HomeMy WebLinkAboutCreative Sign Mount sign Parks Facility (2)DocuSign Envelope ID: 28654E63-C209-4CA1-8A03-135139A7A5DE
CONTRACTOR AGREEMENT:
GRADE MOUNT SIGN: PARKS ADMINISTRATION AND OPERATIONS FACILITY
CITY OF OSHKOSH PARKS DEPARTMENT
THIS AGREEMENT, made on the 151h day of JUNE, 2023, by and between the CITY OF OSHKOSH, party
of the first part, hereinafter referred to as CITY, and CREATIVE SIGN COMPANY, 505 LAWRENCE
DRIVE, DE PERE, WI 54115, hereinafter referred to as the CONTRACTOR,
WTTNESSETH:
That the City and the Contractor, for the consideration hereinafter named, enter into the following
agreement. The Contractor's proposal is attached hereto and reflects the agreement of the parties except
where it conflicts with this agreement, in which case this agreement shall prevail.
ARTICLE I. COMPONENT PARTS OF THE CONTRACT
This contract consists of the following component parts, all of which are as fully a part of this contract
as if herein set out verbatim, or if not attached, as if hereto attached:
A. This Instrument
B. Proposal Solicitation
C. Contractor's Proposal
In the event that any provision in any of the above component parts of this contract conflicts with any
provision in any other of the component parts, the provision in the component part first enumerated
above shall govern over any other component part which follows it numerically except as may be
otherwise specifically stated.
ARTICLE 11. PROTECT MANAGER
A. Assignment of Project Manager. The Contractor shall assign the following individual to manage
the project described in this contract:
(Kelsy-Ann Hayes, Senior Sign Consultant)
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
City Hall, 215 Church Avenue P.O. Box 1 130 Oshkosh, WI 54903-1 130 http://www.ci.oshkosh.wi.us
DocuSign Envelope ID: 28654E63-C209-4CA1-8A03-135139A7A5DE
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 III. CITY REPRESENTATIVE COPY
The City shall assign the following individual to manage the project described in this contract:
(Ray Maurer, Parks Director)
ARTICLE IV. SCOPE OF WORK
The Contractor shall provide the services described in the City's INVITATION FOR BID for the Project
titled "GRADE MOUNT SIGN: PARKS ADMINISTRATION AND OPERATIONS FACILITY" dated
May 5, 2023 and the contractor's bid form and materials attached. If anything in the Bid Form conflicts
with the Bid Specifications, the provisions in the Bid Specifications 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 V. 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 VI. TIME OF COMPLETION
The work to be performed under this contract shall be completed by the timelines established in the bid
specifications.
Any changes to this completion date must be agreed upon by both parties in writing.
ARTICLE VII. PAYMENT
A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract
the sum of $34,889.00 (Base Bid Option 02) + Alternate No. 2 (Aluminum Cabinet Sign with 3'
X 6' messaging board) adjusted by any changes hereafter mutually agreed upon in writing by
the parties hereto.
B. Fee schedules shall be firm for the duration of this Agreement.
i. 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
DocuSign Envelope ID: 28654E63-C209-4CA1-8A03-135139A7A5DE
provide to Contractor a statement as to the reason(s) for withholding payment.
ii. Additional Costs. Costs for additional services shall be negotiated and set TorMzi
amendment to this agreement executed by both parties prior to procee g AP
covered under the subject amendment. %JJ
ARTICLE Vim. STANDARD PROVISIONS
The CONSULTANT agrees in all hiring or employment made possible by or resulting from this
agreement, there will not be any discrimination against any employee or applicant for employment
because of race, color, religion, sex, sexual orientation, gender identity, or national origin.
ARTICLE DC. 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 X. INSURANCE
The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional
insured.
ARTICLE XI. TERMINATION
C. 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.
D. 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.
Signatures. By placing their signatures below, each individual affirms that the entity they
represent is authorized to enter into this Agreement, and further affirm that they are authorized
DocuSign Envelope ID: 28654E63-C209-4CA1-8A03-135139A7A5DE
by the entity they are representing to bind their respective parties to the terms and conditions
of this Agreement.
COPY
(Witness)
(Witness)
APPROVED:
DocuSigned by::q
4Z&111�
City Attorney
CONTRACTOR
DocuSigned by:
Et's
By. 3799E !i. 40C-.
Kelsy-Ann Hayes, Senior Sign Consultant
Creative Sign Company
CITY OF OSHKOSH
DocuSigned by:
By: 222E 07D8E7489...
Mark A. Robloff, City Manager
DocuSigned by:
I. .....
. . 'I ,-
And:
Diane M. Bartlett, City Clerk
I hereby certify that the necessary provisions
have been made to pay the liability which
will accrue under this contract.
DocuSigned by:
PC:FF039dFAQA4AF
City Comptroller
DocuSign Envelope ID: 28654E63-C209-4CA1-8A03-135139A7A5DE
CITY OF OSHKOSH INVITATION FOR BID:
GRADE MOUNT SIGN: COPY
PARKS ADMINISTRATION AND OPERATIONS FACILITY
BID PROPOSAL FORM
Page 1 of 2
From: Creative Sign Company (bidder's company name)
BID SUBMITTAL DEADLINE: BY 10:00 A.M., THURSDAY, JUNE 1, 2023
Date: 5/26/23
Addenda: Receipt of Addenda numbered 0 of 0 are hereby understood,
acknowledged and included in bidder's bid proposal form. If no addenda were issued
for this project please write "N/A" above.
In compliance with the advertising for Bids and having carefully examined the drawings
and/OR 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. 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. We, the undersigned, propose to furnish all labor and materials
per the project specifications or noted deviations for the following amount(s):
1. GENERAL CONSTRUCTION
a. Bid Option #01(Aluminum Cabinet Sign with 2'x6' messaging board).
All labor, materials, services and equipment necessary for completion of the Work
required for the installation of the proposed grade mount sign, the Sum of
_Twenty-six thousand, two -hundred twenty and 00/100 Dollars ($ 26,220.00_)
b. Alternate No.1
ADJUST to the Base Bid amount all labor, materials, services, and equipment
necessary for an W8mm LED RGB messaging display to replace the base bid W10mm.
34
DocuSign Envelope ID: 28654E63-C209-4CA1-8A03-135139A7A5DE
as
Two thousand, three hundred thirty-four and 00/100 Dollars ($_$2,334.00) COPY
h ba*A
c. Bid Option #02 (Aluminum Cabinet Sign with 3'x6' messaging board).
All labor, materials, services and equipment necessary for completion of the Work
required for the installation of the proposed grade mount sign, the Sum of
_Thirty-two thousand, one hundred twenty-one and 00/100 Dollars ($_32,121.00)
d. Alternate No. 2
ADJUST to the Base Bid amount all labor, materials, services, and equipment
necessary for an W8mm LED RGB messaging display to replace the base bid W10mm.
U&
_Two thousand, seven hundred sixty-eight and 00/100_Dollars ($2,768.00_)
e. Bid Option #03 (Concrete Base).
All labor, materials, services and equipment necessary for completion of the Work
required for the installation of the proposed concrete sign base, the Sum of
N/A Dollars ($ N/A )
B. Accompanying this Bid Form is a Bid Bond in the amount of five percent (5%) of the
Bid, as required by the Instructions to Bidders.
C. Receipt of the following Addenda to the Contract Documents are acknowledged:
Number and Date Number and Date
N/A
35
DocuSign Envelope ID: 28654E63-C209-4CA1-8A03-135139A7A5DE
D. In Submitting this Bid Form, it is understood that the Owner reserves the ri ght to
reject any or all Bid Forms, to waive technicalities, and to advertise for new OPY
that this Bid shall remain open and shall not be withdrawn for a period of 0 ays
from the date prescribed for its opening.
E. If written notice of the acceptance of this Bid is mailed or delivered personally to the
undersigned within 30 days after the date set for opening of this Bid, or at any time
thereafter before it is withdrawn, the undersigned Bidder will sign the Contract
Documents through DocuSign in accord with this Bid as accepted, and will also
furnish and deliver to the Owner all required Bonds and proof of insurance coverage
required, all within 10 days after personal delivery, deposit in the mail, or e-mail
delivery of a notification of acceptance of this Bid.
F. Notice of acceptance or request for additional information may be addressed to the
undersigned at the address set forth below.
G, Wherever in this Bid Form an amount is stated in both words and figures, in case of
discrepancy between words and figures, the words shall prevail.
SIGNATURES
Date: 5/26123 Name of Company: Creative Sign Company
Submitted by; (name/title) Kelsy-Ann Hayes Email: kelsy@creativesigncompany.com
Address of Company: 505 Lawrence Drive DePere, WI 54115 Phone: 920-336-8900
36
DocuSign Envelope ID: 28654E63-C209-4CA1-8A03-135139A7A5DE
CITY OF OSHKOSH INVITATION FOR BID:
GRADE MOUNT SIGN: COPY
PARKS ADMINISTRATION AND OPERATIONS FACILITY
BID PROPOSAL FORM
Page 2 of 2
Company Representative that will be named Project Manager for this project, if awarded
the bid: Kelsy-Ann Hayes
1/
Signature Title Senior sign consultant
�
Company Representative authorized to sign contracts electronically via DocuSign:
Name: Kelsy-Ann Hayes Ems; kelsy@creativesigncompany.com
That I have examined and carefully prepared this Proposal from the Plans and
Specifications and have checked the same in detail before submitting this Proposal; that I
have full authority to make such statements and submit this Proposal in (its) (their) behalf,
and that said statements are true and correct.
Signature '�� Y r �
Title Senior sign consultant
Warranty Details: 5 year parts & 5 year labor warranty
37
�®
AVR CERTIFICATE OF LIABILITY INSURANCE
DATE (MYYY)
os/19/20232023
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 INSURE ,
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED pr
v ion or d e
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endors
m a e n
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Northeast Insurance Center
CONTANAME: Jerry Hietpas
PAHONrEo. Ext (920) 592-0500 FAX
No : (920) 592-9186
ADDRESS: jerry@northeastinsurance.biz
1345ANorth Rd Suite 100
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURERA: Pekin Insurance
Green Bay WI 54313
INSURED
INSURER B : Pekin Ins
24228
Creative Sign CO Inc
INSURER C :
INSURER D :
505 Lawrence Or
INSURER E :
INSURER F :
Depere WI 54115
CnVFRArFS CFRTIFICATF NUMRFR- 2021-2022 MASTER 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 CONTRACTOR 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.
INSR
LTR
TYPE OF INSURANCE
INSD
WVD
POLICYNUMBER
POLICY EFF
MM/DD
POLICY EXP
MMIDD
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 2,000,000
CLAIMS -MADE ❑X OCCUR
DAMAGE TO RENED
PREMISES Ea occurrence
$ 100,000
MED EXP (Any one person)
$ 5,000
PERSONAL &ADV INJURY
$ 2,000,000
A
Y
Y
CL0032346
07/16/2022
07/16/2023
GEN'LAGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 4,000,000
PRODUCTS-COMP/OPAGG
$ 4,000,000
POLICY 19 JEo- LOC
$
OTHER:
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$
BODILY INJURY (Per person)
$ 1,000,000
X ANY AUTO
B
OWNED SCHEDULED
AUTOS ONLY AUTOS
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY(par..
Y
Y
005793216
07/16/2022
07/16/2023
BODILY INJURY (Per accident)
$ 1,000,000
PROPERTY DAMAGE
Per accident
$ 1,000,000
X
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$ 5,000,000
HCLAIMS-MADE
AGGREGATE
$ 5,000,000
B
EXCESS LIAR
005817421
07/16/2022
07/16/2023
DED X RETENTION $ 10,000
$
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED? M
(Mandatory in NH)
NIA
Y
005420802
07/16/2022
07/16/2023
X PER
ERH
EL. EACH ACCIDENT
_
$ 1,000,000
EL. DISEASE- EA EMPLOYEE
$ 1,000,000
E.L. DISEASE - POLICY LIMIT
1,000,000
$
If yes, describe under
DESCRIPTION OF OPERATIONS below
Todd Thomas excluded under WC.
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required)
.By contractual agreement between the certificate holder & this insured;City of Oshkosh , is/are an Additional Insured under General Liability with
CG2010 and CG2037 (ongoing & completed operations on a primary &
non-contributorybasis). Waiver of Subrogation in favor of the Additional Insured on General Liability with CG5036, Automobile Liability with 1958, and
Worker Compensation with WC000313. Umbrella follows form.
These certificates shall contain a provision that coverage afforded underthe policies will not be canceled or non renewed until at
least 30 days' prior written notice has been given to the City Clerk. City of Oshkosh.
Project Name: Grade Mount Sign Project — Parks Admin Facility
1`CDTICIr`ATC Ifni MCD rAMRFI I ATInN
City of Oshkosh, ATTN: City Clerk
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
215 Church Avenue
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
PO BOX 1130
ACCORDANCE WITH THE POLICY PROVISIONS.
Oshkosh, WI 54903-1130
AUTHORIZED REPRESENTATIVE
JerryH�'Z
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD
ACOR 7 a
� CERTIFICATE OF LIABILITY INSURANCE
DATE(MMIDD/YYYY)
07/16/2023
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 INSURE ,
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED pr
v ion or
d e
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endors
m
a e n
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
CONTANAME: Jerry Hietpas
Northeast Insurance Center
PHONrE Ext (920) 592-0500 A/c No): (920) 592-9186
ADDRESS: jerry@northeastinsurance.biz
1345A North Rd Suite 100
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURERA; Pekin Insurance
Green Bay WI 54313
INSURED
INSURER B : Pekin Ins
24228
Creative Sign Co Inc
INSURERC:
505 Lawrence Dr
INSURERD:
INSURER E :
Depere WI 54115
INSURER F :
COVERAGES CERTIFICATE NUMBER: 2021-2022 MASTER 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAYBE 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.
INSR
LTR
TYPE OF INSURANCE
AUUL
INSD
5UtJR
WVD
POLICYNUMBER
POLICY EFF
MM/DDNYYY)
POLICY EXP
(MMIDDNYYYI
LIMITS
X
COMMERCIAL GENERAL LIABILITY
EACH OCCURRENCE
$ 2,000,000
DAMAGE TO RENTED
100,000
CLAIMS -MADE OCCUR
PREMISES Ea occurrence
$
MED EXP (Any one person)
$ 5,000
PERSONAL & ADV INJURY
$ 2,000,000
A
Y
Y
006308811
07/16/2023
07/16/2024
GEN'LAGGREGATE LIMIT APPLIES PER:
GENERALAGGREGATE
$ 4,000,000
POLICY ❑X JEa LOC
PRODUCTS-COMP/OPAGG
$ 4,000,000
$
OTHER:
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
$
X
BODILY INJURY (Per person)
$ 1,000,000
ANY AUTO
B
OWNED SCHEDULED
Y
Y
005793216
07/16/2023
07/16/2024
BODILY INJURY (Per accident)
$ 1,000,000
AUTOS ONLY AUTOS
PROPER DAMAGE
Per accident
$ 1,000,000
HIRED NON -OWNED
AUTOS ONLY AUTOS ONLY
$
X
UMBRELLA LIAB
OCCUR
EACH OCCURRENCE
$ 5,000,000
HCLAIMS-MADE
AGGREGATE
$ 5,000,000
B
EXCESS LIAR
005817421
07/16/2023
07/16/2024
DED I X RETENTION $ 10,000
$
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY YIN
/� STATUTE ERH
EL. EACH ACCIDENT
1,000,000
$
B
ANY PROPRIETOR/PARTNER/EXECUTIVE
NIA
Y
005420802
07/16/2023
07/16/2024
EL. DISEASE- EA EMPLOYEE
$ 1,000,000
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
EL. DISEASE - POLICY LIMIT
1,000,000
$
Todd Thomas excluded under WC.
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required)
By contractual agreement between the certificate holder & this insured;City of Oshkosh , is/are an Additional Insured under General Liability with
CG2010 and CG2037 (ongoing & completed operations on a primary &
non-contributorybasis). Waiver of Subrogation in favor of the Additional Insured on General Liability with CG5036, Automobile Liability with 1958, and
Worker Compensation with WC000313. Umbrella follows form.
These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at
least 30 days' prior written notice has been given to the City Clerk- City of Oshkosh.
Project Name: Grade Mount Sign Project — Parks Admin Facility
CERTIFICATE HOLDER CANCELLATION
City of Oshkosh, ATTN: City Clerk
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
215 Church Avenue
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
PO Box 1130
ACCORDANCE WITH THE POLICY PROVISIONS.
Oshkosh, WI 54903-1130
AUTHORIZED REPRESENTATIVE
Je rryHl�'eh
@ 1988-2015 ACORD CORPORATION. All rights reserved.
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD