HomeMy WebLinkAboutPW 09-21 Buteyn-Peterson Construction COCONSTRUCTION CONTRACT
THIS AGREEMENT, made on the 23rd day of September, 2009; by- and between
the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and
BUTEYN- PETERSON CONSTRUCTION CO., INC., N7337 Dairyland Dr., Sheboygan, WI
53083, 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:
Public Works Contract No. 09 -21
for Oakwood Road Storm Water Facility and appurtenant work, for the Public Works
Department, pursuant to Resolution 09 -370 adopted by the Common Council of the City of
Oshkosh on the 22nd day of September, 2009,
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
$386,816.71, 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
1
I w
SF — P 2009
s -,
J
THIS AGREEMENT, made on the 23rd day of September, 2009; by- and between
the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and
BUTEYN- PETERSON CONSTRUCTION CO., INC., N7337 Dairyland Dr., Sheboygan, WI
53083, 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:
Public Works Contract No. 09 -21
for Oakwood Road Storm Water Facility and appurtenant work, for the Public Works
Department, pursuant to Resolution 09 -370 adopted by the Common Council of the City of
Oshkosh on the 22nd day of September, 2009,
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
$386,816.71, 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
1
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.
(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. This Instrument
2. The City's Approved Plans
3. Specifications, including any addenda
4. General Conditions
5. Instructions to Bidders
6. Advertisement for Bids
7. Contractor's Proposal
The contract documents are complementary; what is required by one is as binding
as if required by all. Before undertaking each part of the work, the Contractor shall
carefully study and compare the Contract Documents and check and verify all pertinent
figures and measurements required therein. Contractor shall promptly report in writing to
the Engineer any conflict, error, ambiguity or discrepancy which Contractor may discover
and shall obtain written clarification from the Engineer before proceeding with any work
affected thereby.
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
2
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.
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.
In the Presence•of CONTRACTOR
BUTEYN -P ERSON CONST CO., INC.
By:
Y .
(Seal of C tractor (Specify Title)
if a Corporation.)
By:
(Specify Title)
CITY OF OSHKOSH
LEA,.,.. � .
Mark A. Rohloff, City Managerl
And:
Pamela R. Ubrig, City Clerk
I hereby certify that the necess-
ary provisions have been made to
pay the liability which will accrue
under this contract.
f W V,
3
Bond No. 354- 019 -276
PERFORMANCE BOND
KNOW ALL'MEN BY THESE PRESENTS, that Buteyn- Peterson Construction Co., In c.
, Contractor, as principal, and
Liberty Mutual Insurance Company as surety, are held and firmly
bound unto the CITY OF OSHKOSH, WISCONSIN, Owner, in the sum of
Three Hundred Eighty -Six Thousand Eight Hundred Sixteen and 71/100 (Dollars)
($ 386,816.71 ) to be paid to the Owner for which
payment well and truly to be made we jointly and severally bind ourselves, our heirs,
executors, administrators, and assigns firmly to these presents.
THE CONDITIONS OF THE ABOVE OBLIGATIONS are such that
None
WHEREAS, the said Buteyn- Peterson Construction Co., in -did, on the 23rd day of
_ September , 20 09 , by articles that date, enter into a Contract with the
Owner for the
Public Works Contract No. 09 -21
NOW, THEREFORE, if the said Contractor shall save and hold harmless the said
Owner from all public liability and damages of every description in connection therewith,
shall well and faithfully in all things fulfill the said Contract, according to all the conditions
and stipulations therein contained, in all respects, and shall save and hold harmless the
said Owner from and against all liens and claims of every description in connection
therewith, including payment for all materials, labor and equipment, then this obligation
shall be void and of no effect, but otherwise, it shall remain in full force and virtue, and in
the event that the said Owner shall extend the time for completion of the work or otherwise
modify elements of the Contract in accordance with provisions thereof, such extensions
of time or modifications of the Contract shall not in any way release the sureties of this
bond.
WITNESS OUR HANDS AND SEALS this 23rd day of September , 27
SEAL)
SEAL)
Connie S. Smith, Witness
Liberty Mutual Insurance Company
ney -in -Fact
EAL)
2
In the Presence of: If—
ClinnHf• 4nQR7A
IAIIADC70A4
ACOR CERTIFICATE OF LIABILITY INSURANCE
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR 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
09/2412009
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Arthur J. Gallagher RMS, Inc,
18000 W. Sarah Lane, Suite 100
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Brookfield, WI 53045
POLICY EXPIRATION
DATE MM D
LIMITS
•
INSURERS AFFORDING COVERAGE
NAIC;i
INSURED
INSURERA: Wausau Underwriters Insurance Compan
26042
JAMES PETERSON SONS INC
INSURER B: AIG Casualty Company
19402
N2251 GIBSON DR; PO BOX 120
MEDFORD , WI 54451
INSURER C:
INSURER D:
INSURER E:
$300
COVERAGES
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 CONTRACT OR 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
I SR
LTR
ADD'L
NSR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DAT M DD
POLICY EXPIRATION
DATE MM D
LIMITS
•
GENERAL LIABILITY
YYJY91509175139
01/01/09
01/01/10
EACH OCCURRENCE
$1,000,000
X COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTED
SES 1E.
$300
CLAIMS MADE a OCCUR
MED EXP (Any one person)
$10,000
PERSONAL & ADV INJURY
$1,000,000
• PD Ded:5,000
GENERAL AGGREGATE
$2 OOQ 000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGG
s2,000,000
POLICY PRO LOC
JECT
•
AUTOMOBILE LIABILITY
X ANY AUTO
ASJY91509175129
01/01/09
01/01/10
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,000
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
X HIRED AUTOS
X NON - OWNEDAUTOS
PROPERTY DAMAGE
(Per accident)
$
X Drive Other Car
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
B
EXCESSIUMBRELLA LIABILITY
23649304
01/01/09
01/01/10
EACH OCCURRENCE
s3,000,000
X OCCUR FI CLAIMS MADE
AGGREGATE
s3.000.000
$
DEDUCTIBLE
$
X RETENTION $ 10000
A
WORKERS COMPENSATION AND
WCJY91509175119
01101/09
01/01/10
X T FV GIT% FR
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER /EXECUTIVE
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000000
OFFICER/MEMBEREXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
E.L. DISEASE - POLICY LIMIT
$1 000 000
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
* * ** Supplemental Name **
Name Printed on DEC Page: JAMES PETERSON SONS INC
Name Printed on DEC Page: BUTEYN- PETERSON CONSTRUCTION COMPANY INC
Name Printed on DEC Page: PETERSON & SONS LLC
(See Attached Descriptions)
CITY OF OSHKOSH
251 CHURCH AVE
PO BOX 1130
OSHKOSH, WI 54903 -1130
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED. BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _30_ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
AUTHORIZED REPRESENTATIVE
ACORD 25 (2001/08) 1 of 3 #S424408/M411995 CKO 0 ACORD CORPORATION 1988
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25 -S (2001108) 2 of 3 #S4244081M411995
AMS 25.3 (2001/08) 3 of 3 #S424408/M411995