Loading...
HomeMy WebLinkAboutPW CNT 14-25/Highway Landscapers ww CITY OF OSHKOSH LEGAL DEPARTMENT 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920) 236-5115 FAX(920)236-5106 LETTER OF TRANSMITTAL To: Highway Landscapers, Inc. Date: November 14, 2014 1900 Bohm Drive Pro�ect: Contract No. 14-25 Little Chute, WI 54140 From: Carol Marchant, Adm. Assistant Re: Landscaping in Biofilters at City Hall Attn: And Riverside Park Parking Lots Please find: � Attached ❑ Under Separate Cover ❑ Copy of Letter � Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantit Description 1 Full executed Contract No. 14-25 — Landsca in in Biofilters at Cit Hall and Riverside Park Parkin Lots These are being transmitted as indicated below: ❑ For Approval � For Your Use ❑ As Requested ❑ For Review�Comment Remarks: cc: City Clerk (original) Public Works, Engineering (original) City Attorney (copy) �- ' �1, . :� . CONSTRUCTION CONTRACT THIS AGREEMENT, made on the 15th day of October, 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and HIGHWAY LANDSCAPERS, INC., 1900 Bohm Drive, Little Chute, WI 54140, 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. 14-25 for Landscaping in Biofilters at City Hall and Riverside Park Parking Lots, for the Public Works Department, pursuant to Resolution 14-449 adopted by the Common Council of the City of Oshkosh on the 14th day of October, 2014, 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 Special 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 $54,410.00, adjusted by any changes as provided in the Specifications, 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 Specifications. ARTICLE IV. CONTRACTOR TO HOLD CITY HARMLESS The CONTRACTOR covenants and agrees to protect and hold the CITY 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. INSURANCE The Insurance required by the City of Oshkosh as specified in the CITY's specifications, including addenda, or plans, or instructions, or advertisements, shall be primarv coverage 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 based upon the occurrence of an event, and not based on claims made. 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 this Contract, the Specifications, whichever is longer. ARTICLE VI. 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 Plans and Specifications, including all Addenda's 3. City of Oshkosh Standard Specifications 4. Instructions to Bidders 5. Advertisement for Bids 6. 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. 2 e 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. 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 � HIGHWA LANDSCAPER , INC. . � , By: , � --��.�� ��A (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH /` �/ � . By: �---,� ���!� 'L� -� ark A. Rohloff, City M nager Wit ss) _�. __. _ . �---. �� �� And: � � ' (Wi ness) amela R. Ubrig, City lerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract orney City Comptro ler 3 • Bond # 1035489 Maintenance Bond Know All Men By These Presents, that we, Hi�hway Landscapers, Inc. (hereinafter called the Principal), and The Hanover Insurance Company, a New Hampshire corporation (hereinafter called the Surety), are held and firmly bound unto Citv of Oshkosh (hereinafter called the Obligee), in the full and just sum of Fifty Four Thousand Four Hundred Ten & 00/100 ($54,410.00 ) Dollars lawful money of the United States, for the payrnent of which, well and truly to be made, we bind ourselves, our heirs, administrators, executors, successors and assigns,jointly and severally, firmly by these presents. Whereas, said Principal has perforined certain construction work for: Public Works Contract No 14-25, Landscapin� in Biofilters at City Hall and Riverside Park Parkin�Lots (hereinafter called the Improvements), And Whereas, the Obligee has accepted or is about to accept the Improvements, And Whereas, the Obligee requires as a condition of the acceptance of the Improveinents that the Principal guarantee the Iinprovements free from defect caused by faulty workmanship and inaterials for a period of 2 years from the date of acceptance, general wear and tear excepted. Now Therefore, if the said Improveinents shall be free froin defects of workmanship and materials, general wear and tear excepted, during the period stated above, then this obligation shall be null and void; otherwise to remain in full force and effect. Signed, sealed and delivered this 27th day of October, 2014. Witne s: Highw Landscapers Inc. � , � �,u � � _ Witness: 1 The Hanover Insurance Company ; `��-�'Kc�� � Roxanne Jensen, Attorney-In-Fact Maintcnance bond � THE NANOVERINSURANCE COMPANY MASSACHUSETTS BAYINSURANCE COMPANY , CITIZENS INSURANCE COMPANY OF AMER[CA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCECOMPANY,both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan,do hereby constitute and appoint Jeffrey R. Meisinger,Kelly Cody, Kenton Arps and/or Roxanne Jensen of Green Bay,WI and each is a true and lawful Attomey(s)-in-fact to sign,execute,seal,acknowledge and deliver for,and on its behalf,and as its ad and deed any place within the United States,or,if the following line be filled in,only within the area therein designated any and all bonds,recognizances,undertaldngs,contracts of indemnity or other writings obligatory in the nature thereof,as follows: Any such obligations in the United States,not to exceed Fffteen Million and No/100(515,000,000)in any single instance and said companies hereby ratify and confirm all and whatsoever said Attomey(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED,That the President or any Vice President,in conjunction with any Vice President,be and they are hereby authorized and empoweredto appoint P.ttome;s-i�-fact of the Company,in Rs name and as Ns ads,to execute and acknowledge for and on its behalf as Surety any and all bonds,recegnizances, contracts of indemnity,waivers of citation and all other writings obligatory in the nature thereof,with power to attach thereto the seal of the Company. Any such writings so executed by such Attomeys-in-fad shall be as binding upon the Company as if they had been duly executed and aclmowledged by the regulariy elected officers of the Company in their own proper persons.°(Adopted October 7,1981-The Hanover Insurance Company;AdoptedApri11q,1982 -Massachusetts Bay Insurance Company;Adopted September 7,2001-CHizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have caused these presents to be sealed with their respective corporate seals,duty attested by two Vice Presidents, this 30th day of April 2012. 3`N�NAt����t�{�#,�#�AHC�Gt3�#r{4�)Y �""�� �"�.-`�., �N°��'`�. �rassac��s�-�s$�►�ir�s��a�r�ctYr���ar�x � � ,�,.�. ��� �ir���us�su�c��a�a��r a�a�€���c� A ��� �::... �• �. �t 9 1 . � !�' �l.�M.��;";��- `,}^��'.r �����. ��� - .. :,A'` .� ',,',.. ..... ��4tt�»C:���3G1(:7r�3'.�.�C'�fi�ICtCl�f ':, ' ''% •..,..,..,;.:.... .. . ' +. ,........ ,�„_,,,�,r-.-.. ±,.,�� 3 .;�,.,,,,, ,.,.,.,�« . THE COMMONWEALTH OF.MASSACHUSETTS ) •�-y-..*.:••r.••.......-.--•--�•..�,.�..... °--.-.:�^' COUNTY OF WORCESTER )ss. �t?e��'Lr4[r��r;1�S�iC�'Pti,xiii�.�t On this 30th day of April 201 Z before me came the above named vice Presidents of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of America,to me personally Iviown to be the individuals and o�cers described herein,and aclmowledged that the seals affoced to the preceding instrument are the corporate seals of The Hanover Insurance Company,Massachusetts Bay Insurance Companyand Cit¢ens Insurance Companyof America,respectively,and that the said corporate seals and their signatures as o�cers were duly affaed and subscribed to said instrument by the authority and direction of said Corporations. y,r,s•t 3ARSARAA GAFtf,}CK `�t � NO;ery Pu�6C � ,�.� �� w�, h� Q'rA:WGIA'VM7�1Qf�i5ld��Ytll15 ).�f.S� •^.� �r/Q°�'?".,•�.� t wr! � � .r � �+t �� `►PoCm.r..as:eaEiy�5S1C.,?1.2'£8 "'� f� F.� . .,�^�' '�♦ �y Barbara A.Garlick,Notary Public My Commission Expires September 21,2018 I,the undersigned Vice President of The Hanover Insurance Company,Massachusetts Bay Insurance Company and Citizens Insurance Company of Ameri,^,a, hereby certify that the above and foregoing is a full,true and correct copy of the Original Power of Attomey issued by said Companies,and do hereby further certify that the said Powers of Attomey are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED,That any and all Powers ofAttomey and Certified Copies of such Powers of Attomey and cert�cation in respect the�eto,granted and executed by the President or any Vice President in conjunction with any Yce President of the Company,shall be binding on the Company to the same extent as if all signatures therein were manually a�xed,even though one or more of any such signatures thereon may be facsimile." (Adopted Odober 7,1981-The Hanover Insurance Company;Adopted April 14,1982-Massachusetts Bay Insurance Company;Adopted September 7,2001-Ckizens Insurance Comparry of America) GIVEN under my hand and the seals of said Companies,at Worcester,Massachusetts,this t��day of�'f- 20� 7H�HANOYER IN5i3fiAAtCE Gt11�lPA�tY MASSACHt���TT'8 8AY i1�3SEi�iA�tCE ICORAPAlVY Ct�'1�S INSURA,tdC��C11�1l�'ANY C7�AMERlCA �!.�f' �'-'° ,�rf "S r�+:. 1':.:✓.,:-�s.•.L:i ��j,.�f,,,:�"r%,'o-c,i..,,. �t�rt�8+largastarr,Ytxs Pr�s;den2 • �� HIGHLA1 OP ID: MDC : '4��°^ CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD/YWY) 1012112014 ' 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 BENVEEN 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 CONTACT Hausmann�,Johnson Insurance Inc NAME: 700 Regent St.,PO Box 259408 aic°No EM: NC No: Madison,WI 53725-9408 E-MAIL Phil Hausmann ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# �r,suReaa:Cincinnati Insurance Compan 10677 INSURED Highway Landscapers, IIIC. INSURERB: 1900 Bohm Dr Little Chute,WI 54140 INSURERC: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 2014 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. INSR 7ypE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MMIDDIYYYY MMIDD/YYYY GENERAL LIABILITY EACH OCCURRENCE $ 'I,OOO,OOO A X COMMERCIALGENERALLIABILITY X CPP3659178 03/01/2012 03/01/2015 pREMISES Eoa�occurrence $ 500,00� CLAIMS-MADE �OCCUR MED EXP(Any one person) $ 1�,00� PERSONAL 8 ADV INJURY $ 'I,OOO,OOO GENERALAGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ Z,OOO,OOO POLICY X PR� LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 'I,OOO,OOO Ea accident $ l4 X ANY AUTO CPA3659178 03/01/2014 03/01/2015 BODILY INJURY(Perperson) $ ALLOWNED SCHEDULED � BODILYINJURY(Peraccident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS PER ACCIDENT $ X UMBRELLA LIAB X OCCUR � EACH OCCURRENCE $ 'I S,OOO,OOO A EXCESSLIAB CLAIMS-MADE CPP3659178 03/01/2012 03/01/2015 qGGREGATE $ �5,00�,00� DED X RETENTION S O g WORKERS COMPENSATION X WC STATU- OTH- AND EMPLOYERS'LIABILITY T RY IMIT ER A ANYPROPRIETOR/PARTNER/EXECUTIVE YIN WC193220002 03/01/2014 03/01/2015 E.L.EACHACCIDENT $ 'IOO�OOO OFFICER/MEMBER EXCLUDED? � N�A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ �00,�0� If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ SOO,OOO DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional RemaAcs Schedule,if more space is required� RE: Contract 14-25, Landscaping - Biofilters for City Aall and Riverside Park Parking Lot. City of Oshkosh - Winnebago County. City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers are listed as Additional Insured with respect to Commercial General Liability when specified in a written contract. CERTIFICATE HOLDER CANCELLATION CITYOSH SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CI of Oshkosh THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN tY ACCORDANCE WITH THE POLICY PROVISIONS. 215 Church Avenue PO Box 1130 AUTHORIZED REPRESENTATIVE Oshkosh,WI 54903-113 � ,.� � �/i` �/ O 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD