HomeMy WebLinkAboutQuality Building Restoration ��� " � � • � �
� � �.'��.
CONTRA CTOR A GREEMENT.•
EXTER/OR MASONRY REPA/RS AT OSHKOSH PUBL/C MUSEUM
THIS AGREEMENT, made on the 24T"day of September, 2014, by and between
the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and
QUALITY BUILDING RESTORATION CO, INC., 3811 NORTH ALVIN STREET,
APPLETON, 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:
(Gerald Pukall, Quality Building Restoration Co. 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:
(Brad Larson, Oshkosh Public Museum)
ARTICLE III. SCOPE OF WORK
The Contractor shall provide the services described in the Contractor's quote
dated June 30, 2014 attached as Exhibit A.
The Contractor may provide additional products and/or services if such
products/services are requested in writing by the Authorized Representative of the
City. '
1
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 commenced and the work
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
$8,500, 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.
B. 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 (e.g. Contractor Costs for
Unit Price Items as listed in the Bid Form) 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
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)
2
ciays of the date of the City's written demand for indemnification or refund.
ARTICLE V. INSURANCE
The Contractor agrees to abide by the City of Oshkosh Insurance Requirements as
specified in the attached City of Oshkosh Insurance Requirements.
ARTICLE VI. TERMINATION
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
�
By:
_. l I'�t S t^G��e � �
(Seal of Contractor (Specify Title)
if a Corporation.)
By:
(Specify Title)
: CITY OF OSHKOSH
;;
� �!� � BY� cti �
�C�i Mark A. R hloff, City Manag r
( tness) .._
` � ` � __ I
%" C -���-' A nd: � �1,1,�,
` itness) 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.
ity A ey
0., Q�.�p(`'�
ity Comptroller
4
��'���jlfi �.
Quality E�uilding Restoration Co. Inc.
3811 North Alvin Street, Appleton; WI 54913
Telephone (92Q) 731-6717
Date: O6-3U-14 Proposal Number 30$4-14X
Nicic Rhoden
Buildings and Grounds
Oshkosh Public Musenrn
Proposed Project: Extcrior N[asonry Repair�t Oshkosh Public Muscum
We�ropose to furnish atl labor,material,equipment,and inseirance for the
fo[lovvitig�vork: �
A. Boiler Chimney
1. Remove knob on Iimestone chimney cap to pirovide a flat sIoped surface.
Install angle iron supports for existing flues not being used, Remove
existing copper cap.
Z. install standing seam 24 gauge stainless steel chimney cap fitfed around
bricks o�'b�iler chimney. Instalf stainless steet ca�with rain eap over
existing stainless liner.
, The above work shall be done for the casf of$4,70Q.00.
A. Front Gabic
1. Rout defective mortar joints. Ciean and tuckpoint with Type N colored
nnd touled to mafch cxisting. • �
2. Remove ali caulliing from limestone coping joints, cican edges,install
backer rod and seal with Tremco Dymonic FC colored to match and
tooled too be waterfight.
The above work shall be done for fhe cost of$3,800.00. '
Cuarantee: All materials and�voricmanship shall be guaranteed against defects for
a period of'two years frum the date of completion.
If accepted,sign and return one copy.
This pr�posal is void if not accepted and returned within sixty days.
ACCEPTANCE �
Quality Building Restoration Co. Izic.
Purchaser
/�� � I
�x•
Date
4/14/14
. CITY OF OSHKOSH
INSURANCE REQUIREMENTS
II. CONTRACTOR'S INSURANCE WITHOUT PROPERTY INSURANCE
REQUIREMENTS
The Contractor shall not commence work on contract until proof of insurance required has been
provided to the applicable City department before the contract or purchase order is considered for
approval by the City.
It is hereby agreed and understood that the insurance required by the City of Oshkosh is rip mary
coveraqe and that any insurance or self insurance maintained by the City of Oshkosh, its officers,
council members, agents, employees or authorized volunteers will not contribute to a loss. All
insurance shall be in full force prior to commencing work and remain in force until the entire job is
completed and the length of time that is specified, if any, in the contract or listed below whichever is
longer.
1. INSURANCE REQUIREMENTS FOR CONTRACTOR—LIABILITY& BONDS
A. Commercial General Liabilitv coverage at least as broad as Insurance Services Office
Commercial General Liability Form, including coverage for Products Liability,
Completed Operations, Contractual Liability, and Explosion, Collapse, Underground
coverage with the following minimum limits and coverage:
1. Each Occurrence limit $1,000,000
2. Personal and Advertising Injury limit $1,000,000
3. General aggregate limit (other than Products–Completed
Operations) per project $2,000,000
4. Products–Completed Operations aggregate $2,000,000
5. Fire Damage limit—any one fire $50,000
6. Medical Expense limit—any one person $5,000
7. Watercraft Liability, (Protection & Indemnity coverage)"if" the project work
includes the use of, or operation of any watercraft, then Watercraft Liability
insurance must be in force with a limit of$1,000,000 per occurrence for Bodily
Injury and Property Damage.
8. Products – Completed Operations coverage must be carried for two years after
acceptance of completed work.
B. Automobile Liabilitv coverage at least as broad as Insurance Services Office Business
Automobile Form, with minimum limits of $1,000,000 combined single limit per
accident for Bodily Injury and Property Damage, provided on a Symbol #1– "Any Auto"
basis.
C. Workers' Compensation as required by the State of Wisconsin, and Employers Liability
insurance with sufficient limits to meet underlying Umbrella Liability insurance
requirements. If applicable for the work coverage must include Maritime (Jones Act) or
Longshoremen's and Harbor Workers Act coverage.
D. Umbrella Liabilitv providing coverage at least as broad as the underlying Commercial
General Liability, Watercraft Liability (if required), Automobile Liability and Employers
Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000
aggregate, and a maximum self-insured retention of$10,000.
II - 1
� 4l14/14 �
_ E. Aircraft Liabilitv, "if" the project work includes the use of, or operation of any aircraft or
helicopter, then Aircraft Liability insurance must be in force with a limit of $3,000,000
per occurrence for Bodily Injury and Property Damage including Passenger liability and
including liability for any slung cargo.
F. Builder's Risk / Installation Floater / Contractor's Equipment or Property - The
contractor is responsible for loss and coverage for these exposures. City of Oshkosh
will not assume responsibility for loss, including loss of use, for damage to property,
materials, tools, equipment, and items of a similar nature which are being either used
in the work being performed by the contractor or its subcontractors or are to be built,
installed, or erected by the contractor or its subcontractors.
G. Also, see requirements under Section 3.
H. Bond Requirements
1. Bid Bond. Bids that are $25,000 or greater will require the contractor to
provide to the owner a Bid Bond, which will accompany the bid for the project.
The Bid Bond shall be equal to 5 percent of the contract bid. The City may, at
its discretion, require bonds for certain contracts with amounts less than
$25,000.
2. Pavment and Performance Bond. If awarded the contract, bids that are
$25,000 or greater will require the contractor to provide to the owner a
Payment and Performance Bond in the amount of the contract price, covering
faithful performance of the contract and payment of obligations arising
thereunder, as stipulated in bidding requirements, or specifically required in the
contract documents on the date of the contracYs execution. The City may, at
its discretion, require bonds for certain contracts with amounts less than
$25,000.
3. Acceptabilitv of Bondinp Companv. The Bid, Payment and PerFormance
Bonds shall be placed with a bonding company with an A.M. Best rating of no
less than A- and a Financial Size Category of no less than Class VI.
2. INSURANCE REQUIREMENTS FOR SUBCONTRACTOR
All subcontractors shall be required to obtain Commercial General Liability (if applicable
Watercraft liability), Automobile Liability, Workers' Compensation and Employers Liability, (if
applicable Aircraft liability) insurance. This insurance shall be as broad and with the same
limits as those required per Contractor requirements, excluding Umbrella Liability, contained in
Section 1 above.
II - 2
4/14/14
. 3. APPLICABLE TO CONTRACTORS/SUBCONTRACTORS /SUB-SUB CONTRACTORS
A. Acceptabilitv of Insurers - Insurance is to be placed with insurers who have an A.M.
Best rating of no less than A- and a Financial Size Category of no less than Class VI,
and who are authorized as an admitted insurance company in the state of Wisconsin.
B. Additional Insured Requirements — The following must be named as additional
insureds on all Liability Policies for liability arising out of project work - City of
Oshkosh, and its officers, council members, agents, employees and authorized
volunteers. On the Commercial General Liability Policy, the additional insured
coverage must be ISO form CG 20 10 07 04 or its equivalent and also include
Products — Completed Operations ISO form CG 20 37 07 04 or its equivalent for
a minimum of 2 years after acceptance of work. This does not apply to Workers
Compensation Policies.
C. Certificates of Insurance acceptable to the City of Oshkosh shall be submitted prior to
commencement of the work to the applicable City department. 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.
II - 3
�
- `'�° CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/WY)
� 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 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 certiflcate does not confer rights to the certificate
holder in lieu of such endorsement s.
PRODUCER CONTACT
lnsurance Agency contact NAME:
information,including street PHONE - �nsurence AgenYs F� -----
address and PO Box if contact information.
applicable. (NC_No Ext):____ ;(AIC.No):
.. . -----.. ...------------ —_._-:.
E-MAIL -'---.._._..---
ADDRESS:
________ INSURER(S)AFFORDING COVERAGE _ �'�:� NAIC#
--------�---.....
_ iNSUReR n: ABC Insurance Company ___ i NAIC#
-- ----- --- --- --... ---- -------
INSURED lnsured's contact In/ormation, '
Including nama,addiess and _INSURER B_XYZ I.11SUf8f1C2 COfTlP2(lY __ __ __��:^ NAIC_# _
pnone number. iNSUReR c: _LMN Insurance Company __ � NAIC#
INSURER D: Insurer(s)must have a minimum A.M.Besf rating ofA•
and a Financla/Performance Rating of Vl or bettec ---
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. NOlWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE AMY 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�i. ADDL;SUBR I ; POLICY EFF � POLICY EXP i --
LTR '�: TYPE OF INSURANCE INSR ' WVD I POLICY NUMBER � MM/DD I MM/DD i LIMITS
!GENERALLIABILI7Y I i ' � �EACHOCCURRENCE $ 'I,OOO,OOO
i I i
'—_. ; '
i �------�--._.......__ . ..------ --...__..._--
I DAMAGE TO RENTED
�;COMMERCIAL GENERAL LIABILITY � � ❑ ; General Liability Policy Number I Policy effective and expiration date i pREMISES(Ea occurrence) $50,0��
A '' ' � ; ' �— --
, �❑,�CLAIMS-MADE �jOCCUR i I. i
�_ . ; ; �MED EXP(Any one person) $5,���
' t- -- —— ---*--- --_._._.._..
� ISO FORM CG 20 37 OR EQUIVALENT � � I � � IPERSONAL BADV INJURY $"I,OOO,OOO
�- :' ------...------- �
---� ; ( �__.. ----- ---------...--
❑, _ _ ! ; i ; GENERALAGGREGATE $Z,OOO,OOO
'GEN'L AGGREGATE LIMIT APPLIES PER � I ; 'PRODUCTS-COMP/OP AGG j $2,000,000
--- ---• ,
� �_—. ---- ----- r---—
--- _—_.
,.❑�POLICY �;PE��❑�LOC ( � � � i � I $
i
!AUTOMOBILE LIABILITY � � COMBINED SINGLE LIMIT
,,__ �:, ; i � •(Eaaccidentl I $ �,�����0
� � ❑ ! i ___-----._... - - y --__ _.._---
'�'ANY AUTO ' Auto Liability Policy Numbe� ' Policy eflective and expiration date �BODILY INJURY(Per person) � $
;ALLOWNED - SCHEDULED � i ' � --
B ;�;AUTOS ❑ AUTOS I ; � � BODILYINJURY(PeraccidenQ �
-- � ---
- . --- -- l
HIRED AUTOS i NON-OWNED i ' I
, , , ...__ ___.._..
��I �..❑,� AUTOS �� � i PROPERTY DAMAGE � $
_ _ { ; ; i (Per acc�dent) ..___
� , , i , , .._.. —.__._ __--_. --
�' �� , ; ; � $
,
UMBRELLA LIAB I OCCUR � i I � �EACH OCCURRENCE $Z,OOO,OOO
�. � , � ❑ �
A ❑;EXCESS LIAB i❑ CLAIMS_MADE � � Umbre/la LiabilityPo/icyNumber� Policyeffective and expirafion dafe. IAGGREGATE � $���
i ; ------------------ -
-._.---
;❑iDED �,'RETENTION$'IO,OOO i ; � ; � � I $ �
I
C' AND EMPLOY RS'L ABIL�ITY I
, � � � i � i �I WCSTATU-I❑� OTH-
� TORY LIMITS, ER
ANY PROPRIETOR/PARTNER/EXECUTNE � � � ' ' �
�'OFFICE/MEMBEREXCLUDED? Y/N �: I ' �
� Workers Compensation Policy '! Policy e(/ective and expiration da[e. !E.L.EACH ACCIDENT I $����0�
'(Mandatory in NH) N ' Number ' � �
I If yes,descnbe under I I i E.L.DISEASE-EA EMPLOYEEI $ 1 OO OOO
'DESCRIPTION OF OPERATIONS below � ' j i --'--
- � i I.E.L.DISEASE-POLICYLIMIT � $SOO,OOO
i � ❑ I �
i
i
I I ! I i
I I
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required)
Additional Insureds per attached endorsements.
Certificates of Insurance acceptabie to the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City
department. These certificates shall contain a provision that coverege 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.
CERTIFICATE HOLDER CANCELLATION
City of Oshkosh,Attn: City Clerk Insurance Standard ll SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
215 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION DATE,THEREOF,NOTICE WILL BE DELIVERED IN
PO BoX 1130 ACCORDANCE WITH THE POLICY PROVISIONS.
Oshkosh,WI 54903-1130 P�ease indicate somewhere on this
certificate,the contract or project# AUTHORIZED REPRESENTATIVE
this certificate is for.
O 1988-2010 ACORD CORPORATION. All rights reservec
ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD
POLICY NUMBER: COMMERCIAL GENERAL LIABILITY
❑ ❑ ❑ ❑ ❑ � ❑ ❑ ❑ ❑ � ❑ �G 20 10 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - SCHEDULED PERSON OR
ORGANIZATION
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Or anization s : Location s Of Covered Operations
As required by contract Any and all job sites
Information re uired to com lete this Schedule, if not shown above, will be shown in the Declarations.
A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these
include as an additional insured the person(s) or additional insureds, the following additional exclu-
organization(s) shown in the Schedule, but only sions apply:
with respect to liability for "bodily injury', "property
damage" or "personal and advertising injur�' This insurance does not apply to "bodily injury" or
caused, in whole or in part, by: "property damage" occurring after:
1. Your acts or omissions; or 1. All work, including materials, parts or equip-
2. The acts or omissions of those acting on your ment furnished in connection with such work,
behalf; on the project (other than service, maintenance
or repairs) to be performed by or on behalf of
In the performance of your ongoing operations for the additional insured(s) at the location of the
the additional insured(s) at the location(s) design- covered operations has been completed; or
nated above. 2. That portion of "your work" out of which the
injury or damage arises has been put to its in-
tended use by any person or organization other
than another contractor or subcontractor en-
gaged in performing operations for a principal
as a part of the same project.
Insurance Standard 11
SAMPLE CERTIFICATE
Please indicate somewhere on this
certificate,the contract or project#
this certificate is for.
CG 20 10 07 04 O ISO Properties, Inc., 2004 Page 1 of 1 ❑
' POLICY NUMBER: PoOoy# COMMERCIAL GENERAL LIABILITY
❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ O ❑ � ❑ �G 20 37 07 04
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
ADDITIONAL INSURED - OWNERS, LESSEES OR
CONTRACTORS - COMPLETED OPERATIONS
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Name Of Additional Insured Person(s)
Or Or anization s : Location And Description Of Completed O erations
As required by contract Any and all job sites
Information re uired to com lete this Schedule, if not shown above, will be shown in the Declarations.
Section II — Who Is An Insured is amended to
include as an additional insured the person(s) or
organization(s) shown in the Schedule, but only with
respect to liability for "bodily injury', "property dam-
age" caused, in whole or in part, by "your work" at
the location designated and described in the sched-
ule of this endorsement performed for that additional
insured and included in the "products-completed
operations hazard".
Insurance Standard ll
SAMPLE CERTIFICATE
Please indicate somewhere on this
certificate,the contract or project#
this certificate is for.
CG 20 37 07 04 O ISO Properties, Inc., 2004 Page 1 of 1 ❑