HomeMy WebLinkAboutRLAM 08-14CONSTRUCTION CONTRACT
THIS AGREEMENT, made on the 12th day of September, 2008, by and between
the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and
RLAM, INC., 1110 Dartford Rd., Ripon, WI 54971 , party of the second part, hereinafter
referred to as the CONTRACTOR,
WITNESSETH:
That the City and the Contractor, for the consideration hereinafter named, agree as
follows:
ARTICLE I. SCOPE OF WORK
The Contractor hereby agrees to furnish all of the materials and all of the equipment
and labor necessary, and to perform all of the work shown on the plans and described in
the specifications for the project entitled or described as follows:
for concrete paving and utilities, Public Works Contract No. 08 -14, pursuant to Resolution
08 -331, adopted by the Common Council of the City of Oshkosh on the 11th day of
September, 2008,
all in accordance and in strict compliance with the Contractor's proposal and the other
contract documents referred to in ARTICLE V of this contract.
ARTICLE II. TIME OF COMPLETION
The work to be performed under this contract shall be commenced and the work
completed within the time limits specified in the General Conditions and /or Contractor's
proposal.
ARTICLE III. PAYMENT
(a) The Contract Sum.
The City shall pay to the Contractor for the performance of the contract the sum of
$256,457.00, adjusted by any changes as provided in the General Conditions, or any
changes hereafter mutually agreed upon in writing by the parties hereto, provided,
however, in the event the proposal and contract documents are on a "Unit Price" basis, the
above mentioned figure is an estimated figure, and the City shall, in such cases, pay to the
Contractor for the performance of the contract the amounts determined for the total
number of each of the units of work as set forth in the Contractor's proposal; the number of
units therein contained is approximate only, and the final payment shall be made for the
actual number of units that are incorporated in or made necessary by the work covered by
the contract.
1
(b) Progress Payments.
In the event the time necessary to complete this Contract is such that progress payments
are required, they shall be made according to the provisions set forth in the General
Conditions.
ARTICLE IV. 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 V. 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:
1. General Conditions
2. Advertisement for Bids
3. Instructions to Bidders
4. Specifications, including any addenda
5. Plans
6. Contractor's Proposal
7. This Instrument
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.
IT IS HEREBY DECLARED, UNDERSTOOD AND AGREED that the word
"Contractor" wherever used in this contract means the party of the second part and
its /his /their legal representatives, successors and assigns.
2
IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin, has caused this contract
to be sealed with its corporate seal and to be subscribed to by its City Manager and City
Clerk and countersigned by the Comptroller of said City, and the party of the second part
hereunto set its, his or their hand and seal the day and year first above written.
APPROVED:
ity Attorn
CONTRACTOR
R INC.
By:
(Specify Titl )
By:
(Specify Title)
CITY OF OSHKOSH
By:
MaK A. Rohloff, Ci y Manager
And:
Pamela R. Ubrig, City_Ufark
I hereby certify that the necess-
ary provisions have been made to
pay the liability which will accrue
under this contract.
0,
W&-e'n
City Com troller
3
(Seal of Contractor
if a Corporation.)
Bond 3-992-547
THE AMERICAN INSTITUTE Of ARCHITECTS
AIA &<xu(nent AV2
Performance Bond
Any singular reference to Contractor, Surety, Owner or other party shall b-e considered plural where. applivable.
CONTRACTOR (Name and Address). 5(lRfTY tName and Princinall Place of Hnsinrss)-
RLAM, Inc. The Ohio Casualty Insurance Company
9450 Seward Rd
1110 Dartford Rd
Ripon, WI 54971 Fairfield, OH 45014
OWNER iNarne and AddreSs):
City of Oshkosh
215 Church Ave, Rm 1.04
P.O. Box 1130
Oshkosh, WI, 54901
CONSTRUCT'ION CUNIRACI
110e: September 12, 2008
Amount; $256,457.00 Two Hundred Fifty-Six Thousand Four Hundred Fifty-Seven Dollars and 00/100
Description (Name and tocationh p Works Contract No. 08-14
BOND
Date (Not earlier thin Cons&uction Contract Date)- September 12, 2008
Amount: $256,457.00 Two Hundred Fifty-Six Thousand Four Hundred Fifty-Seven Dollars and 00/100
Modifications to this Bond: X Nont! See page 3
CONTRACTOR ASY-RINCIPAI, SURETY
ate Seal! - IN , - r
Company I.Cor'Por, compal -or rate �Scal)
RLAM Inc The Ohio Casualty I ' n ura nce om
,5ura7jny
Signature --Signature. ____11/ � �,_.
Name and I I Nantes and Ti I le:
Michael J. Douglas
(Anv additional signatures appear on page 3) Attorney-in-Fact
(FOR INFORMATION ONLY —Name, Addre,5s and Telephonel
AGENT or BROKER. OWNER'S REPRES1ENTA7'IVE IAruhitecl,, Efipineer or
J.Ryan Bonding, Inc. other party):Owner
P.O. Box 465
Hudson, WI 54016
(715)377-8230
MA DOCUMENT A= - FTWTOR&% C( 80 AND PANNIEN I WYND • DECOAMR N"4 10, - AtA R
V IT. AMERICAN I NSTIlUiL OF ARCMUCTS, E7.0 M"' VORK AVt . N-W., WAS W"'G ION, Im" 2fmKw A312-1984 1.
THARD
CJ7l /,Lt)rjo rive G4 zl4v(40JU4li ..' Ir J.JILLIIIVII MuLI \V.1_. _ ..._... I /'1\:i l lu1 . "..._
A 'oRD. CERTIFICATE OF LIABILITY INSURANCE R &R MIA
(PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF I
THE DIEDRICH AGENCY INC. ONLY AND CONFERS NO RIGHTS UPON THE CEF
HOLDER. THIS CERTIFICATE DOES NOT AMEND,
PO BOX 306 ALTER THE COVERAGE AFFORDED BY THE POLI
RIk'ON 9P2 54971
Phone: 92D-748-2811 Fax-FAX 748 -5044
INSURED
R & It WASH MATERIALS, INC. AND
RLAM INC
(RIPON LIXE & MATERIALS)
11 o DAR RD
RIPON WI 54971
! INSURERS AFFORDING COVERAGE
i . INSURER A: . REGENT INSt5mNCE CO
INSURER 0; GMMF-'k1, CASUALTY CO OF WI
INSURER C7 „
INSURER D;
UUVERAGES
THE POUCIEC OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FORTHE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR D BY THE POLICIES DESOTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE mAV DE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDECRIBED HEREIN IS SUBJECT TO ALL TH TERM$, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES, AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
.TIT NSR TYPE OF INSURANCE ! _ POLICY N UMOBR I POC EFFECTiI/p - POUCV 120WAT'ION
GENERAL LIABILITY
A i X I CO I CC10036366
I„ CLAIMS MADE I X I OCCUR
GEN L AGGREGATE LIMIT APPLIES PER;
POLICY IX I JECT : LOC
AUTOMOBILE LIABILITY
33 I I g ANY AUTO i CEIA0036366
! I'
ALI. OWNED AUTOS
SCHEDULED AUTOS
i I I HIRED AUTOS
NON -OWNED AUTOS
GARAGE LIABILITY
AN
YAUTO
EXCEMUMBRELLA UARILITY
b I IX I OCCUR j CLAIMS MADE I CCLT0 0 3 6 3 6 6
! I DEDUCTIBLE
IX I RETENTION $10000
! WORKERS COMPENSATION AND
A 11?MPLOYERV LABILITY
ANY PROPRIETOR/PARTNERIEXFCUTIVE
OFPICEWMEMBER EXCLUDED?
IF yeas dascnbe tMd0
SPECIAL PROVISIONS below
OTHER
DA E MMIDDlYY
DATE MMIOOr1 Y I OMITS
I
EACH OCCURRENCE
I S 1 O 0 0 0 0 0
10/01/08
DA'E71'AGE TO - RR"ED
10101109 PREMI3E5(Eaeccvrence)
I S 100000
MED EXP (Any one person)
$ S O O D
I i
(
PERSONAL &A13VINJURY
..
I
! s 10000
1
GENERAL AGGREGATE
1$ 3.0 0000 '
0 0 0 0 0 0
PRODUCTS - COMP /OPAGG , $ 1000000
i
10/01/08
COMBINED SINGLE LIMIT
10/01/09 I (Ea acoldent)
1
$ 1000000
I I
I SOCILYINJURY
! $
(Perperson)
80DILY INJURY
t (per accident)
I $
I I
I PROPERTY DAMAGE
$
! (Per accdent)
!
i ALITO ONLY + EA ACCIDENT '$
(
OTHER THAN EAACC
S
I AUTO ONLY; A
S
EACH OCCURRENCE
1 13000000
10/01/08 i
10/01/D9 AGGREGATE
S 3000000
$.
�,r"v�
X I TORY LIMITS ER
CWC0036366 10/01/08 I 10101109 E.LEACHACCIDENT I S 100000
G.L. DISEASE - EA EMPLOYEE( S 3.00()00
E.L. DI3E ASE- POLICYLIMIT I S 500000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
CMTIFICATE HOLDER IS LISTED AS AN ,ADDITIONAL INSURED REF: ACTIVITIES
GRANT.SD IN CONTRACT 08- PAIC 920-236-4-1-V9
so48
CERTIFICATE HOLDER CANCELLATION
OSHK00 S SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BECORE THE EXPIRATIO
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 1 0 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
CITY OF OSHKOSH IMPOSE NO 08 OR UAW OF ANY KIND UPON THE INSURER, ITS AGENTS OR
FO BOX 1130 REPRESENTATIVE=,
O SHKOSH WI 54903 -1130 AUTHORIZED REPRIISENT VE
John C. Die h ee ACORD 25 (20D1l06) v TION 198'
DATE (MMlDD/YYYY)
TIFICATE
EXTEND OR
I
NAIC #
1 24414
24414