HomeMy WebLinkAboutB & P Mechanical, Inc City Hall boiler 1/pumps replacement 2014 CONTRACTOR AGREEMENT.•
C/TY HALL BO/LER 1 AND PUMPS REPLACEMENT
THIS AGREEMENT, made on the 27T" day of August, 2014, by and between the
CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and B & P
Mechanical, Inc., 3200 W Highview Drive, Grand Chute, WI 54913, hereinafter
referred to as the CONTRACTOR,
WITNESSETH:
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. PROJECT MANAGER
A. Assignment of Project Manager. The Contractor shall assign the following
individual to manage the project described in this contract:
(Tom Hietpas, CEO, B & P Mechanical, Inc.)
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 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 II. CITY REPRESENTATIVE
The City shall assign the following individual to manage the project described in this
contract:
(Jon Urben — General Se�vices Manager)
ARTICLE III. SCOPE OF WORK
The Contractor shall provide the services described in the City's July 19, 2014
"Invitation for Bids for Boiler Replacement and Pump Remodel: Oshkosh City Hall"
specifications and the Bid Form of the Contractor dated 8/8/14 attached as Exhibit A.
If anything in the Bid Form conflicts with the Bid Specifications, the provisions in the
Bid Specifications shall govern.
1
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 IV. 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 V. TIME OF COMPLETION
The work to be performed under this contract shall be completed by December
31 , 2014.
ARTICLE III. PAYMENT
A. The Contract Sum.
The City shall pay to the Contractor for the performance of the contract the sum of
5107,600, adjusted by any changes hereafter mutually agreed upon in writing by the
parties hereto.
Fee schedules shall be firm for the duration of this Agreement.
6. 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 provide to Contractor a statement as to
the reason(s) for withholding payment.
C. Additional Costs. Costs for additional services shall be negotiated and set
forth in a written amendment to this agreement executed by both parties prior to
proceeding with the work covered under the subject amendment.
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
2
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. INSURANCE
The Contractor shall provide insurance for this project that includes the City of
Oshkosh as an additional insured. The specific coverage required for this project are
identified in the "Invitation for Bids for Boiler Replacement and Pump Remodel:
Oshkosh City Hall" specifications dated July 19, 2014 and attached as Exhibit A.
ARTICLE VI. TERMINATION
4
A. 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.
B. 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.
3
In the Presence of: CONTRACTOR /CONSULTANT
� �-' �_
gy: Icr� �
� C , �- f�..
(Seal of Contract (Specify Title)
if a Corporat�,���+� �' -
,V�` � By' � �.�'
,
, : �� " ¢ .
� �� A
,�
�i (Specify Title)
.` ��C01��`1�
CITY OF OSHKOSH
, By: �.--�'
l��� z�-�� Mark A. ohloff, City Manager
(Witness) ___ -
�tiZ �1,�—e%�, A nd: � ' 1,
(Witness) Pamela R. Ubrig, City Clerk
APPROVED: I hereby certify that the necess-
ary provisions have been made to
' ' pay the liability which will accrue
�,�{'�.,., under this contract.
, City ney
���C���# �,�� �
r \! "�V '�
City Comptroller
4
� � �,CJ�..��T �
BID PRO�OSAL F'URM
BOIL�R REPi.AC�ME�'�IT AND PUMp REMODEL. OSHKOSH CTTY HALL
From:
B & P Mechanical, Inc. (bidder's cornpany name)
BID PROPOSAL pEAULINE: FRIDAY,AUGUST 8, 2014 @ 10;00 A.M. CST
Addenda: Recefpt of Addenda numbered 2 of 2 are hereby understaod,
acknowiedged and included irt bidder's bid proposai form. If no addenda were issued for this
project please write"N/A"above.
In compliance with the advertisfng for Bids and having carefully examined #he drawings and
specificatlon for the Work and the Site of the propased work ar�d having determined all of the
conditions of the work, the rules, regufations, faws, codes, ordirtances, and o�her governing
circumstances relating to this pra�ect, the undersigned proposes to furnish al� Labor, Materia�s
and Equipment necessary to complete the construction indicated on the drawings and described
in the project manual to include all des�ribed work tompleted to the Owners'satisfaction.
By Submission of this Bld, each Bidder certifies, and in the case of a joint Bid, each party t�ereto
certifies as to its own organization, �hat this 8id has been arrived at independently w[thou#
cottsuitation, communlcation, or agreement as to a t�natter re[ating to this Bid and with any other
Sidder or with any competiCor.
BASE BID- (1)
Demo the existing boiler(8-1) and replace it with a new similar size boiler as scheduled, Existing
boiler (B-2) and new boiler (B-lA) shal[ have a prirrtary pump system €nstalled fln them. System
p�mps (P-1) & (P-2) shal[ be replaced with new larger VFD operated purt�ps. City HaIPs large
AHU shall be re-piped to allow for proper pressure sensing for variab[e flaw. First floor
baseboard variable transfer pump system will be re-piped ta include a three way mixing valve,
A{I piping system shali be re-�alanced and reinsufated to state code minimum values. The city's
chernical consufkant will heip bring water chemicals back up to'speed. When camplete, the HC
must supply the HVAC engineer a compfete water balance report for approvai, HC mus�
coordinate their instaAation worfc with their hirecf eiectrician, insulator, balancfng contractor,
con�ral contractor and City Halls maintenance department.
We, the undersigned, propose to furnish all labor and materiais per the project specifica�ions or
noted deviatlons for the fallowing amount;
1"otal Base Bid (i) $/ � /. � �
��I/� �u�,t L�r�!D S'{[/C-'iY��%�avs;�-�l� S'rX ;��crtil��i'�� 1�
(Bid Price—in Words)
Warranty Detai[s; ! y����1
Pfease include one set aP shop drawings of equipment for bid review.
PROPOSED SUBCONRACTOR LIST:
ELECTRICAL; � �� ����
16
MECHAEVICAI.:_!��'� ��'��F�%�
INSULATOR: ��� l"Cr � ��l �--'� C�
OTt1ER:
Submit�als will be reviewed for ger�eral compliance with design concept and contract documents
only. Fuli compliance with contract documents, Code requirements, dimensions, fit finishes, and
interface with the existing Control System is the Prime contractor's responsibility. Within 7 days
after award of contract, provlde required submitta�s for approval to the HVAC Engineer.
Contractor shall promptly respond to requests for additiortal inFormation so that delivery and
installation schedules are not defayed.
QUAL.ITY ASSURANCE— REGULATOitY REQUIREME�lTS
A, AI[woric shall compfy with the applicable cade requlrements in effect: Including by
not limited to ASME, Division of Safety & But[dings Ad�ninistrative Codes and other
applicable Suilding or local codes in efFect as af the contract date.
8, The Contractor shall be fully responsible for obtaining a0 required a}�provals,
permits licenses, (nspections and certificates for this instaliation. The Contractor
sFtall pay all permit fees, inspection fees, certi�icate fees,and iicensing fees,
SAFEfY At�D HAZARdOUS MATERIALS
A. Contractflr shall be sole�y responsible for initiating, maintaining, and supervising atE
safefy programs and pr�cautions and shall comply with applicable safety laws, good
industry standards or practices, and take a�l reasonable precautions for the safety of
their tvorkers, City property, the Pubfic, or City of Oshkosh empfoyees, guest, or
vendors.
B. The City of Oshkosh retains the authority to approve all chemicals and lubricants
prior to Contractor brJnging them ar� site. The Contractor shall furnish a Material
Safe�y Data Sheet and proper labeling far each hazardous chemical to be brought
into the premises in compliance with OSHA Hazard Communication Standards, and
tracfc usage for EPA reporking purposes,
SCHE�ULE
A. Work shalf be pursued during rQgular working hours until compfe�e. This worfc must
be specificalfy authorized by]on Urben or other authorized representative of the City
of Oshkosh.
B, All work schedules shaU be submitted and coordinated In advance to the designated
City of Oshkosh representative and Consultant.
INSTALLATION
A. Contractor shall install equipment as outlined in speci�cation drawings.
PRODUCT DELIVERY,SITE ORGANIZATION AND CL�ANUP
A. Contractor shaii keep wori� areas orderly and free from debris during the course of
installation and ciean up on a dai{y basis, If areas are not kept clean, t�e City of
Oshkosh may derrtand immediate cleanup or clean those areas and deduct cost from
contract.
B, Contractor shall regulariy remove trash, materials, cartons, etc, generated by their
work from t1�e premises.
C, Clean outside surface of Repaired and new�quPpment and adjacent areas oF grease,
dirt and other construction debris at the time of Substantia! Completion.
�
17
TIM� OF COMPLETION
We, the undersigned,acknowfedge a Substantiai Compfetion date of�Vovember 1,2014.
SIGNATURES
Date; 8/8/1 4 Name of Company, � B & P Mechanical, Inc.
Submitted by: (name/title) Tom Hietpas, CEO ��a��; thietpas@b—pmechanical ,com
Address of Company; _ 3200 W Hiahview Drive Phone: 920-733-3303
Appleton, WI 54914
That I have examined and carefully prepared this Praposal from the Plans and Specif(cations and
have checked the same in detail before submitting this Proposal; that I have full authority ta
make such statements and submit this Proposal in (its) (their) behalf, and ti�afi said statements
are true and corr
�.
Signature ��"'"`''A°" � ' Title �
��
18
Bid Bond �
CONTRACTOR:
=.�A.I Document �fi3��T'" - 2010
Name, legal stalus and address) Bid Bond No. M600391
B&P MECHANICAL,INC.
3200 W Highview Dr
Grand Chute,WI 54913 SURETY:
(Name, legal status and principa/ This document has important legal
place of business) consequences.Consultation with
an attorney is encouraged with
Merchants Bonding Company respect to its completlon or
2100 Fleur Dr modiflcat�on.
Des Moines,►A 50321
OWNER: Any singular referenCe to
(Name, legal status and.address) Contractor,Surety,owner or
other party shall be considered
City Of Oshkosh plural where applicable.
215 Church Ave.
Oshkosh,WI 54903
BOND AMOUNT:Five Percent of the Bid Amount{5,00%of Bid Amount)
PROJECT;
(.�Vame, location or address, and Project number, if any)
Boiter Replacement and Pump Remodel;Oshkosh City Hall
The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor
and Surety bind themselves,their heirs,executors, administrators,successors and assigns,jointly and severally,as provided
herein.The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the
bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either([)
enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may be
specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise
acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material
fumished in the prosecution thereof;or(2)pays to the Owner the difference,not to exceed the amount of this Bond,between
the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to
perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect.
The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner
may accept the bid.Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in the aggregate
beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's
consent for an extension beyond sixty(60)days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be
deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been fumished to comply with a statutory or other legal requirement in the location of the Project,any
provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions
conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished,the intent
is t a this Bond shall be construe as a statutory bond and not as a common law bond.
Si and sealed this 4th day f A t,2 4
'� B&P MECN L IN . /
n /'�
, (Principal}' ' / (SeaQ
i es �2�Y''K�
(ritle)
Merchants Bondina Comoanv
(Surety) (Seal)
(Witness)Karla K.Heffron �
(Tit/e)RObe owney,Attorney 'n-Fact
AIA Document A310'"—2010.Copyright �01963,1970 and 2010 by The American Institute of Architects.All rights reserved.W ARNING:Tliis ATA`
Document is protected by U.5_Copyrigh[ Law and International Treaties. Unauthorized reproduction cr dis[ribution of this ALA"�Document, ur
any portion of it, may residt in severe civil ard criminal penalties, and:v�ll be Urosecuted to the ma�imum extent poss�bie under the law.
Purchasers are permitted to rep�oduce ten(10)copies of this dacument when completed.To report copyright violations of AIA Contract Documents,e-mail
The American Institute of Architects'legal counsel,coDyri�calaia.oro, ae+„o
MERCHA[�1T�S�
BONDING COMPANYTM
POWER flF ATTORNEY
Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL B�NDING,
INC.,both being corporations duly organized under the laws of the State of lowa(herein coilectively called the"Companies"),
and that the Companies do hereby make,constitute and appoint,individualty,
Chris Steinagel; Christopher M Kemp; Connie Smith; Eric Olson; Michael J Douglas;
Robert Downey
of Hudson and State of Wisconsin their true and lawful Attomey-in-Fact,with full power
and authority hereby conferred in their name,place and stead,to sign,execute,acknowledge and deliver fn their behalf as surety
any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any
such Instrument shall not exceed the amount of:
TWENTY MILLION($20,000,000.00)DOLLARS
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly
authorized o�cers of the Companies,and all the acts of said Attorney-in-Fact, pursuant to the authorlty herein given,are
hereby ratified and confirmed.
This Power-oi-Attomey is made and executed pursuant to and by authority ot the fotlowing By-Laws adopted by the Board of
Directors of the Merchants Bonding Company(Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National
Bonding,Inc.,on October 24,2011.
"The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have
power and authority to appoint Attomeys-in-Fact,and to authorize them to exeCUte on behalf of the Company,and attach the
seal of the Company thereto,bonds and undertakings, recognizances,conUacts of indemnity and other writings obligatory in
the nature thereof.
The signature of any auihorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to
any Power of Attomey or Certiflcation thereof authorizing the execution and delivery of any bond,undertaking,recognizance,
or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and
effect as though manually fixed."
In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 8th day of November, 2013.
�.������n.�,�. .•---•.
:���,�►�;���t��� ��"' •���`K"��"C��A•. MERCHANTS BONDING COMPANY(MUTUAL)
r��j;'���R�4j,��p� :m°�o�P�99�;qy�: MERCHANTS NATIONAL BONDING,INC.
:�;� -0- `��G: 'Z:= -o- �'p' :
; :3;
:�'- 20�?3 :.�• •a' 1933 ;c,
_� . .y�. .�., ey �
�a' ••••:��•' •• 6 • '1� • �
. d�,••... •� �.
S i ATE OF IOWA ,,I�'•�.••'h ��.•``� '•. � .
COUNTY OF POIK ss. ,����""'��"""�}� ���'��� President
On this 8th day of NOVembef , 2013,before me appeared Larry Taylor,to me personally known,who being by me duly sworn did
say that he is President of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.;and
that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies;and that ihe said instrumeni was signed and
sealed in behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof,I have hereunto set my hand and affixed my Official Seal ai the Ciry of Des Moines, lowa,the day and year
first above written.
�� MARANDA GREENWALT � �� � ��
��� Commission Number770312
My Commission Expires
October 28,2014
Notary Public,Polk County,lowa
STATE OF IOWA
COUNTY OF POLK ss.
I, William Warner,Jr.,Secretary of the MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,
do hereby certify that the above and foregoing is a true and correct copy of the P01NER-OF-ATTORNEY executed by said Companies,
which is still in full force and effect and has not been amended or revoked.
In Wiiness Whereof,I have hereunto set my hand and affixed the seal of the Companies on
this 7�h day of August � 2014 •
,,,���,..h.�ry,y' ��.....�•
�,.•`�*'t101�,(�•�,,, .•p\N� Cp,yj.�
:�. •�►OR4j,Ejp;= ��O�O�tPU,99�-�y�• !�/ ��
`� � ;'y�?- ;�-h-.�Z c�+�; • h/iL%Ccf,szt.,c/ G�Li���,
:�: — -a-
`t, -O- �Z� �Q; �:c: Secretary
==L 2003 �.�. • y� te3s . .
POA 0014 (11/11) .Jd�`ti;•. .;r�����,' �•.�b.�'K,••�.•'`;�'a���
•.,�� ' , ��.
�►�� .� '••. ...
��,,..,��,������� ...
�� B�PMECH-01 JTOUSEY
ACORO" CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDM'YY)
`-� 8/20/2014
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE �OES 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 INSURER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. 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.
PRODUCER NAMEACT Jodi Tousey
Ansay 8 Associates,LLC. GB PHONE g00 236-8652 FAX
419 South Washington Street A/C No e�:� ) nic No: (920)437-4179
PO Box 22368 ADDRESS:�OCll.touse ansa .com
Green Bay,WI 54305
INSURER�S)AFFORDING COVERAGE NAIC�
INSURERA:ACUI�/,A Mutual Insurance Co 14184
INSURED
INSURER B:
B&P Mechanical Inc INSURER C:
3200 Highview Drive INSURER D:
Appleton,WI 54915 INSURER E:
INSURER F:
COVERAGES CERTIFICATE NUMBER: 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 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.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
'LTR 1YFE OF INSURANCE A POLICY NUMBER M�DYlYYYY MM/DDY� LIMITS
A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ �,OOO,OO
CLAIMS-MADE �OCCUR X X0771� 01/01/2014 01/01/2015 pREMISES Eaoccurrence $ Z50,��
MED EXP(Any one person) s 10,00
PERSONAL&ADVINJURY $ 'I,OOO,OO
GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ $�OOO�OO
POLICY�jE a � LOC PRODUCTS-COMP/OP AGG $ S�OOO�OO
OTHER: $
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ �,OOO,OO
Ea accident
A X ANYAUTO X X07770 01/01/2014 07/07/2015 BODILYINJURY(Perperson) $
ALL OWNED SCHEDULED BODILY INJURY(Par accident) S
AUTOS AUTOS
HIRED AUTOS NON-OWNED PROPERTY DAMAGE $
AUTOS Per accident
$
X UMBRELLA LIAB X OCCUR EACH OCCURRENCE 5 'I O,OOO�OO
/,� EXCESS LIAB CLAIMS-MADE X XO771O O1/O7/2014 O'I/O'I/ZO'I5 AGGREGATE $ 'IO�OOO�OO
DED X RETENTION$ � 5
WORKERS COMPENSATION X PER OTH-
AND EMPLOYERS'LIABILITY STATUTE ER
A ANYPROPRIETOR/PARTNER/EXECUTIVE Y�N XO77'IO 01/01/2014 01/01/2015 E.L.EACHACCIDENT $ �OO�OO
OFFICER/MEMBER EXCLUDED7 N� N�A
(Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ �OO,OO
If yes,describe untler
DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S SOO,OO
A Hired Equipment X07710 01/01/2014 01/01/2015 Limit 100,00
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached ii more space is required)
RE: Boiler 8 Pump Remodel
When required by written contract The City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers are included as
additional insureds on general liability coverage by endorsements CB7191 05/13(ongoing ops)&CB7214 05/13(completed ops)on a primary and
non-contributory basis and under the auto liability by form CA721410/98.
30 Day Notice of Cancellation to City of Oshkosh.
CERTIFICATE HOLDER CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
City of Oshkosh THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
PO Box 1130
215 Church Avenue
Oshkosh,WI 54903-1130 AUTHORIZED REPRESENTATIVE
S �--�,�-----
O 1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD
ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS - CB-7191(5-13)
AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION
AGREEMENT WITH YOU -PRIMARY
This endorsement modifies insurance provided under This insurance does not apply to:
the following: a. Bodily injury, property damage, personal
BIS-PAK BUSINESS LIABILITY AND MEDICAL EX- and advertising injury arising out of the ren-
PENSES COVERAGE FORM dering of, or the failure to render, any pro-
1. Who Is An Insured is amended to include as fessional, architectural, engineering or sur-
an additional insured: veying services, including:
a. Any person or organization for whom you (1) The preparing, approving or failing to
are performing operations when you and prepare or approve maps, shop draw-
such person or organization have agreed in ings, opinions, reports, surveys, field or-
writing in a contract or agreement that such ders, change orders or drawings and
person or organization be added as addi- specifications; and
tional insured on your policy; and 2 Su erviso
( ) p ry, inspection, architectural or
b. Any other person or organization you are engineering activities.
required to add as an additional insured b. Bodily injury or property damage occurring
under the contract or agreement described after:
in paragraph a above.
(1) All work, including materials, parts or
Such person or organization is an insured only equipment furnished in connection with
with respect to liability for bodily injury, property such work, on the project(other than ser-
damage or personal and advertising injury vice, maintenance or repairs) to be per-
caused, in whole or in part, by: formed by or on behalf of the additional
a. Your acts or omissions; or insured(s) at the location of the covered
b. The acts or omissions of those acting on operations has been completed;or
your behalf; (2) That portion of your work out of which
in the performance of your ongoing operations the injury or damage arises has been
for the additional insured. put to its intended use by any person
or organization other than another con-
A person's or organization's status as an in- tractor or subcontractor engaged in per-
sured under this endorsement ends when your forming operations for a principal as a
operations for that insured are completed. part of the same project.
2. With respect to the insurance afforded to these 3. The insurance provided by this endorsement is
additional insureds, the following additional ex- primary and noncontributory.
clusions apply:
ADDITIONAL INSURED-COMPLETED OPERATIONS-PRIMARY AUTO- CB-7242(5-13)
MATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH
YOU (OWNERS, LESSEES OR CONTRACTORS)
This endorsement modifies insurance provided under 2. The insurance does not apply to:
the following: a. Bodily injury or property damage which oc-
BIS-PAK BUSINESS LIABILITY AND MEDICAL EX- curs prior to execution of the contract or
PENSES COVERAGE FORM agreement described in item 1; or
1. Who Is An Insured is amended to include as b. Bodily injury or property damage that oc-
an additional insured: curs after the time period during which the
a. Any person(s) or organization(s) for whom contract or agreement described in item 1
you have perFormed operations if you and requires you to add such person or or-
such person(s) or organization(s) have ganization onto your policy as an additional
agreed in writing in a contract or agreement insured for completed operations; or
that such person(s) or organization(s) be c. Bodily injury or property damage arising out
added as an additional insured on your poli- of the rendering of, or the failure to render,
cy for completed operations; and any professional, architectural, engineering
b. Any other person or organization you are or surveying services, including:
required to add as an additional insured (1) The preparing, approving or failing to
under the contract or agreement described prepare or approve maps, shop draw-
in paragraph a above. ings, opinions, reports, surveys, field or-
Such person(s) or organization(s) is an addi- ders, change orders or drawings and
tional insured only with respect to liability in- specifications; and
cluded in the products-completed operations (2) Supervisory, inspection, architectural or
hazard for bodily injury or property damage engineering activities.
caused, in whole or in part, by your work per-
formed for that additional insured at the loca- 3. The insurance provided by this endorsement is
tion designated and described in the contract or primary and noncontributory.
agreement.
ADDITIONAL INSURED-AUTOMATIC S7ATUS WHEN t2EQUIRED IN WRIT- cA-72�a{io-s8)
TEN AGF2EEMEN7 WITH YOU -PRIMARY
7his endorsement modkfies insurance provided under out of opera#ions performed for the addltionai in-
the following: sured by you.
BUSINESS AUTO COVERAGE fORM 2. The coverage provided by thls endorsement will
GARAGE COVERAGE FORM be primary and noncontrtbutory with respect fo any
Mo70R CARRIER COVERAGE FORM other coverage available to the additlonal insured.
1. Who Is an Insured under Section II - Llabllfry 3. The Limits of insurance applicabfe to the addi-
Coverage is amended to include any person or or- tional insured a�e those specifled in the written con-
ganization w(th whom you have agreed in writing in tract or agreement or In the Declarations for this
a confract or agreemenf that such person or or- Coverage Form, whichever is less. These Limits of
ganlzation be added as an additional insured on Insurance are inclusive and not in addition to the
your policy. Such persons or organizations are addl- Limits of insurance shown in fhe Dec(arations.
tional insureds only with respect to liability arising '
EXCLUSION OF PUNITIVE DAMAGES RELATED TO A CERTIFIED ACT OF CB-7298(1-08)
TERRORISM
This endorsement modifies insurance provided under be an act of terrorism pursuant to the federal
the following: Terrorism Risk Insurance Act. The criteria con-
BIS-PAK BUSINESS LIABILITY AND MEDICAL EX- tained in the Terrorism Risk Insurance Act for a
PENSES COVERAGE FORM certi�ed act of terrorism include the following:
A. The following exclusion is added: 1. The act resulted in insured losses in excess
This insurance does not apply to: of$5 million in the aggregate, attributable to
TERRORISM PUNITIVE DAMAGES all types of insurance subject to the Terror-
ism Risk Insurance Act; and
Damages arising, directly or indirectly, out of a 2. The act is a violent act or an act that is
certified act of terrorism that are awarded as dangerous to human life, property or infra-
punitive damages. structure and is committed by an individual
B. The following definition is added: or individuals as part of an effort to coerce
"Certified act of terrorism"means an act that is the civilian population of the United States
certified by the Secretary of the Treasury, in or to influence the policy or affect the con-
concurrence with the Secretary of State and duct of the United States Government by
the Attorney General of the United States, to coercion.
NOTICE OF CANCELLATION ENDORSEMENT IL-7002(10-90)
All Coverage Parts included in this policy are subject nonpayment of premium, we will mail advance notice
to the following condition: to the person(s) or organization(s) as shown in the
If we cancel this policy, for any reason other than Schedule.
SCHEDULE
Person or Organization Advance Notice
(Name and Address) (Days)
MIRON CONSTRUCTION CO INC 30
PO BOX 409
NEENAH WI 54957
APPLETON AREA SCHOOL DISTRICT 30
531 N MORRISON ST
APPLETON WI 54911
CITY OF OSHKOSH 30
PO BOX 1130
OSHKOSH WI 54903
. • � �
ACUITY,A Mutual Insurance Company-Company Profile-Best's Cred... http://www3.ambest.com/ratings/entities/SearchResults.aspx?URatingId...
R����g� � �������� ������ �Welcome Back Paul Greeninger Mv Member Center�Loa Out
RQgionsl Centen:Asia-Pacific�Canada�Europe,Middle East and Africa�Latin America�MENA 8 SCA Home�About Us�Contact Us�Sitemap
New Search: Searcb »Advanced Search LaJ Print this paqe L?)
Ratings 8 Criteria „
»Home .—..---..........................__..._......__...._._.....__...__..__...----------._.._..............._..._.._-...---....------._._._....-----....._........._._._..----...._....------
»Credit Rating Releases ACUITY A Mutual Insurance Company
n Methodology �
»Best's Credit Ratings+ AM.Bast M:00046a NAIC#:14181 FEIN N:390l976{0
u Financial Strength Rating
�Issuer Credit ftating Mailing Address Vew Additional Address Information qssigned lo �
»Debt Rating P.O.Box 58
u ndvanced Search Sheboygan,WI 53082-0058 companies �s�sr
u About BesPs Credit Ratings+ United States that have,in �+°�. o►
»Get a Credit Rating+ �'�our'opi0iorl,a superior ability to
�BesYs Special Reports yyeb:www.acuiN.com meet their ongoing insurance
»Add BesPs Credit Ratings Search �obligationS.
To Your Site Phone:920-458-9131
Fax:920-458-1618
»BestMark for Secure-Rated
Insurers (BesYS C tder i Ra mt ga '
»Contact an Analyst �--.-�.� _... ..... -------�-� .___ ..... __. ____. -___. ...__�'�.
u Awards and Recognitions Financial Stmnyth Rating_View Defimtion '�, 6ost s Cndit RaUny Aaalyst
News 8 Analysis „ , Rating: A+(Superior) ' ' Office:A.M.Best Company,Oldwick NJ
Products&Services ', Financial Size XIII($1.25 Billion to$1.5 ' ; Senior Financial Analyst:Adrienne Tortoriello '
Industry Information „ Category: Billion) ; Assistant Vice President:Jenn'rfer Marshall,CPCU,
' Outlook: Stable ' ' ARM
Corporate � ___ !
' Action: Affirtned _ _
Regulatory Affairs „ ' Effective Date: December 18,2013 '
��� '�� Disclosure Informatioo
Support&Resources „ Initial Rating Date June 30,1941
Conferences and Events „ _ �— _ �
Long-7erm Iswar Credit Rating View Definition �; View A.M.BesPs Rating Disclosure Statement
_ . ' Long-Term: aa
;Find u Best's Credit Rating ' Outlook: Stable
i Enter a Company Name �{ '�, pction: Affirtned .:
.Advanced Search ', Effective Date: December 18,2013
__ Initial Rating Date: March 29,2007
A_M.gest Rating Services _
_..
CO�rfSf.t IftfO((118(t0(5» u Denotes Under R ew8esfs Retina
..... .__. __.. -_ ._ _. .. __ _ _.. .... ... __ .... ..
� �isd BesYs N��e� �
Re oRa and
Vrew RatinR Uefinitions - -
' Select one... ews and Analysis site for the latest news and press releases for this company and its A.M.Best Group.
,;t=- AMB Credit Report-includes BesPs Finandal Strength Rating and rationale along with comprehensive analytical
\ � commentary,detailed business overview and key financial data.
Report Revision Date:5/22/2014(represents the latest significant change).
Historical Reports are available in AMB Credit Reuort Archive.
��f
''.. BesYs Executive Summary Reporta(Financial Overvievy-available in three versions,these presentatlan style
��"� reports feature balance sheet,income statement,key financial pertortnance tests induding profitability,liquidity and
reserve analysis.
Data Status:2014 BesYs Statement File-P/C,US Contains dala compiled as of 8/20/2014 o�ainy cross cneckea.
• Single Company-five years of financial data specifically on this company.
• CORlp2►ISOfI
-side-by-side financial analysis of this company with a peer group of up to five other companies you seled.
• Composite
-evaluate this company's financials against a peer group composite.Report displays both the average and total
composite of your seleded peer group.
� BesYs Kev Ratinq Guide Presentation Report-indudes BesYs Financial Strength Rating and financial data as
� provided in the most current edition of BesPs Key Rating Guide products.(ouairty cross cnecked).
Financial and Analytical Products
BesPs Insurance Reports-Online-P/C.US 8 Canada
BesPs Kev Ratina Guide-P/C US 8 Canada
BesPs Statement File-P/C,US
BesYs Executive Summarv Reqort-Composite-Propertv/Casualtv
BesCs Executive Summarv RepoR-Comparison-Propertv/Casualtv
Best's Statement File-Global
BesPs Requlatorv Center Market Share Reports
BesPs State Line-P/C.US
BesPs Corporate Changes and Retirements-P/C,US/CN
BesYs Insurance Expense Exhibit(IEE1-P/C US
BesPs Schedule P(Loss Reserves)-P/C US
1 of 2 8/25/2014 8:42 AM