Loading...
HomeMy WebLinkAboutB&P Mechanical/OPM humidifier additions 2014 ORIGINAL CONTRACTOR AGREEMENT- HUMIDIFIER ADDITIONS FOR THE CITY OF OSHKOSH PUBLIC MUSEUM THIS AGREEMENT, made on the 23RD DAY OF APRIL, 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and B&P MECHANICAL, PO BOX 2002, APPLETON WI 54912 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: (THOMAS/TAMMIE HIETPAS - B&P 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: (TERRY SMITH, CITY OF OSHKOSH FACILITIES MAINTENANCE) ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Specifications dated FEBRUARY 14, 2014, referred to as the "Invitation for Bid" for HUMIDIFIER ADDITIONS FOR THE CITY OF OSHKOSH PUBLIC MUSEUM (THIS ATTACHED AS EXHIBIT A) 1 and the Contractor's bid proposal form dated MARCH 3, 2014. The Contractor's bid form is attached hereto as Exhibit B. 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 by JUNE 15, 2014. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $15,400.00 (Fifteen-thousand Four-hundred dollars and 00/00) 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 forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. 2 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 Specifications dated FEBRUARY 14, 2014, referred to as the "Invitation for Bid" for HUMIDIFIER ADDITIONS, OSHKOSH PUBLIC MUSEUM dated MARCH 3. 2014 which is fully incorporated into this Agreement. If applicable, 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 1"riz't 2/ 2; &/.4“,;-• Bv: ((ivy, ( ) CEO (Seal of Contractor (Specify Title) if a Corporation.) /, n,M/ a � .; By: i Ali. - frmi / _� .f President kir; .> Ca, y (Specify Title) 3 k) INC. li CITY OF OSHKOSH o By' C�Z�Zt/, ji.4,A4,74, M rk A. Rohloff, City Manager (Witness) <,X/( 12411 And: 1 i ii' 7 --)--A Witness) Pamela R. Ubrig, City Clerk ksi APPROVED: I hereby certify that the necessary provisions have been made to ■_ 1 41.4 pay the liability which will accrue ■.i►A&..■11.111..art• under this contract. City Att. ney 3'LI >/, /1ry- City Comptroller 4 EXHIBIT A 5 City of Oshkosh, Wisconsin Invitation for Bid For Humidifier Additions Oshkosh Public Museum February 14, 2014 City of Oshkosh P.O. Box 1130 Oshkosh, Wisconsin 54903-1130 www.ci.oshkosh.wi.uS OFFICIAL NOTICE TO CONTRACTORS NOTICE IS HEREBY GIVEN that sealed bids will be received up to 10:00 a.m., Monday, March 3, 2014, in the City Clerk's Office, Room 104, City Hall, Oshkosh, Wisconsin, Oshkosh Public Museum Humidifier Additions, at which time and place all bids will be publicly opened and read in Room 404 of City Hall. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City Clerk's office prior to the deadline set forth in this notice. No bids will be accepted after the deadline. MANDATORY PRE-BID MEETING: A pre-bid meeting is scheduled for Monday February 24, 2014 at 9:00 a.m, Oshkosh Public Museum 1331 Algoma Blvd., Oshkosh WI 54901. Bidders are required to attend. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager, do City Clerk's Office, City Hall, 215 Church Avenue, P. O. Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope, the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for "Oshkosh Public Museum Humidifier Additions." Any bids not complying with these instructions shall be returned to the bidder unopened and unread. Submission of bid documents by facsimile equipment will not be accepted. Contractors must be qualified to submit a bid for this project. This shall be done on forms furnished by the City of Oshkosh, Wisconsin, and must be filled out in proper manner and then submitted to the General Services Manager for consideration not later than February 24, 2014. The General Services Manager's decision as to qualifications will be final. Copies of this form may be obtained by contacting Purchasing at 920-236-5100. Electronic copy of Drawings, Project Manual, and other Bidding documents may be obtained by e-mailing request to jurben @ci.oshkosh.wi.us. Sealed bids must be accompanied by a bid bond payable to the City of Oshkosh, Wisconsin, in an amount of not less than 5% of the total amount of the bid as a guarantee that if the bid is accepted, bidder will execute and file proper contract and bond within ten (10) days after the award of the contract. If the successful bidder executes the contract and files the necessary bonds within the allowed time, then the bid bond shall be released. If the successful bidder fails to execute the contract and file the contract bond within the allowed time, then the bid bond shall be forfeited to the City as liquidated damages. No bids will be withdrawn for a period of thirty (30) days after the scheduled time of opening bids. The City reserves the right to reject any and all bids and to waive any informalities. MARK A. ROHLOFF City Manager PUBLISHED: February 15 and 22, 2014 CITY OF OSHKOSH PURCHASING DIVISION NOTICE TO VENDORS 1. NOTICE IS HEREBY GIVEN that sealed bids will be received in the City Clerk's office, Room 104, City Hall, Oshkosh, Wisconsin, for: OSHKOSH PUBLIC MUSEUM HUMIDIFIER ADDITIONS, AT 10:00 AM, MONDAY, MARCH 3, 2014, at which time all bids will be publicly opened and read in Room 404. 2. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the City Clerk's office prior to the deadline set forth in this notice. Receipt of a bid/proposal by the mail system or other City departments does not constitute receipt of a bid/proposal by the City Clerk's office. 3. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church Avenue, P.O. Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope, the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for: "OSHKOSH PUBLLIC MUSEUM HUMIDIFER ADDITIONS." Any bids not complying with these instructions will not be considered submitted to the City, and shall be returned to the bidder unopened and unread. 4. Submission of bid documents by facsimile equipment or electronic mail (email) will not be accepted. 5. This notice establishes a time by which sealed bids must be physically received by the City Clerk's office. No bids will be accepted after that deadline. Under no circumstances will bids be accepted and read when submitted at the place of bid opening even if presented before that deadline. 6. The City is not responsible for bids submitted in any other way except those submitted in strict conformance with these instructions. 7. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified time of opening. 8. All formal bids submitted shall be binding for thirty-five (35) calendar days following the bid opening date, unless the bidder(s), upon request of the General Services Manager, agrees to an extension. 9. If applicable, bidder must comply with all necessary insurance requirements, bid bond and/or performance bond as required of the project and as noted in the City of Oshkosh Insurance Requirements. 10. If the bid is accepted, the bidder must execute and file the proper contract within ten (10) days after award by the Common Council and receipt of the contract form for signature. In case the successful bidder shall fail to execute and deliver the Contract and Performance Bond within the time limited by the City, the amount of the bid bond shall be forfeited to the City of Oshkosh as liquidated damages. 11. The City reserves the right to reject any and all bids and to waive any informality in bidding. 12. For specifications and further information concerning this invitation to bid, contact Jon Urben, General Services Manager, email: jurben @ci.oshkosh.wi.us or telephone(920)236-5100. Mark A Rohloff City Manager PUBLISH: February 15 and 22, 2014 CITY OF OSHKOSH STANDARD TERMS AND CONDITIONS (Request For Bids/Proposals) 1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 2) DEVIATIONS AND EXCEPTIONS: The bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. Specific product types or manufacturers identified in specifications shall be interpreted to require bidding of those exact types and manufacturers. Specifications which allow for bids/quotes with "equal" materials must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is a sufficient alternate to the specification requirement. Failure to provide product information will result in disqualification of such requests. 3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the right to increase or decrease quantities to meet actual needs. 4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 5) ACCEPTANCE-REJECTION: The City of Oshkosh reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the city. Only proposals which are made out on the bid/proposal form attached hereto will be considered. All bid/proposals forms must be completed in full compliance as specified. Failure to complete bid/proposals forms may result in disqualification and considered non-responsive. 6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 7) GUARANTEED DELIVERY: The contractor shall strictly adhere to delivery schedules as specified by the City and to promptly replace rejected or defective materials. The City retains the right to procure materials on its own when the Contractor's materials are not delivered, or replaced if necessary, according to the City's schedule. Contractor's failure to deliver, or replace when applicable, materials as required shall result in the contractor's liability for all costs in excess of the contract price when the City is required to procure materials necessary due to Contractor's failure to act. The City's excess costs shall also include the administrative costs. 8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin, and all disputes shall be resolved in the state or federal court jurisdiction within which Oshkosh, Wisconsin is located. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The City of Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. 10) SAFETY REQUIREMENTS: Contractor must follow all applicable federal, state and local standards. 11) SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s). 12) PUBLIC RECORDS ACCESS: It is the intention of the City of Oshkosh to maintain an open and public process in the solicitation, submission, review and approval of procurement activities. Bid/proposal documents and openings are public records and therefore subject to release unless excluded from release by Wisconsin Statutes. Those submitting information to the City that believe that their information is not subject to release must identify the applicable statute(s) and describe in detail how the information being submitted applies to the statute cited. The City's lack of response to assertions related to public records does not indicate any agreement with those assertions. Public records may not be available for public inspection prior to the opening of bids/quotes and/or the issuance of the notice of intent to award or the award of the contract. 13) PRICING: Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price; the unit price shall govern in the bid/proposal evaluation and contract administration. If the bid/quote clearly involves the City's desire to purchase a product or products, then all prices shall exclude any Federal Excise Tax or State of Wisconsin Sales Tax as the City of Oshkosh is exempt from such taxes and will furnish an exemption certificate, if requested by the successful bidder. If the bid/quote is for the purpose of completing a project involving both labor and materials, then the Contractor/Consultant, and not the City, will be purchasing the material directly and the bid/quote must include all material costs, including without limitation, taxes. 14) WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt, or the manufacturer's warranty, whichever is longer. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 3/13 BID SPECIFICATIONS & BID FORM * CITY OF OSHKOSH, WISCONSIN PUBLIC MUSEUM HUMIDIFIER REMODEL & ADDITION OWNER REPRESENTATIVE General Services Division Oshkosh City Hall 215 Church Avenue Oshkosh, Wisconsin, 54903-1130 (920) 236-5100 Attention: Jon Urben jurben@ci.oshkosh.wi.us HVAC ENGINEER Summit Design LLC W6744 Rogersville Road Fond du Lac, Wisconsin, 54937 (920) 979-5452 Fax (920) 924-5452 Joel Clary PE summitdesign@charter.net SECTION—BID FORM PART1 —GENERAL 1.1 BID DUE: 10:00 a.m. on Monday, March 3, 2014. 1.2 AT: City Clerks Office, Room 104 City Hall 215 Church Avenue. Oshkosh, Wisconsin 54903-1130 Phone (920) 236-5100 1.3 PROJECT City of Oshkosh Public Museum Humidifier Remodel &Addition 1331 Algoma Blvd Oshkosh, WI 54901 1.4 BID PROPOSAL: A. We . Of. Street City State Zip Code Telephone: Fax Number: Email: Submit our proposal for performing the Work for the above Project. 1. In compliance with the advertising for Bids and having carefully examined the drawings and specification 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, the undersigned proposes to furnish all Labor, Materials and Equipment necessary to complete the construction indicated on the drawings and described in the project manual to include all described work completed to the Owners' satisfaction. 2. By Submission of this Bid, each Bidder certifies, and in the case of a joint Bid, each party thereto certifies as to its own organization, 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. 3. All Bids exclude Wisconsin Sales. 4. MANDATORY Site Visit must be attended by representative from the firm on Monday, February 24, 2014 at 9:00 am. Meet in the Lobby of the Museum. Bid Form 1.5 BASE BID- (1) Demo and cap off piping for existing Cabinet Unit Heater C-2 located in mechanical room AC-l. Convert existing Humidifiers H-lA &H-2A from 30#/hr to 40#/hr units. Install & insulate all piping connecting humidifers to ductwork, water supply and sanitary sewer. Install two new 40#/hr Humidifiers H-1B &H-2B. Provide one extra humidifier kettle to aid with unit maintenance. Work closely with city eletricians and city's control contractor ECD for final hook up and control of these units. Coordinate the installation time frame with the Museum's Director and maintenance staff For The Sum Of: (Dollars) $ 1.6 PROPOSED SUBCONRACTOR LIST ELECTRICAL: CONTROL: MECHANICAL: INSULATOR: OTHER: ADDENDUM ACKNOWLEDGEMENT We herby acknowledge receipt of and have thoroughly examined the written addenda(s) issued prior to the Bid Date in association with this Project. These Addenda are numbered through , inclusive. We further understand that failure to fully list the numbers of all published Addenda may cause the Owner to reject this bid. 1.7 Submittals will be reviewed for general compliance with design concept and contract documents only. Full compliance with contract documents, Code requirements, dimensions, fit finishes, and interface with the existing Control System is the Prime contractor's responsibility. Within 7 days after award of contract,provide required submittals for approval to the HVAC Engineer. Contractor shall prompley respond to requests for additional information so that delivery and installation schedules are not delayed. 1.8 QUALITY ASSURANCE—REGULATORY REQUIREMENTS A. All work shall comply with the applicable code requirements in effect: Including by not limited to ASME, Division of Safety& Buildings Adminstrative Codes and other applicable Building or local codes in effect as of the contract date. B. The Contractor shall be fully responsible for obtaining all required approvals, permits licenses, inspections and certificates for this installation. The Contractor shall pay all permit fees, inspection fees, certificate fees, and licensing fees. As the Museum is a City of Oshkosh building there are no fees for City of Oshkosh permits for this project. 1.9 CITY OF OSHKOSH INSURANCE& BOND REQUIREMENTS Attached are the insurance and bond requirements for the City of Oshkosh. 1.10 CITY OF OSHKOSH CONTRACTOR AGREEMENT Attached is a sample contractor agreement that the successful bidder will be expected to sign upon award of this project. Bidders do NOT need to submit this agreement when submitting their quote form. 1.11 CITY OF OSHKOSH PREQUALIFICATION FORM Attached is the City of Oshkosh Prequalification Form. All bidders submitting a bid for this project must submit this form as per directions noted on the OFFICIAL NOTICE TO CONTRACTORS for this project. 1.12 SAFETY AND HAZARDOUS MATERIALS A. Contractor shall be solely responsible for initiating, maintaining, and supervising all safety programs and precutions and shall comply with applicable safety laws, good industry standards or practices, and take all reasonable precautions for the safety of their workers, City property, the Public, or City of Oshkosh employees, guests, or vendors. B. The City of Oshkosh retains the authority to approve all chemicals and lubricants prior to Contractor bringing them on site. The Contractor shall furnish a Material Safety Data Sheet and proper labeling for each hazardous chemical to be brought into the premises in compliance with OSHA Hazard Communication Standards, and track usage for EPA reporting purposes. 1.13 WARRANTY The installed equipment shall be warranted by the manufacturer for 1 year on the workings of the equipment . The contractor shall warrant installation work for 1 year from defects in workmanship. The warranty date shall start on the date of the final acceptance of the system by the City of Oshkosh. 1.14 PREVAILING WAGE. NOT USED ON THIS PROJECT. 1.15 SCHEDULE A. Work shall be pursued during regular working hours until complete. This work must be specifically authorized by Jon Urben or another authorized representative of the City of Oshkosh. 1.16 INSTALLATION A. Contractor shall install all equipment to the satisfaction of the City of Oshkosh. 1.17 EQUIPMENT UNLOADING Contractor will be responsible for all costs to unload all HVAC equipment being delivered to the Public Museum. 1.18 PRODUCT DELIVERY, SITE ORGANIZATION AND CLEANUP A. Contractor shall keep work areas orderly and free from debris during the course of installtion and clean up on a daily basis. If areas are not kept clean,the City of Oshkosh may demand immediate cleanup or clean those areas and deduct cost from contract. B. Contractor shall regularly remove trash, materials, cartons, etc. generated by their work from the premises. C. Clean outside surface of repaired and new equipment and adjacent areas of grease, dirt and other construction debris at the time of Substantial Completion. 1.19 TIME OF COMPLETION We, the undersigned, acknowledge a completion date of March 31, 2014. 1.20 SIGNATURES Name: Address; Legal Entity: (state weather a Corporation,Partnership,If Corporation,give state of incorporation and affix Corporate Seal) By: Title: Hereunto Duly Authorized Date: Corporate Seal End of Bid Form L C6psIM'oe1nppooj1peoaaplma6oagtLgM NISNOOSIM 'HSONHSO F' m ZSbS-03G6-0Z6 :auoyd OA-18 VWOOIV 1221 w y o .- ' •o 1- lauvayey0'o,u61seamwwnS:11VW3 H:t V I ° 2 INI01nidtrG1 HSONHSO 30 A110 K >go wN < e '3•d tieI3 laor 1900W3212i3dI0IWf1H „, _ a o_ w o 311 N9IS3a IMAMS\ ;F Wf3S1W Ol9ld HSONHSO o a° 0 Z .. it C/ O h ZF J W 2 W OJ JU r O Uwo�Z F w a '- NH J=7 a m Z 3 Ui w w m o �u Wz=O U W N F a U m° U Z LL Y U) i °.F w W O O O w W Q N H EZ Z O Z F F F F O 1,-Op Q Yr, W W O wH W W y 2 1�OJJ' O Za, c z °N g, W W t~ W W 0 Y IW-°y=U W=W O K O �� ,„,>,,,,,„y w 0 Q y Q J Ecm 0 <o d° Qu,„W _,JOWZo. wmz_,w0_, awn, Y of mw==oNJOZaXW2oax ' O N wQC O �K}° Hw w JxU zz i Ogw- J LL OD 50 >2 W>Z =w Z w a J a 0 W°Q a ~w Y z z z LL l,; g d J J m Z LL 3 W Z LL W y U a d g ,0 i s O 0=z 0 N w 0 a y a m a J a z x J Y 3 x,c 0 2 0 0 z 0 3 3 W O w N O m- Q W 0 x z° oz w0opi .z wD=S-J0NU00wazi-~0- woo ul-0 rnx�=xQ�� QW� N W W O W Z-Q ,,,zz m- Ux LL' °d J 1-=�- �� UQF-OOF-N Z Z N}JK 0 H0 J O ZC 0 a'NF-W LL'UF• J70w YO 2 = 3po=< o�==n-- -LzoWNZm WmJ1,—P.~3aw w LL=U=°-aC1OLLmo3�Jw? n K w wai=z' ti¢i~Q?a~W0Z3Zaaz,00 8w0=zry 1 w 57o2=mNa3ZO-,(”< 0 W Q H }=O H Z F K-Q>>x Z N F LL s J r w J=2=w O.g 0 8 W Z 1-R-O _ w LL z°>,-F Fw W2wtzm�aiWa0L1100,e0~d'nz O2UZ 6i_ wWia14- 3F�wxyz N(7 3 0° N?0 LL O h W Z O W N a O a O U N W W °m 2 :�// LL Q 0 W-Z O J W S >N N Z I-° xvi-z} W ¢J mLLD000g i�o. LL 4ZLLwo YQK 0U ii OWwx zww U,- z W = 0:1g 2g32N w-L� 01, L9=3WWwLLLL1431 w=oF L 0 'LTA6 0ZVLL,!;nZO S O W Fx VJ F- W LL OFq� >x`a°..0 W>Z°°=2� QQwRf N Vlow~x 00 7 K '1J Z ~W FZ'�a°W Z�j=~ R'�+- z 1 1 w Z w Z°1 J Z N N U O?J x J O x J x°U U°U U W U O x Z O=,Q Z Z J x O 0 x O J W W Q c°Q?F2Fm.=°a==,amozz.,, l-ax,W,WxWx}x.3 o3LLU�_-Qoi oz}O r hl [M O vi l0 I• Vj A .- .N- 0 . N ri OA UV r i-=: -1 I- TD 0,1,�i11(- I rc 1 MEM xx E-6.1 11 �/'V II W.- �_I ,A*-08 4X Uri• .`1 i W �Ey •r i ( Lr j -- � C- - 5 N qb ___ _� .�° - Q w p 1!!'i r 4i sueoa ∎ r t v ; � m CO d M- 1r _;L -�l ka�N . r I 1 'I 1 W I M W . N K 'I 1, „ W Q a , rz Y*-tom > 'f' w 1 --,.c r if`,o g J oa T rrl p W 1 4 1 4 LL s0 ' " Y ca tw 1 m/ x o - 1 Z cv -r- 1--o —; 7C-Q ' m L 1 Rl rteY.-- 1-_---=1 1, u,P Um S W 1 D Q oi _ °' ..J _. --.. ti III-� , (j� i.-m i >0 rl i r-i ~,�. .-__ O Q w rc a z ,n ■ �� o ! I l -,1 aF■, .' o o;' j Um �w¢riia m 1 I o 8zg �1 00' @ i i 'z0 Z KSU a_: 148 4 -- 8 i ,6 - _._ w- aFX iii m I 1 -,i Y� W LL'N O L �S .w II Jai ¢z�`� Ixo Lo wo r Y � f �N w L9 I; w 3 W n I o W I ,_ 1—J•- .9,, t o „,0: r dj I UNO. °N'I ,�'�t-.�-�,l;.�l �!I m 4 �” + tlinli ,-oat—y-�' _.i r1 �m! ii t L wxn OH =r ou, I 2 q �i I - !° j r r¢ I -{[ ,.. �n - i-a,�; 01015 p m , } t ,I-, 1. o Iaa00 i ° y�.� ,il �g ,3,1 I t j,� r;4, Li d< -..-0:1--kd io } Z a °✓ LA i Intl II F a Myi n 11 N i _ I .mo — ._._._.__ I a 4-,t 1 ii-J -� _� 4 I. O - a i1 w y L66P9 IM'oel np puoj'peoa epinsre6oa 4PL9M NISNOOSIM 'HSONHSO ZSbS-6L6-0Z6 -ouoyd t- leuveuey0ousisaOlIwwn 0A78 VWOO�V l££ $^ w_I a ,. c a E SlIVW3 J z z *mg ,,,,,,,,,,�d l HSONHSO JO �lllO x ; EXHIBIT B 6 SECTION—BID FORM PART1—GENERAL 1.1 BID DUE: 10:00 a.m. on Monday,March 3, 2014. 1.2 AT: City Clerks Office,Room 104 City Hall 215 Church Avenue. Oshkosh, Wisconsin 54903-1130 Phone(920)236-5100 1.3 PROJECT City of Oshkosh Public Museum Humidifier Remodel &Addition 1331 Algoma Blvd Oshkosh,WI 54901 1.4 BID PROPOSAL: A. We . B & P Mechanical, Inc. Of. 3200 W. Highview Drive, Appleton, WI 54914 Street City State Zip Code Telephone: 920-733-3303 Fax Number: 920-733-9319 • \ Email: thietpas@b-pmechanical.com Submit our proposal for performing the Work for the above Project. 1. In compliance with the advertising for Bids and having carefully examined the drawings and specification 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,the undersigned proposes to furnish all Labor,Materials and Equipment necessary to complete the construction indicated on the drawings and described in the project manual to include all described work completed to the Owners' satisfaction. 2. By Submission of this Bid,each Bidder certifies, and in the case of a joint Bid, each party thereto certifies as to its own organization,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. 3. All Bids exclude Wisconsin Sales. 4. MANDATORY Site Visit must be attended by representative from the firm on ( Monday, February 24, 2014 at 9:00 am. Meet in the Lobby of the Museum. ' Bid Form 1.5 BASE BID- (1) Demo and cap off piping for existing Cabinet Unit Heater C-2 located in mechanical room AC-1. Convert existing Humidifiers H-1A&H-2A from 30#/hr to 40#/hr units. Install&insulate all piping connecting humidifers to ductwork,water supply and sanitary sewer. Install two new 40#/hr Humidifiers H-1B &H-2B. Provide one extra humidifier kettle to aid with unit maintenance. Work closely with city eletricians and city's control contractor ECD for final hook up and control of these units. Coordinate the installation time frame with the Museum's Director and maintenance staff. For The Sum Of: r �rcr% •1 ha-6404, f.' �r 4c-foe-free/ (Dollars) $ /S' 4/073 1.6 PROPOSED SUBCONRACTOR LIST ELECTRICAL: C)(4/4J(2(2- CONTROL: 0 LA/Ai E R. MECHANICAL: � 1 L 0 INSULATOR: (, vdc-i' OTHER: ADDENDUM ACKNOWLEDGEMENT We herby acknowledge receipt of and have thoroughly examined the written addenda(s) issued prior to the Bid Date in association with this Project. These Addenda are numbered N/A through N/A ,inclusive. We farther understand that failure to fully list the numbers of all published Addenda may cause the Owner to reject this bid, 1.7 Submittals will be reviewed for general compliance with design concept and contract documents only. Full compliance with contract documents, Code requirements, dimensions,fit finishes, and interface with the existing Control System is the Prime contractor's responsibility. Within 7 days after award of contract,provide required submittals for approval to the HVAC Engineer. Contractor shall prompley respond to requests for additional information so that delivery and installation schedules are not delayed. 1.8 QUALITY ASSURANCE—REGULATORY REQUIREMENTS A. All work shall comply with the applicable code requirements in effect: Including by not limited to ASME,Division of Safety&Buildings Adminstrative Codes and other applicable Building or local codes in effect as of the contract date. B. The Contractor shall be fully responsible for obtaining all required approvals, permits licenses,inspections and certificates for this installation. The Contractor shall pay all permit fees,inspection fees,certificate fees,and licensing fees. As the Museum is a City of Oshkosh building there are no fees for City of Oshkosh permits for this project. 1.9 CITY OF OSHKOSH INSURANCE&BOND REQUIREMENTS Attached are the insurance and bond requirements for the City of Oshkosh. 1.10 CITY OF OSHKOSH CONTRACTOR AGREEMENT Attached is a sample contractor agreement that the successful bidder will be expected to sign upon award of this project. Bidders do NOT need to submit this agreement when submitting their quote form. 1.11 CITY OF OSHKOSH PREQUALIFICATION FORM Attached is the City of Oshkosh Prequalification Form. All bidders submitting a bid for this project must submit this form as per directions noted on the OFFICIAL NOTICE TO CONTRACTORS for this project. 1.12 SAFETY AND HAZARDOUS MATERIALS A. Contractor shall be solely responsible for initiating,maintaining,and supervising all safety programs and precutions and shall comply with applicable safety laws,good industry standards or practices,and take all reasonable precautions for the safety of their workers, City property, the Public, or City of Oshkosh employees, guests, or vendors. B. The City of Oshkosh retains the authority to approve all chemicals and lubricants prior to Contractor bringing them on site. The Contractor shall furnish a Material Safety Data Sheet and proper labeling for each hazardous chemical to be brought into the premises in compliance with OSHA Hazard Communication Standards, and track usage for EPA reporting purposes, 1.13 WARRANTY The installed equipment shall be warranted by the manufacturer for 1 year on the workings of the equipment . The contractor shall warrant installation work for 1 year from defects in workmanship. The warranty date shall start on the date of the final acceptance of the system by the City of Oshkosh, 1.14 PREVAILING WAGE. NOT USED ON THIS PROJECT. 1.15 SCHEDULE A. Work shall be pursued during regular working hours until complete. This work must be specifically authorized by Jon Urben or another authorized representative of the City of Oshkosh. 1.16 INSTALLATION A. Contractor shall install all equipment to the satisfaction of the City of Oshkosh. 1.17 EQUIPMENT UNLOADING Contractor will be responsible for all costs to unload all HVAC equipment being delivered to the Public Museum. 1.18 PRODUCT DELIVERY, SITE ORGANIZATION AND CLEANUP A. Contractor shall keep work areas orderly and free from debris during the course of installtion and clean up on a daily basis. If areas are not kept clean,the City of Oshkosh may demand immediate cleanup or clean those areas and deduct cost from contract. B. Contractor shall regularly remove trash,materials,cartons,etc. generated by their work from the premises. C. Clean outside surface of repaired and new equipment and adjacent areas of grease, dirt and other construction debris at the time of Substantial Completion. 1.19 TIME OF COMPLETION We,the undersigned, acknowledge a completion date of March 31,2014. 1.20 SIGNATURES Name: B & P Mechanical, Inc. Address; 3200 W. Highview Drive, Appleton, WI 54914 Legal Entity: co/gyration weather a Corporation,Partnership,I Corporation,give state of incorporation and affix Corporate Seal) By: ArY t'4 • Title: Cm Hereunto Duly Authorized Date: 3/3/14 CQrporat e t---„. ; -r ;n � AI End of Bid Form o~ t: s�•r+ /