HomeMy WebLinkAboutItem 06.hChrist - r J. Petree
Publi orks Director
Financial Impact: $18,803.20
Related Documents (CIP, ERP, etc.):
Aire
Lakeville
Date: 27 November 2012 Item No.
APPROVAL OF A CONTRACT FOR MAINTENANCE OF HVAC SYSTEMS WITH
NASSEFF MECHANICAL CONTRACTORS
Proposed Action
Staff recommends adoption of the following motion: Move to approve a contract with Nasseff
Mechanical Contractors to perform heating, ventilation, and air conditioning (HVAC)
preventive maintenance services at designated City facilities.
Overview
This contract encompasses the preventive maintenance requirements for heating and cooling
systems in twelve City facilities. Included under the contract are the four fire stations, the
Police Department, the Heritage Center, and Arts Center, two of the liquor stores, the Water
Treatment Facility, the Central Maintenance Facility, and City Hall.
Preventive maintenance activities involve the seasonal startup of heating and cooling
systems along with detailed checks of temperature controls, fans, heat exchangers, filters, and
the myriad other items associated with keeping the systems operational. The goal with this
contract is to proactively eliminate problems through a formal schedule of preventive
maintenance activities and minimize the potential for major system failures.
Four vendors returned proposals with Nasseff Mechanical Contractors providing all required
services at the least cost. The contract term expires on December 31, 2014.
Staff reviewed the contract and associated documents and recommends its approval.
Primary Issues to Consider
• What is the effect of curtailing HVAC preventive maintenance? The purpose of preventive
maintenance is to prolong the service life of HVAC systems and enable the City to
proactively plan for upgrade and replacement rather than react to outages requiring
emergency repairs.
Supporting Information
• A copy of the contract for services and tabulation of proposals are attached
Budgeted: Yes Source: Department Operating Budgets
Notes: Sufficient funds are programmed in each department's budget to meet the annual cost.
THIS AGREEMENT made this 3 day of December 2012, by and between the CITY
OF LAKEVILLE, hereinafter referred to as the "City ", and NASSEFF MECHANICAL
CONTRACTORS, hereinafter referred to as the "Vendor ".
THE CITY AND THE VENDOR, FOR THE CONSIDERATION HEREINAFTER
STATED, AGREE AS FOLLOWS:
1. SCOPE OF SERVICES. The scope of services is detailed in the Contract
Documents but generally consist of maintenance of the Heating, Ventilation, and Air
Conditioning (HVAC) systems in designated City facilities. The Vendor agrees to perform the
services as detailed in the Contract Documents.
2. CONTRACT DOCUMENTS. The following documents shall be referred to as
the "Contract Documents ", all of which shall be taken together as a whole as the contract
between the parties as if they were set verbatim and in full herein:
A. This document entitled "Contract for Services ".
B. HVAC Preventive Maintenance Specifications, Schedule A.
C. Equipment Listing, Schedule B.
D. Facility Listing, Schedule C.
E. Vendor's Proposal
If there is a conflict among the provisions of the Contract, the order in which they are listed
above shall control in resolving any such conflicts with Contract Document "A" having the first
priority and Contract Document "E" having the last priority.
3. OBLIGATIONS OF THE VENDOR. The Vendor agrees that the work
contemplated by the Contract shall be fully and satisfactorily completed in accordance with the
terms of the Contract Documents.
4. PAYMENT.
CONTRACT FOR SERVICES
A. The City agrees to pay and the Vendor agrees to receive and accept
payment in accordance with the prices quoted, which is inclusive of sales tax, as set forth in the
completed Proposal Form. Payment to the Vendor shall be made semiannually based on work
completed and submission and approval of an invoice.
B. Payments to Subcontractor. Pursuant to Minn. Stat. § 471.25, Subd. 4a,
the Vendor must pay any subcontractor within ten (10) days of the Vendor's receipt of
payment from the City for undisputed services provided by the subcontractor. The Vendor
must pay interest of 1Y2 percent per month or any part of a month to the subcontractor on any
undisputed amount not paid on time to the subcontractor. The minimum monthly interest
2
penalty payment for an unpaid balance of $100.00 or more is $10.00. For an unpaid balance
of less than $100.00, the Vendor shall pay the actual penalty due to the subcontractor.
5. INDEMNIFICATION.
A. The Vendor shall indemnify, defend and hold harmless the City and its
officials, agents, representatives, and employees from any loss, claim, liability and expense
(including reasonable attorney's fees and expenses of litigation) with respect to: (a) Worker's
Compensation benefits payable on account of injury or death to any Vendor employee or to
any employee of Vendor's subcontractors, where the injury or death arises out of or is in any
way related to the work performed or to be performed under the Contract; (b) claims for
personal injury, death, or property damage or loss asserted by a Vendor or subcontractor or
any of their officers, agents, representatives, or employees where the injury, death, damage, or
loss arises out of or is in any way related to the work performed or to be performed under the
Contract; and (c) claims for personal injury, death, or property damage or loss as asserted by
third - parties at the work site, where the claim is based in the whole or in any part on, or is in
any way related to, any act or omission by Vendor, or Vendor's subcontractors, agents,
employees or delegates.
B. Vendor shall agree that the indemnities stated above shall be construed
and applied in favor of indemnification. To the extent permitted by law, the stated
indemnities shall apply regardless of any strict liability or negligence attributable to the City
and regardless of the extent to which the underlying harm is attributable to the negligence or
otherwise wrongful act or omission (including breach of contract) of Vendor, its
subcontractors, agents, employees or delegates. Vendor also agrees that if applicable law
limits or precludes any aspect of the stated indemnities, then the indemnities will be
considered limited only to the extent necessary to comply with that applicable law. The stated
indemnities continue until all applicable statutes of limitations have run.
C. If a claim arises within the scope of the stated indemnity, the City may
require Vendor to furnish a written acceptance of tender of defense and indemnity from
Vendor's insurance company. Vendor will take the action required by City within fifteen (15)
days of receiving notice from City.
6. RIGHTS AND REMEDIES.
A. The duties and obligations imposed by the Contract Documents and
the rights and remedies available thereunder shall be in addition to and not a limitation of any
duties, obligations, rights and remedies otherwise imposed or available by law.
B. No action or failure to act by the City or the Vendor shall constitute a
waiver of any right or duty afforded by any of them under the Contract, nor shall any such
action or failure to act constitute an approval of or acquiescence in any breach thereunder,
except as may be specifically agreed in writing.
3
7. GOVERNING LAW. The Contract shall be governed by the laws of the State
of Minnesota.
8. INSURANCE. Prior to commencing work on the Contract, the Vendor shall
furnish the City a certificate of insurance. The Vendor shall furnish and maintain during the
project such public liability and property damage insurance as shall protect Vendor and any
subcontractors performing work covered by the Contract from claims for damages by
Workers Compensation Statute, and from claims for property damages or personal injury
which may arise from operations under this Contract, whether such operations are by Vendor
or by an subcontractor or anyone directly or indirectly employed by either of them and the
amounts of insurance shall be as follows:
A. Workers Compensation - as provided in the applicable law.
B. Comprehensive Public:
Liability - Personal Injury - $2,000,000.00
Property Damage - $2,000,000.00
C. Comprehensive Automobile:
Liability - Personal Injury - $2,000,000.00
Property Damage - $2,000,000.00
All insurance policies (or riders) required by this Contract shall be (i) taken out by Vendor
and maintained with responsible insurance companies organized under the laws of one of the
states of the United States and qualified to do business in the State of Minnesota, (ii) shall
contain a provision that the insurer shall not cancel or revise coverage thereunder without
giving written notice to Vendor as an insured party and to City as an additional insured at
least thirty (30) days before cancellation or revision becomes effective, (iii) shall name Vendor
as an insured party and City as an additional insured; (iv) shall be evidenced by a Certificate of
Insurance listing City as an additional insured which shall be filed with the City.
9. TERM. The term of this Contract shall begin on or about January 1, 2013 and
end on December 31, 2014, both dates inclusive, unless sooner terminated as hereinafter
provided.
10. SUPPLIES, EQUIPMENT, AND INCIDENTALS. The City and Vendor
agree that the Vendor shall furnish any and all supplies, equipment, and incidentals necessary
for Vendor's performance of this Contract.
11. SUPERVISION OF VENDOR. The City's designated supervisor will be Bill
Mensen, Facilities Maintenance Coordinator. Mr. Mensen, acting on the City's behalf, shall
be responsible for providing communication and direction as to the provision of services by
the Vendor under this Contract. The Vendor will contact the City of Lakeville by e-mail as to
the supply dates and the time they will perform work at each facility. Mr. Mensen's mailing
4
address is: 20195 Holyoke Avenue, Lakeville, MN 55044. His telephone numbers are: (W)
952 - 985 -2630; (C) 952 - 292 -3374, and his e-mail address is wmensen@lakevillemn.gov.
12. TERMINATION WITHOUT CAUSE BY CITY. The City reserves the right
to terminate Vendor at will immediately without cause at any time within the term of this
Contract. In the event of such termination, the City shall provide Vendor written notice of
termination and upon receipt of same, Vendor shall immediately cease and desist Vendor's
provision of services under this Contract and City shall have no further obligation under this
Contract to pay any further compensation to Vendor except for compensation due and owing
for services prior to Vendor's receipt of the written notice of termination.
13. INDEPENDENT CONTRACTOR. City and Vendor agree that Vendor,
while engaged in carrying out and complying with the terms and conditions of this Contract
and the provision of services thereunder, shall be considered at all times an independent
contractor and not an officer, employee, or agent of the City. City and Vendor further agree
that Vendor shall not at any time or in any manner represent that Vendor or any of the
Vendor's agents or employees are in any manner agents or employees of the City. City and
Vendor further agree that Vendor shall be exclusively responsible under this Contract for
Vendor's own FICA payment, workers compensation payments, unemployment
compensation payments, withholding amounts, and /or self - employment taxes or other taxes
if any such payments, amounts, or taxes are required to be paid by law or regulations.
14. WRITTEN NOTICE OR OTHER CORRESPONDENCE. Any written notice
or other correspondence to be provided by or between the City and the Vendor in accordance
with this Contract shall be hand delivered or mailed by registered or certified mail to the
following address:
CITY: City of Lakeville
20195 Holyoke Avenue
Lakeville, MN 55044
VENDOR: Nasseff Mechanical Contractors
122 South Wabasha St, Suite 101
St. Paul MN 55107
15. WAIVER OF DEFAULT. Any waiver by City of a default under the
provisions of this Contract by Vendor shall not operate or be construed as a waiver of a
subsequent default by the Vendor. No waiver shall be valid unless in writing and signed by
the Mayor and the City Administrator on behalf of the City.
16. NO ASSIGNMENT OR SUBCONTRACTING. The City and Vendor agree
that the services to be rendered by the Vendor under this Contract are unique and personal.
Accordingly, the Vendor may not assign or subcontract out any of the Vendor's rights or any
of the Vendor's duties or obligations under this Contract.
5
17. INVALIDITY OF PROVISIONS. If any term or provision of this Contract or
any application hereof to any person or circumstances, shall to any extent be invalid or
unenforceable, the remainder of this Contract or the application of such term or provision to
persons or circumstances other than those as to which it is held invalid or unenforceable shall
not be effected hereby and each term and provision of this Contract shall be valid and be
enforced to the fullest extent permitted by law.
18. DATA PRACTICES /RECORDS.
A. All data created, collected, received, maintained, or disseminated for any
purpose in the course of this Contract is governed by the Minnesota Government Data Practices
Act, Minn. Stat. Ch. 13, any other applicable state statute, or any state rules adopted to
implement the act, as well as federal regulations on data privacy.
B. All books, records, documents, and accounting procedures and practices
of the Vendor and its subcontractors, if any, relative to this Contract are subject to examination
by the City.
19. WARRANTY. The Vendor shall be held responsible for any and all defects in
workmanship, materials, and equipment which may develop in any part of the contracted
service, and upon proper notification by the City shall immediately replace, without cost to the
City, any such faulty part or parts and damage done by reason of the same in accordance with the
bid specifications.
20. ENTIRE AGREEMENT. This instrument herein contains the entire and only
agreement between the parties and no oral statement or representation or prior written matter
not contained in this instrument shall have any force and effect. This Contract shall not be
modified in any way except by writing executed by both parties.
21. DISCRIMINATION. Vendor agrees to comply with Minnesota Statute 181.59
that states:
Subsection A. That, in the hiring of common or skilled labor for the
performance of any work under any contract, or any subcontract, no
contractor, material supplier or vendor, shall, by reason of race, creed, or color,
discriminate against the person or persons who are citizens of the United States
or resident aliens who are qualified and available to perform the work to which
the employment relates;
Subsection B. That no contractor, material supplier, or vendor, shall, in any
manner, discriminate against, or intimidate, or prevent the employment of any
person or persons identified in clause (1) of this section, or on being hired,
prevent, or conspire to prevent the person or persons from the performance of
work under any contract on account of race, creed, or color;
Subsection C. That a violation of this section is a misdemeanor; and
6
STATE OF MINNESOTA
COUNTY OF
Subsection D. That this contract may be canceled or terminated by the state,
county, city, town, school board, or any other person authorized to grant the
contracts for employment, and all money due, or to become due under the
contract, may be forfeited for a second or any subsequent violation of the terms
or conditions of this contract.
22. WORK HOURS. HVAC preventive maintenance shall start at 8:00 a.m. and
be completed before 4:00 p.m.
23. BACKGROUND CHECKS. The City must receive from the Vendor and each
Vendor's employee written authorization permitting the City of Lakeville Police Department
to perform a criminal history background check and further authorize the Police Department
to release the information obtained to the Lakeville City Council, City Administrator and
other appropriate employees. The City reserves the right to deny access to City facilities to
those Vendors or Vendor's employees that it deems inappropriate.
( ss.
CITY OF LAKEVILLE
BY:
AND
I ts
Mark Bellows, Mayor
Charlene Friedges, City Clerk
VENDOR: Nasseff Mechanical
BY:
The foregoing instrument was acknowledged before me this day of
, 2012, by Mark Bellows and by Charlene Friedges, respectively the Mayor and the
City Clerk of the City of Lakeville, a Minnesota municipal corporation, on behalf of the
corporation and pursuant to the authority granted by its City Council.
NOTARY PUBLIC
7
STATE OF MINNESOTA )
( ss.
COUNTY OF )
The foregoing instrument was acknowledged before me this day of
, 2012, by the
of , a
corporation, on behalf of the corporation.
NOTARY PUBLIC
8
VENDER
CITY OF LAKEVILLE
HVAC PREVENTIVE MAINTENANCE
2013 -2014 TABULATION
PROPOSAL
TOTAL
NAC MECHANICAL $23,094.00
ARCHER MECHAICAL $19,124.00
NASSEFF MECHANICAL $18,803.20
HARRIS COMPANIES $46,875.00