002283 NAIC#:23043 FEIN#:041543470 companies •Issuer Credit Ratings that have,in I A -( Find a Best's Credit Rating •Debt Ratings our opinbn, .,., •Advanced Search Address:175 BerkeleyStreet an excellent abilty to meet their Enter a Company Name el •About Bests Credit Ratings+ Boston,MA 02117 ongong insurance obigations. •Advanced Search •Get a Credit Rating+ UNITED STATES •Bests Special Reports »Add Besfs Credit Ratings Seach To Your Site Phone:617-357-9500 — - -, �. et Rated r •BestMark for Secure-Rated Fax 617-5745955 "G A.M,6e.5t Insurers Web:www.LibertvMutuaiQouo.00m --- ----- - •Contact an Analyst Best's Credit Ratings •Awards and Recognitions View Rating DJe/initions News&Analysis Financial Strength Ratings View Definitions Issuer Credit Ratings View Definitions Select one.. Products&Services Rating:A(Excellent) Long-Term:a Industry Information • Financial Size Category:XV($2 Billion or Outlook:Stable Corporate v greater) Action:Affirmed Support&Resources • Outlook:Stable Date:June 16,2011 Action:Affirmed Conferences and Events v Effective Date:June 16,2011 'Denotes Under Review Best's Ratings Security Ratings Under Date Issued Amount Coupon Security Rating Revleed Implication 10/09/1997 435,000,000(JSD) 7.697 Y Surplus Notes bbb+ No 10/16/1996 227,000,000(JSD) 7.875% Surplus Notes bbb+ No • 05/11/1995 140,000,000(JSD) 8.5% Surplus Notes bbb+ No (i)denotes indicative ratings Office: A.M.Best Compan y Senior Financial Analyst: W.Dolson Smith,Ph.D.,CFA Assistant Vice President: Michael J.Lagomarsino,CFA Reports and News Visit our NewsRoom for the latest news and press releases for this company and its A.M.Best Group. AMB Credit Report-Insurance Professional-includes Best's Financial Strength / Rating and rationale along with comprehensive analytical commentary,detailed business overview and key financial data. Report Revision Date:06/29/2011 (represents the latest significant change) Historical Reports are available in AMB Credit Report-Insurance Professional Archiv . Best's Executive Summary Reports(Financial Overview)-available in three versions,these presentation style reports feature balance sheet,income statement, key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2012 Best's Statement File-P/C,US.Contains data compiled as of 3/2/2012(As Received). • Single Company-five years of financial data specifically on this company. • Comparison-side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite-evaluate this company's financials against a peer group composite.Report displays both the average and total composite of your selected peer group. AMB Credit Report-Business Professional-provides three years of key ` •financial data presented with colorful charts and tables.Each report also features the latest Best's Ratings.Rating Rationale and an excerpt from our Business Review commentary. Data Status:Contains data compiled as of 3/2/2012(As Received). • Best's Key Rating Guide Presentation Report-includes Best's Financial Strength a:1-Rating and financial data as provided in Best's Key Rating Guide products. Data Status:2010 Financial Data(Quality Cross Checked). Financial and Analytical Products Best's Key Rating Guide-P/C.US&Canada Best's Statement File-P/C,US http://www3.ambest.com/ratings/FullProfile.asp?B1=0&AMBNum=2283&AltSrc=1&A1tN... 3/2/2012 CITY OF OSHKOSH CONTRACTOR/BIDDER QUALIFICATION FORM Company Information Company Name: Reeke-Marold Co. , Inc. Complete Address: 1 337 S. Broadway Green Bay, WI 54304 Phone: 920-435-4377 Fax: 920-435-5379 State Contractor's License#: I01-S 9 I ' State Public Works Contractor's License#: Other Applicable Licenses: Union Affiliation: Plumbers & Steamfitters Local 400 & Sprinklerf fitter s Local 669 Work Trades Performed: HVAC, Plumbing, Process Piping, Fire Protection Type of Company: ��Corporation� � Partnershi P L ] Sole Proprietorship Federal Tax lD#: 39-0980719 Company Contact: Rich Lund Email Address: rlund@reekemardad.com Date Formed: 1961 Number of Employees: Salaried: 6 Hourly: 36 Bank Reference Lenders Name and Address Lending Officers Name and Phone Number Completed Projects List four(4)representative projects completed in the last five(5)years Project Name Contracting Company Contact Name/Phone# Contract Amount Current Projects List four(4)representative projects currently under construction Project Name Contrac i 1: Company Contact Name/Phone# Contract Amount Trade References List three(3)of your subcontractors or suppliers Company Name Address Phone# Contact Name MidState 1782 Mid Valley 920-964-0444 3, Trane Company De Pere, WI 54115 3225 W. Spence 2-� First Supply 3-014 Holmgren 920-337-9004 Appleton, WI PP Y 9 X20-734=44 531 Green Bay, WI Client References List three(3)clients Company Name Address Phone# Contact Name Other Information In the past five years has your company failed to complete a contract or had a contract terminated? []Yes kc]No In the past five years,has your company had any liens filed against it by any subcontractors or suppliers? []Yes [K]No Has your company ever had liquidated damages assessed against it?[]Yes k]No Has your company or any of its employees been involved in a lawsuit related to a project?[]Yes [ No Has your company been investigated for any violations of local,state,or federal laws?[]Yes D}No Has your company or any of its employee's been investigated for violation of any labor laws? []Yes [x]No Provide a detailed description of the circumstances behind any"yes"answers given above below: •