HomeMy WebLinkAboutItem 06.j
Date: July 1, 2019 Item No.
APPROVAL OF A CONTRACT FOR THE REPLACEMENT OF CITY HALL AIR
CONDITIONING EQUIPMENT WITH ARCHER MECHANICAL AND A RESOLUTION
AMENDING THE 2019 BUILDING FUND BUDGET
Proposed Action
Staff recommends adoption of the following motion: Move to approve a contract for the
replacement of City Hall air conditioning equipment with Archer Mechanical and a resolution
amending the 2019 Building Fund budget.
Overview
This contract replaces the condenser coil in roof top unit (RTU) S3 that services the council
chambers and the two cooling units that service the network center. Two of the three units have
failed components that must be replaced to return them to operation.
The roof top unit that services the council chambers has developed a leak in the condenser coil
that is not repairable. Replacement of the coil is required for the unit to be operational. The
RTU was replaced in 2015 and the coil is no longer covered by a warranty. One of the two
network center cooling units has a failed compressor. Replacement of the compressor is not
recommended due to age of the unit and use of obsolete refrigerant. Both units are scheduled for
replacement in 2020. Staff recommends bringing that replacement forward to 2019 and
amending the 2019 Building Fund budget.
The City solicited proposals from two heating, ventilation, and air conditioning contractors for
replacement of the condenser coil and cooling units. Both contractors proposed the same
equipment replacements. Archer Mechanical returned the lowest cost proposal at $40,190.00 for
both projects. Staff recommends approval.
Primary Issues to Consider
• Is equipment replacement necessary? Yes. The RTU that services the council chambers
cannot be returned to operation without replacing the condenser coil. Replacing the
compressor in one of the network center cooling units is not recommended because of the
scheduled replacement of the units and the obsolete refrigerant used.
Supporting Information
• A copy of the resolution, proposal tabulation, and proposed contract are attached.
Financial Impact: $40,190.00 Budgeted: No Source: Building Fund
Related Documents (CIP, ERP, etc.):
Envision Lakeville Community Values: Good Value for Public Services
Report Completed by: Neil Normandin, Public Works and Facilities Coordinator
CITY OF LAKEVILLE
RESOLUTION NO. ________
RESOLUTION AMENDING THE 2019 BUILDING FUND BUDGET
WHEREAS, the 2019 budget was adopted on December 3, 2018; and
WHEREAS, City of Lakeville Staff has determined the condenser/compressor units at
city hall associated with the council chambers and the information technology network
room needs replacement; and
WHEREAS, the cost estimates for this replacement is $40,190.
NOW, THEREFORE, BE IT RESOLVED the 2019 building fund budget is amended
$40,190 for the replacement of the condenser/compressor units:
ADOPTED by the Lakeville City Council this 1st day of July 2019.
CITY OF LAKEVILLE
___________________________
Douglas P. Anderson, Mayor
ATTEST:
_____________________________
Charlene Friedges, City Clerk
PROPOSAL TABULATION
REPLACEMENT OF CITY HALL AIR CONDITIONING EQUIPMENT
June 20, 2019
Contractor Network Center
Cooling Units
RTU S3 Condenser
Coil Total Project Cost
Cool Air Mechanical Inc. $35,962.00 $6,830.00 $42,792.00
Archer Mechanical $34,035.00 $6,155.00 $40,190.00
1
CONTRACT FOR SERVICES
THIS AGREEMENT made this 1st day of July 2019, by and between the CITY OF
LAKEVILLE, hereinafter referred to as the “City”, and ARCHER MECHANICAL, a
Minnesota corporation, hereinafter referred to as the “Contractor”.
THE CITY AND THE CONTRACTOR, 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 replacing two Liebert cooling units and a roof top unit
condenser coil. The Contractor 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. Contractor’s Proposal dated June 18, 2019.
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 "B" having the last priority.
3. OBLIGATIONS OF THE CONTRACTOR.
A. The Contractor agrees that the work contemplated by the Contract shall be
fully and satisfactorily completed no later than August 30, 2019 in accordance with the terms
of the Contract Documents.
B. Contractor shall exercise the same degree of care, skill, and diligence in the
performance of the services as is ordinarily possessed and exercised by a contractor under
similar circumstances. No other warranty, expressed or implied, is included in this
Agreement. City shall not be responsible for discovering deficiencies in the accuracy of
Contractor’s services.
4. PAYMENT.
A. The City agrees to pay and the Contractor agrees to receive and accept
payment in accordance with the prices quoted, not to exceed $40,190.00, which are inclusive
2
of sales tax, as set forth in the Contractor’s Proposal Form. Payment to the Contractor shall
be made based on work completed and submission and approval of an invoice.
B. Payments to Subcontractor. Pursuant to Minn. Stat. § 471.425,
Subd. 4a, the Contractor must pay any subcontractor within ten (10) days of the
Contractor’s receipt of payment from the City for undisputed services provided by the
subcontractor. The Contractor must pay interest of 1½ 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 penalty payment for an unpaid balance of
$100.00 or more is $10.00. For an unpaid balance of less than $100.00, the Contractor shall
pay the actual penalty due to the subcontractor.
5. INDEMNIFICATION. To the fullest extent permitted by law, Contractor
agrees to defend, indemnify and hold harmless the City, and its employees, officials, and
agents from and against all claims, actions, damages, losses and expenses, including
reasonable attorney fees, arising out of Contractor’s negligence or its performance or
failure to perform its obligations under this Contract. Contractor’s indemnification
obligation shall apply to subcontractor(s), or anyone directly or indirectly employed or
hired by Contractor, or anyone for whose acts Contractor may be liable. Contractor agrees
this indemnity obligation shall survive the completion or termination of this Contract.
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 Contractor 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.
7. GOVERNING LAW. The Contract shall be governed by the laws of the
State of Minnesota.
8. INSURANCE. Prior to the start of the project, Contractor shall furnish to
the City a certificate of insurance showing proof of the required insurance required under
this Paragraph. Contractor shall take out and maintain or cause to be taken out and
maintained until six (6) months after the City has accepted the public improvements, such
insurance as shall protect Contractor and the City for work covered by the Contract
including workers’ compensation claims and property damage, bodily and personal injury
3
which may arise from operations under this Contract, whether such operations are by
Contractor or anyone directly or indirectly employed by either of them. The minimum
amounts of insurance shall be as follows:
Commercial General Liability (or in combination with an umbrella policy)
$2,000,000 Each Occurrence
$2,000,000 Products/Completed Operations Aggregate
$2,000,000 Annual Aggregate
The following coverages shall be included:
Premises and Operations Bodily Injury and Property Damage
Personal and Advertising Injury
Blanket Contractual Liability
Products and Completed Operations Liability
Automobile Liability
$2,000,000 Combined Single Limit – Bodily Injury & Property Damage
Including Owned, Hired & Non-Owned Automobiles
Workers Compensation
Workers’ Compensation insurance in accordance with the statutory requirements
of the State of Minnesota, including Employer’s Liability with minimum limits are as
follows:
$500,000 – Bodily Injury by Disease per employee
$500,000 – Bodily Injury by Disease aggregate
$500,000 – Bodily Injury by Accident
The Contractor’s insurance must be “Primary and Non-Contributory”.
All insurance policies (or riders) required by this Contract shall be (i) taken out by
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 name the City, its employees and agents as additional insureds (CGL and umbrella
only) by endorsement which shall be filed with the City. A copy of the endorsement must
be submitted with the certificate of insurance.
Contractor’s policies and Certificate of Insurance shall contain a provision that
coverage afforded under the policies shall not be cancelled without at least thirty (30) days’
advanced written notice to the City, or ten (10) days’ notice for non-payment of premium.
An Umbrella or Excess Liability insurance policy may be used to supplement Contractor’s
policy limits on a follow-form basis to satisfy the full policy limits required by this
Contract.
4
9. TERM. The term of this Contract shall be from date of award to
completion of all work associated with replacement of the fuel dispensers and the removal
and installation of the fuel islands, unless sooner terminated as hereinafter provided.
10. SUPPLIES, EQUIPMENT, AND INCIDENTALS. The City and
Contractor agree that the Contractor shall furnish any and all supplies, equipment, and
incidentals necessary for Contractor’s performance of this Contract.
11. SUPERVISION OF CONTRACTOR. The City’s designated supervisor
will be Tim Redepenning, Facility Supervisor. The Facility Supervisor, acting on the City’s
behalf, shall be responsible for providing communication and direction as to the provision
of services by the Contractor under this Contract. The Contractor will contact the City of
Lakeville by e-mail as to supply the dates and the times they will perform work at each
facility. The Facility Supervisor’s mailing address is: 20195 Holyoke Avenue, Lakeville, MN
55044; telephone numbers are: (W) 952-985-2630; (C) 952-292-3374; email address is
tredepenning@lakevillemn.gov.
12. TERMINATION WITHOUT CAUSE BY CITY. The City reserves the
right to terminate Contractor at will immediately without cause at any time within the
term of this Contract. In the event of such termination, the City shall provide Contractor
written notice of termination and upon receipt of same, Contractor shall immediately cease
and desist Contractor’s provision of services under this Contract and City shall have no
further obligation under this Contract to pay any further compensation to Contractor
except for compensation due and owing for services prior to Contractor’s receipts of the
written notice of termination.
13. INDEPENDENT CONTRACTOR. City and Contractor agree that
Contractor, 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
Contractor further agree that Contractor shall not at any time or in any manner represent
that Contractor or any of the Contractor’s agents or employees are in any manner agents or
employees of the City. City and Contractor further agree that Contractor shall be
exclusively responsible under this Contract for Contractor’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.
5
14. WRITTEN NOTICE OR OTHER CORRESPONDENCE. Any written
notice or other correspondence to be provided by or between the City and the Contractor
in accordance with this Contract shall be hand delivered or mailed by registered or certified
mail to the following address:
CITY:
CONTRACTOR:
15. WAIVER OF DEFAULT. Any waiver by City of a default under the
provisions of this Contract by Contractor shall not operate or be construed as a waiver of a
subsequent default by the Contractor. 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 Contractor
agree that the services to be rendered by the Contractor under this Contract are unique and
personal. Accordingly, the Contractor may not assign or subcontract out any of the
Contractor’s rights or any of the Contractor’s duties or obligations under this Contract.
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 Contractor and its subcontractors, if any, relative to this Contract are subject
to examination by the City.
City of Lakeville
20195 Holyoke Avenue
Lakeville MN 55044
Archer Mechanical
1614 Cliff Road East
Burnsville MN 55337
6
19. WARRANTY. The Contractor 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 proposal 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. Contractor 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 Contractor, 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 Contractor, 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
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. Working hours shall be restricted to the hours of 7:00
a.m. to 4:00 p.m., Monday through Friday. Changes to those hours should be coordinated
with the City.
23. BACKGROUND CHECKS. The City must receive from the Contractor
and each Contractor’s employee written authorization permitting the City of Lakeville
7
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 Contractors or Contractor’s employees that it deems
inappropriate.
CITY OF LAKEVILLE
BY:
Douglas P. Anderson, Mayor
AND
Charlene Friedges, City Clerk
CONTRACTOR:
ARCHER MECHANICAL
BY:
(Print Name)
Its: