Loading...
HomeMy WebLinkAbout26-13 Miron Const Agreement_4-1-26 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 1 of 10 AGREEMENT THIS AGREEMENT is by and between the City of Oshkosh, Wisconsin (hereinafter called Owner) and Miron Construction, Inc. (hereinafter called Contractor). Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Construction of a new tertiary filtration building and associated ancillary processes, construction of a new ultraviolet (UV) disinfection building, and improvements to existing wastewater treatment plant buildings. The Project includes site work, yard piping, architectural, structural, process piping and equipment, plumbing, heating, ventilation, air conditioning, electrical, and instrumentation and control aspects. ARTICLE 2 – THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: CITY OF OSHKOSH CONTRACT NO. 26-13 WASTEWATER TREATMENT PLANT TERTIARY TREATMENT AND UV DISINFECTION CONSTRUCTION OSHKOSH, WISCONSIN ARTICLE 3 – ENGINEER 3.01 The Project has been designed by Donohue & Associates, Inc., who is hereinafter called Engineer and who is to act as Owner’s representative, assume all duties and responsibilities, and have the rights and authority assigned to Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 – CONTRACT TIMES 4.01 Time of Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Dates for Substantial Completion and Final Payment A. The Work will be substantially completed on or before April 1, 2028 and completed and ready for final payment in accordance with Article 15 of the General Conditions, the Supplementary Conditions, and the Supplementary Conditions – City of Oshkosh on or before July 31, 2028. Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 2 of 10 4.03 Liquidated Damages A. Contractor and Owner recognize that time is of the essence as stated in Paragraph 4.01 above and that Owner will suffer financial loss if the Work is not completed and Milestones not achieved within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with the Contract. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding that actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty). 1. Substantial Completion: Contractor shall pay Owner $1,500.00 for each day that expires after the time (as duly adjusted pursuant to the Contract) specified in Paragraph 4.02.A above for Substantial Completion until the Work is substantially complete. 2. Completion of Remaining Work: After Substantial Completion, if Contractor shall neglect, refuse, or fail to complete the remaining Work within the Contract Time (as duly adjusted pursuant to the Contract) for completion and readiness for final payment, Contractor shall pay Owner $1,500.00 for each day that expires after such time until the Work is completed and ready for final payment. 3. Liquidated damages for failing to timely attain Substantial Completion and final completion are not additive and will not be imposed concurrently. 4. Contractor and Owner also recognize that Owner will suffer financial loss if part of the Work is not completed within the Milestone times specified in Section 01 11 00, plus any extensions thereof allowed in accordance with Article 11 of the General Conditions. The parties also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if part of the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty), Contractor shall pay Owner the amount stated below for each day that expires after the time specified in Section 01 11 00 for Substantial Completion of each Milestone until the Work is substantially complete. a. Milestone No. 1 – Tertiary Disk Filtration Process: $1,500.00 each day after Substantial Completion. ARTICLE 5 – CONTRACT PRICE 5.01 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount equal to the sum of the established unit price for each separately- identified item of Unit Price Work times the estimated quantity of that item as indicated in the following schedule for Unit Price Work: Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 3 of 10 UNIT PRICE SCHEDULE No. Section Item Qty Unit Bid Unit Price Bid Price 1 All Sections All Work Except For Items No. 2 through 4 1 LS $33,152,390.00 per LS $33,152,390.00 2 See Section 01 22 00 Polyurethane Foam Crack Injection 100 LF $126.97 per LF $12,697.00 3 See Section 01 22 00 Disposal and Replacement of Unsuitable Soil Materials 500 CY $58.15 per CY $29,075.00 4 See Section 01 22 00 Disposal and Replacement of Contaminated Materials 50 CY $137.62 per CY $6,881.00 TOTAL OF ALL BID PRICES (Sum of Bid Price for Each Item) $33,201,043.00 (figures) Thirty Three Million Two Hundred One Thousand Forty Three Dollars (words) Qty = Estimated Quantity Estimated Price (for each Item) = Qty x Unit Price (for each item) LS = Lump Sum CY = Cubic Yard LF = Lineal Foot EA = Each As provided in Article 13 of the General Conditions, estimated quantities are not guaranteed, and determinations of actual quantities and classifications are to be made by Engineer as provided in Article 10 of the General Conditions. Unit prices have been computed as provided in Article 13 of the General Conditions. ARTICLE 6 – PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by Engineer as provided in the General Conditions. Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 4 of 10 6.02 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor’s Applications for Payment. All such payments will be measured by the Schedule of Values established as provided in the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no Schedule of Values, as provided elsewhere in the Contract. B. Prior to Substantial Completion, progress payments will be made in an amount equal to the percentage indicated below but, in each case, less the aggregate of payments previously made and less such amounts as Engineer may determine or Owner may withhold, including but not limited to liquidated damages, in accordance with Article 15 of the General Conditions: 1. 95% of Work completed (with the balance being retainage). If the Work has been 50% completed as determined by Engineer, and if the character and progress of the Work have been satisfactory to Owner and Engineer, Owner, on recommendation of Engineer, may determine that as long as the character and progress of the Work remain satisfactory to them, there will be no additional retainage on account of Work subsequently completed, in which case the remaining progress payments will be in an amount equal to 100% of the Work completed less the aggregate of previous retainage and payments previously made. At 50% completion, or any time thereafter, when the character and progress of the Work is not satisfactory, additional amounts may be retained, but in no event shall the total retainage be more than 10% of the value of the Work completed. C. Upon Substantial Completion, the amount of retainage may be reduced. Upon Substantial Completion, Owner may make additional payments, retaining at all times an amount sufficient to cover the estimated cost of the work still to be completed or corrected. 6.03 Final Payment A. Upon final completion and acceptance of the Work in accordance with Article 15 of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Engineer as provided in said Article15. ARTICLE 7 – INTEREST 7.01 All amounts not paid when due as provided in Article 15 of the General Conditions, the Supplementary Conditions, and the Supplementary Conditions – City of Oshkosh shall bear interest at the current rate allowed by law at the place of the project per local prompt payment laws. ARTICLE 8 – CONTRACTOR’S REPRESENTATIONS 8.01 In order to induce Owner to enter into this Agreement Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 5 of 10 C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. E. Contractor has considered and correlated the information known to the Contractor; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and all additional or supplementary examinations, investigations, explorations, tests, studies, and data with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and (3) Contractor’s safety precautions and programs. F. Contractor does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. H. Contractor has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Engineer is acceptable to Contractor. I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. J. In accordance with Section 215 of the Clean Water Act (33 U.S.C. 1295 et seq.) and implementing EPA regulations, Contractor agrees that the Contractor, Subcontractors, and suppliers in the performance of this Contract will give preference to domestic construction materials. K. In connection with the performance of Work under this Contract, Contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition or developmental disability as defined in s. 51.01(5), Wisconsin Statues or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training including apprenticeship. Contractor further agrees to take affirmative action to ensure equal employment opportunities for persons with disabilities. Contractor agrees to post in conspicuous places, available for employees and applicants for employment, notices setting forth the provisions of the nondiscrimination clause. L. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. Contractor has reviewed and understands the Build America, Buy America Act (BABA) requirements of the Clean Water State Revolving Fund. Contractor understands that any Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 6 of 10 failure to comply with Build America, Buy America requirements shall permit the Owner or Funding Authority to recover as damages against the Contractor any loss, expense, or cost (including without limitation engineering or attorney’s fees) incurred by the Owner or the State resulting from any such failure. Contractor’s Bid reflects their best, good faith effort to identify the availability of domestic sources of all iron, steel, manufactured products, and construction materials. Absent an approved waiver, all iron, steel, manufactured products, and construction materials contained in the Contractor’s Bid must be produced in the United States, as further outlined by the Office of Management and Budget’s Memorandum entitled Implementation Guidance on Application of Buy America Preference in Federal Financial Assistance Programs for Infrastructure, latest edition. N. Contractor has complied with all requirements set forth in the Contract Packet for Disadvantaged Business Enterprise Compliance (PUB-CF-029 07/2022) and submitted the appropriate DBE forms as part of this Contract. ARTICLE 9 – CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement, inclusive; 2. Performance Bond, inclusive; 3. Payment Bond, inclusive; 4. Addenda (numbers 1 to 3, inclusive); 5. Specifications as listed in the table of contents of the Project Manual; 6. Drawings, not attached hereto, consisting of a cover sheet and sheets, inclusive, with each sheet bearing the following general title CITY OF OSHKOSH, WASTEWATER TREATMENT PLANT, TERTIARY TREATMENT AND UV DISINFECTION CONSTRUCTION; 7. Supplementary Conditions – City of Oshkosh, inclusive; 8. Supplementary Conditions, inclusive; 9. General Conditions, inclusive; 10. Exhibits to this Agreement (enumerated as follows): a. Contractor’s Bid Tabulation; b. Contractor’s Bid Bond; c. Bid Form Signature Pages; d. Base Bid (Type I) Material and Equipment Schedule and Base Bid (Type II) Material and Equipment Schedule from Contractor’s Bid (from Section 00 41 16); e. List of Proposed Subcontractors having a direct contract with the Contractor from the Proposed Subcontractor Listing included with the Contractor’s Bid; f. Contractor Safety Acknowledgement for Risk Management Facilities; Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 7 of 10 g. Documentation submitted by Contractor prior to Notice of Award; h. Environmental Improvement Fund (EIF) Disadvantaged Business Enterprise (DBE) Good Faith Certification, Form 8700-294; i. Environmental Improvement Fund (EIF) Disadvantaged Business Enterprise (DBE) Contacts Worksheet, Form 8700-294A; 11. Wage Rates; 12. Federal, State, and Local Forms; 13. Documents in the Appendix; 14. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed; b. Change Orders; c. Work Change Directives; d. Field Orders; e. Engineer’s written interpretations and clarifications. B. The Contract Documents are complementary; what is required by one is as binding as if required by all. In the event 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 which follows it numerically except as may be otherwise specifically stated. C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in the General Conditions. ARTICLE 10 – MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions and Supplementary Conditions. 10.02 Assignment of Contract A. Unless expressly agreed to elsewhere in the Contract, no assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, money that may become due and money that is due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 8 of 10 10.03 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Contractor’s Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 10.05: 1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 10.06 Other Provisions A. Contractor’s Estimated Payment Request Schedule for Outlay Management: 1. Within 30 days of issuance of the Notice to Proceed, Contractor shall furnish Owner with a schedule of the estimated dollar value of work projected to be completed each month for the duration of the Contract. The schedule shall be updated monthly based on actual expenditures and shall be submitted along with Contractor’s monthly application for progress payment. The schedule shall be detailed to allow separation of eligible and ineligible cost items and Innovative/Alternative cost items. Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 9 of 10 IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. One fully-executed contract each has been delivered to Owner, Contractor, and Engineer. All portions of the Contract Documents have been signed or identified by Owner and Contractor. This Agreement will be effective on April 1, 2026 (which is the Effective Date of the Agreement). OWNER: _City of Oshkosh_________________________ CONTRACTOR: _Miron Construction, Inc.___________________ By:____________________________________ (signature) Rebecca N. Grill, City Manager (typed name and title) By:____________________________________ (signature) Tim Kippenhan, President & COO (typed name and title) By:____________________________________ (signature) Darla Salinas, City Clerk (typed name and title) Address for giving notices: PO Box 1130 Oshkosh, WI 54903-1130 Address for giving notices: 1471 McMahon Drive Neenah, WI 54956 (Signatures Continued On Next Page) Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 I:\Wastewater\26-13 WWTP Tertiary Trtmnt & UV Const\Administrative\Contract Information\Contractor-Consultant Agreements\Miron Const\26-13 Miron Const Agreement_4-1- 26.doc Page 10 of 10 If Owner is a public body, attach evidence of authority to sign and resolution or other documents authorizing execution of Owner- Contractor Agreement. License No. _____________________________ (where applicable) Approved as to form and execution this _____ day of ______________________, 20___ By:____________________________________ (signature) Amy Vanden Hogen, City Attorney (typed name and title) I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this Contract. By:____________________________________ (signature) Julie Calmes, Finance Director (typed name and title) Agent for service of process:________________ (If Contractor is a corporation or a partnership, attach evidence of authority to sign.) Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 May 2611th Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70 Docusign Envelope ID: 2442ACDA-1204-8954-8025-4C2CDA285D70