HomeMy WebLinkAboutEGI Mechanical, Inc 2012 AGREEMENT
THIS AGREEMENT, made on the 5th day of May, 2012, by and between the
CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and EGI
Mechanical, Inc., 1000 East Pearl Street, Seymour, WI 54165, 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:
(Jody Gorges, Project Manager, EGI Mechanical, 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, General Services Bureau Manager)
1
ARTICLE III. SCOPE OF WORK
The Contractor shall provide services described in the CITY'S Bid Specifications
dated March 20, 2012, attached hereto as Exhibit A, the items identified in the only bid
addendum issued for this project attached hereto as Addendum #1, and the Contractor's
"Oshkosh Convention Center Chiller Replacement Bid Proposal Form" dated April 13,
2012, attached hereto as Exhibit B. Exhibit A, Addendum #1 and Exhibit 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 July 6, 2012.
ARTICLE VI. PAYMENT
A. The Contract Sum.
The City shall pay to the Contractor for the performance of the contract the sum of
$179,616, 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.
2
C. Additional Costs. Costs for additional services to be negotiated and set
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 March 20, 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 • : CONTRACTOR /CONSULTANT
�`, A
/ ( I By: /' T & _-
, ,L - 5e-p h B, Lcl-Lt.&
Pre s%cteytt
(Seal of Contractor (Specify Title)
if a Corporation.)
By: w.
J"o sc fh u.!. Nte_S
vice Pies,deA*
(Specify Title)
CITY OF OSHKOSH
, 4t.---- -g-el-
r ('77 f7/1 Mark A. Rohloff, City Manager
sifitness) �
4 Y A And: ,." k la
( I i ness) Pamela R. Ubrig, City Cler
APP-OVED: I hereby certify that the necess-
0 ' ary provisions have been made to
pay the liability which will accrue
_ 11.1ct is tiOA tC __ under this contract.
- 'City tom-
Si ,
Cittroller
4
REVISED
MAY 22, 2012 12-253 RESOLUTION
(CARRIED 7-0 LOST LAID OVER WITHDRAWN )
• PURPOSE: AMEND AWARD OF BID FOR CHILLER REPLACEMENT FOR
OSHKOSH CONVENTION CENTER TO EGI MECHANICAL INC. TO
INCLUDE ALTERNATE 1 ($186,551.00)
INITIATED BY: PURCHASING DIVISION
WHEREAS, the City of Oshkosh has heretofore advertised for bids for replacement
chillers, pump and control systems, and two variable frequency driven pumps for the Oshkosh
Convention Center; and
WHEREAS, upon the opening and tabulation of bids, it appears that the following is
the most advantageous bid:
EGI MECHANICAL, INC.
1000 East Pearl Street
Seymour, WI 54165
Total Bid Including Alternate 1: $186,551.00
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. 323-0130-7204-06237 Equipment Improvement Fund -- Roofing / HVAC
Improvements
• Indicates Revision
AMENDMENT
Both parties agree to amend the original signed contract for the Chiller Replacement Project at
the Oshkosh Convention Center dated May 5, 2012 between CITY OF OSHKOSH, party of the
first part, herinafter referred to as CITY, and EGI Mechanical, Inc., 1000 East Pearl Street,
Seymour, WI 54165, hereinafter referred to as the CONTRACTOR,
ARTICLE VI. PAYMENT
A. The Contract Sum.
The City shall pay to the Contractor for the performance of the contract the sum of $186,551,
adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto.
In the Presence of: CONTRACTOR /CONSULTANT
_ /
/. By: L A A.
%.
- a.
Pr es,.te
(Seal of Contractor (Specify Title)
if a Corporation.)
By:
Ae-ai
Toseph &ii. saes
V,c Pre scde„t
(Specify Title)
CITY OF OSHKOSH
By:
1 4 Mark A. Rohloff, City Managgr
( itness)
And f L � `.! 2
(Witness) Pamela R. Ubrig, City Clerk
APP'OVED: I hereby certify that the necess-
ary provisions have been made to
�� pay the liability which will accrue
under this contract.
' City Att A
City C. • oller
1
CITY HALL
215 Church Avenue
P.O.Box 1130
Oshkosh,5 903-01130 City of Oshkosh
OfHKOlH
TO: Honorable Mayor and Members of the Common Council
FROM: Jon Urben,General Services Bureau Manager
DATE: May 10, 2012
RE: Amend Bid-Convention Center Chiller Replacement
BACKGROUND
At their April 24, 2012 meeting the Common Council awarded the chiller replacement for the
Convention Center to EGI Mechanical, Inc. for $179,616. Since this award City staff has been
made aware that the original bid tab did not include alternate 1 bids which included the
installation of two variable frequency driven (VFD)pumps for the chiller system. City staff has
verified that EGI Mechanical Inc. still maintains the low bid among all bidders with the inclusion
of their respective alternate 1 bids. The amended bid tab is attached.
ANALYSIS
Since these pumps are projected to improve energy efficiency of this system by 20%, and since
the original bid award did not include the cost for these pumps, City staff is recommending the
original bid award to EGI Mechanical be amended to include their alternate 1 bid as per the
attached bid tab.
FISCAL IMPACT
The fiscal impact of the original bid award was $179,616. Adding EGI Mechanical Inc.'s
alternate 1 bid ($6,935) to this original award will amend this award to $186,551. This project
will be funded from the Roofing/HVAC Improvements project (A/N #: 323-0130-7204-06237)
listed in the 2012 CIP Property Improvement Fund.
RECOMMENDATION
Purchasing recommends amending the April 24,2012 Common Council award of this bid to EGI
Mechanical Inc. for $179,616 to include alternate 1 bid ($6,935) for an amended total bid of
$186,551.
Respectfully Submitted, Approved:
Ve(aL --7(el
Jon Urben,General Services Bureau Manager Mark Rohloff,City Manager
0
BID TABULATION
CHILLER REPLACEMENT-OSHKOSH CONVENTION CENTER
BIDS OPENED APRIL 13,2012
NAMES OF BIDDERS BID ADDENDUM BID BOND COI QUALIFICATION
1 FORM
Hurckman Mechanical Industries Inc
1450 Velp Ave $190,521.00 X X X X
PO Box 10977
Green Bay WI 54307-0977
EGI Mechanical Inc
1000 East Pearl St $186,551.00 X X X X
PO Box 65
Seymour WI 54165
Gartman Mechanical
520 W South Park Ave $207,650.00 X X X X
Oshkosh WI 54902