HomeMy WebLinkAboutVienola General Contracting ! �
CONTRACTOR AGREEMENT.•
C/TY HALL MECHAN/CAL BU/LD/NG /MPROVEMENTS
THIS AGREEMENT, made on the 1 1 T" day of December, 2014, by and between
the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and
VIENOLA GENERAL CONTRACTING SERVICES, P.O. BOX 3306, OSHKOSH, WI
54903, 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:
(Mathew R. Vienola, Vienola General Contracting Services
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 Services Manager)
ARTICLE III. SCOPE OF WORK
The Contractor shall provide the services described in the Contractor's Cost
Proposal dated 9/29/14 attached as Exhibit A. If anything in the Bid Form conflicts
with the Bid Specifications, the provisions in the Bid Specifications shall govern.
The Contractor may provide additional products and/or services if such
products/services are requested in writing by the Authorized Representative of the
1
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
February 1 , 2015.
ARTICLE III. PAYMENT
A. The Contract Sum.
The City shall pay to the Contractor for the performance of the contract the sum of
$18,316, 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 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
2
, •
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 contractor's certificate of insurance for this
project is attached as Exhibit B.
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: /�i9� �l�ld�A�
D�//U��l/
(Seal of Contractor (Specify Title)
if a Corporation.)
B :
(Specify Title)
CITY OF OSHKOSH
/ By: c�---
�,- �L, , f�L- Mark A. Ro loff, City Manager
(Witne �
__ �_ _.__�
� v ' �
_ , �-
�Z - � �Zu �, And: �� ��
(Witness) Pamela . Ubrig, City Clerk ;!
APPROVED: I hereby certify that the necess-
�, ary provisions have been made to
' pay the liability which will accrue
�% ' ' r� under this contract.
City At a
City Comptroller
4
. ��,UI��T.�
1
�e7e�a�Ca,�t�ac ti��
s�����
PO Box 3306 • Oshkosh, WI 54903
920-579-0532
Proposal Submitted To: Proposal Date: 9/29/14
City of Oshkosh Contact Phone:920-379-2262
215 Church Ave Customer Phone:
Terry Smith
.........................................................................
We Hereby Submit Specifications For Repairs on maintenance building
As Follows:
Remove and replace exteriar doors with steel frame steel slab,two double 64"x 80",two 40"x 84",one
40"x82",one 32"x82"all with keyed handle sets
$15,191.00
TOTAL COST(Including Labor,Equipment&Materials) $15,191.00
We hereby propose to finish all labor,materials and equipment to complete in accordance with the above
specifications for the sum of FOURTEEN THOUSAND SEVEN HUNDRED NINETY ONE DOLLARS
with payment to be made as follows 50%DOWN AND BALANCE UPON COMPLETION. 1 'h%
service charge per month on past due accounts.
ALL MATERIAL IS GUARANTEED TO BE AS SPECIFIED AUTHORIZED
ALL WORK IS TO BE DONE IN A WORKMAN MANNER
ACCORDING TO STANDARD PRACTICES. ANY SIGNATURE
ALTERATION OR DEVIATION FROM THE
SPECIFICATIONS INVOLVING EXTRA COST WILL BE
EXECUTED BY WRITTEN ORDERS AND WILL BECOME p�SIDENT DAVID J VIENOLA OR VICE
AN EXTRA ABOVE THE ABOVE QUOTATION. ALL p�SIDENT MATTHEW R VIENOLA
AGREEMENTS ARE CONTINGENT UPON DELAYS NOTE:THIS PROPOSAL MAY BE
BEYOND OUR CONTROL. OWNER IS TO CARRY FIRE, �yITHDRAWN BY US IF NOT ACCEPTED
TORNADO AND ANY OTHER NECESSARY INSURANCE.
VIENOLA BROS,INC ARE ALSO FULLY INSURED AND WITHIN 10 DAYS.
ALL PRACTICES ARE IN ACCORDANCE WITH ALL
LOCAL LAWS AND REGULATIONS.
Dwelling Contractor Certification#638767 Dwelling Contractor Qualifier Certification# 1084536
.........................................................................
ACCEPTANCE OF PROPOSAL: The above prices, specifications and conditions are satisfactory and
are hereby accepted. You are authorized to do the work as specified. Payments will be made as outlined
above.
DATE ACCEPTED CUSTOMER SIGNATURE
THIS IS NOT A VALID CONTRACT UNLESSACCEPTED BY
A CEO OF GENARAL CONTRACTING SERVICES LLC
DATE ACCEPTED PRESIDENTNICE PRESIDENT
SIGNATURE
'
�e7e�a��,aK tr�ac tiK�
�e�aices
PO Box 3306 • Oshkosh, WI 54903
920-579-0532
Proposal Submitted To: Proposal Date: 9/29/14
City of Oshkosh Contact Phone 920-379-2262
215 Church Ave Customer Phone:
Terry Smith
.........................................................................
We Hereby Submit Specifications For: Repairs on maintenance building
As Follows:
Remove existing window,new framing for overhead door,new two sided steal raised panel insulated
overhead door
$1975.00
Remove interior wall and carpet scrape floor clean(there will be an up charge if strippers are needed)
$1,150.00
TOTAL COST(Including Labor,Equipment&Materials) $3,125.00
We hereby propose to finish all labor,materials and equipment to complete in accordance with the above
specifications for the sum of TWENTY SEVEN HLJNDRED TWENTY FIVE DOLLARS
with payment to be made as follows 50%DOWN AND BALANCE UPON COMPLETION. 1 '/z%
service charge per month on past due accounts.
ALL MATERIAL IS GUARANTEED TO BE AS SPECIFIED AUTHORIZED
ALL WORK IS TO BE DONE IN A WORKMAN MANNER
ACCORDING TO STANDARD PRACTICES. ANY SIGNATURE
ALTERATION OR DEVIATION FROM THE
SPECIFICATIONS INVOLVING EXTRA COST WILL BE
EXECUTED BY WRITTEN ORDERS AND WILL BECOME pRESIDENT DAVID J VIENOLA OR VICE
AN EXTRA ABOVE THE ABOVE QUOTATION. ALL pRESIDENT MATTHEW R VIENOLA
AGREEMENTS ARE CONTINGENT UPON DELAYS NOTE:THIS PROPOSAL MAY BE
BEYOND OUR CONTROL. OWNER IS TO CARRY FIRE, �yITHDRAWN BY US IF NOT ACCEPTED
TORNADO AND ANY OTHER NECESSARY INSURANCE.
VIENOLA BROS,INC ARE ALSO FULLY INSURED AND WITHIN 10 DAYS.
ALL PRACTICES ARE IN ACCORDANCE WITH ALL
LOCAL LAWS AND REGULATIONS.
Dwelling Contractor Certification#638767 Dwelling Contractor Qualifier Certification# 1084536
.........................................................................
ACCEPTANCE OF PROPOSAL: The above prices,specifications and conditions are satisfactory and
are hereby accepted. You are authorized to do the work as specified. Payments will be made as outlined
above.
DATE ACCEPTED CUSTOMER SIGNATURE
THIS IS NOT A VALID CONTRACT UNLESSACCEPTED BY
A CEO OF GENARAL CONTRACTING SERVICES LLC
DATE ACCEPTED PRESIDENTNICE PRESIDENT
���i��7" �3
/��R� OATE(MIWDDIYYYY)
� CERTIFICATE OF� LIABILITY INSURANCE 12/04/2014
THIS CERTIFICATE IS ISSUED AS A,MATTER OF INFORMATION ONL.Y AND CONFERS Id0 RI(3HTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATNELY OR NEGATNELY AMEND, EXTEND OR ALTER THE�COVERAt3E AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(3), AUTHORIZED
REPRESENTATNE OR PRODUCER,�4ND THE CERTIFICATE HOLDER.
iMPORTANT: if the certiflcate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subjact to the
terms and condiUons of the policy,certatn policies may require.an endorsement. A statement on this certi�cate does not confer rights to the
certificate holder in fleu of such endorsement(s}.
PRODLICER
• JIM MI7CHELL
MITCHELL INSUf2ANCE AGENCY PHONE '
1924 S.WASHBURN ST. ��. FAC o:920-233-2712
OSHKOSH,WI.54904 �`
PRODUC .
INSURER 3 AFFORDING COVERAGE NAIC!�
INSURED '
INSURERA:SOCIETY ItVSURANCE COMPANY
GENERAL CONTRACTING SERVICES,LLC
P.O.BOX 3306 , �NSURER B:
OSHKOSH,Wi. 54903 �NSURERC:
� INSURER D:
I�URER E:
� ' INSURERF:
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 WCi'11 iRESPECT TO WHICH THlS
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
7� TYPE OF INSURANCE POUCY NUMBER POLICY EFF MOLIpY FJ� u��
A GENERAL LIABIUTY CBP585780 08/1912014 08/19I2015 EACH OCCURRENCE S
X COMMERCIAL GENERAL LIABILITY � � P Ea S
CIA�MS-MADE.�OCCUR MEDEXP M ane S 5
X ISO FORM CO 20 37 OR EQIV �RSOt�u a pov uw Rv a
X ISO fORTI CG ZO'IO O�@qIV. OENERAL'AGGREGAT� $ Q 000 p�0
GEN'L AGGREGATE lJM1T APPLiES PER PRODUCT3•COMP/OP AGG 5
POLICY X PRO- LOC • $
A nu�roa�oei�e uasiuTr CA11447524. 08/19/2014 08/19/2015
COMBINED SINGLE LIMIT
AtaY AurO r� • (ea acddenc) � $ 1,000,000
ALL OWNED AUT03 !.—J BODILY INJURY(Per person) $
X SCHEDULED AUTOS BODILY INJURY(Per accldent) $
PROPERTY DAMAGE
HIREDAUTOS (PeracddeM) $
NON-OWNED AUTOS � $
S
A )( UMBRELLALIAB x OCCUR CBP585760 12/01l2014 12/01/2015 EACHpCCURRENCE� $ 2 000 000
EXCESS LU1B CLAIM&MNpE �
AGGaeGA� S 2,000,000
DEDUCTIBLE S
RETENTION $ S
WORKERSCOMPENSATION WCSTATU- • OTH-
AN�EMPLOYERS'LIABILRY " j '
ANY PROPRIETOR/PARTNERIEXECUTIVE Y f N E.L,EACH ACCIDENT ;
OFFICERfMEMBER EXCLUDED? � N�A '
(Mandetory In NH) E.L DI3EASE-EA EMpLOYE $
H.yes,descrlbe untler
E.LDISEASE=POLICYLIMIT $
IJ 1
DESCRlPTION OF OPERAilON31 LOCATIONS I VEHICLES(Attach ACORD 101,Addifionai R9marks 8chadule,H more�sea i�r�quirec�
PROJEC?PERTAINING TO THE CITY OF�SHKOSH MAINTAINENCE BUILDING//OR ANY OTHER PROJECT ENTERED INTO BY THE INSURED FOR
THE CITY OF OSHKOSH//THE FOLLOWING SHALL BE NAMED AS AN"ADDITIONAL INSURED"--CITY OF OSHKOSH,AND ITS OFFICERS,COUNCII.
MEMBERS,AGENTS,EMPLOYEES AND AUTHORIZED V�LUNTEERS.!/FOR A MINIMUM OF 2 YEARS AFTER ACCEPTANCE OF PROJECT
CERTIFICATE HOLDER CANCELLATION
CITY OF OSHKOSH SHOl1LD ANY OF THE ABOVE pESCRIBED POLICIES BE CANCELLED BEFORE THE
. EXPIRATION DATE TFiEREOF,NOTICE NALL BB DELIVERED iN ACCORDANCE.WITH iHE
215 CHURCH AVE. PoucY PRrnnswNS.
OSHKOSH,WL 54901 ' , pt)7HORIZEDREPRESEN7A'fIV� '
. • 1 ' 1iLi�`v'c�"
01888-2009 ACORD CORPORATION. All rights reserved.
ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD
� � General Contracting Services
POLICY NUMBER: � CBP585i60: � � COMMERCfAL GEN�RA�LIABILtTY
� � CCi 20 37 07 04
TFNS ENDORSEMENT CHANGES THE POLICY. PI.EASE READ IT CAREFULLY.
ADDITIQNAL (NSURED -- OWNERS, �LESSEES OR
. .. .... . ...... ......
. . . ... ....... .. .. ... .ONTR�ACTORS�����d������:��7ED�4PERATIONS.....
Thfs endorsement modifies insurance provided unde�the following:
COMMERCIAL OENERAL LIABIUTIF COVERAGE PART
$CMEDULE
Name Of Additional Insured F'srson(s)
Or Or anixaEion s : l.ocatiort And DescrJ tion Of Com leted O eratfons
_. _.
PERTAINING TO THE PROJECT INVOLVING THE
. � . ' • CITY O,F OSHKOSH MAINTAINENCE BUILDING OR
As requtred by contract Any and all Job slfes
information re uired to com lete this Schedula if not shown above will be shown 1n the Declaratians.
Section II — Who Es An Insurect Is amended to
include as an additional insured the person(s) o�
organizafion(s) shown in the Schedule, but only with
respect to Iiabiitty for "bodily (nJury", "property dam-
age" caused, (n whole or in part, by "your work° at
tha iocatton designated and desc�ibed in.the sched-
u!e of thEs endo�sement perforrned for that addttfonal
insured and included in the "products•completed
operations hazard".
Jnsurance Standard 11
SAMPLE CERTIFICATE
Piease indlcate somewhare on thla
certlficata,the contract or project�
CG 20 37 07 04 �iS0 Properties,Inc.,20Q4 Page 1 of 4 ❑
Getleral Con#racting Services -
' CBP585760 • .�
POLiCY NUMBER: � COMMERCIAL GENERA[.LfA81LITY
C(3•2010 07 04
THIS ENDORSEMENT CHANGES THE pOLICY. PLEASE READ iT CARE�U1.l.Y.
ADDITIQNAL INSURED -- OWNERS, LESSEES OR
. ........................_..._..._._._... ._................. ._.._....... . . . . . .........
� � CONTRACTORS��--��SCHEDULED PE�RSON���OR�
� � �RGANI�ATION
This endorsement modifles insurance provide�d under the following:
COMMERCIAL.C3ENERAI.I.fABIl.I7Y COVERAGE PART
SCH�DULE
Marrie Of Add(ttonal Insured Person(s)
Or Or anization s : Location s Of Covered O eratfons
PERT/�INING TO THE PROJECT INVOLVING THE
CITY OF OSHKOSH MAINTAINEI�CE BUILDING OR
As requlred by contracf Any and all Job attes
Information re uired#o.com lete this Schedule if not shawn above will be shown in the Declarations.
A. Section II — Who !s An Insured ls amended to B. With respect to the insurance afforded to fhese
include as an add(t(onat insured the person(sj or additional insureds,the following additional exclu-
organization(s) shown In the Schedule, but only sivns apply:
with respect to liabllity for"bodily inJury", °prope�ty �
damage" or "personai and advertising injury° 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 materiais, parts or equip-
2. 7he acts or omissions of those acting on yaur ment furnlshed in connection with such work,
behalf; on the proJect(other than servlce,maintenance
or repatrs) to be performed by or on behalf of
In the pertormance of your ongofng operations for fhe additfonal insured(s) at the location of the
the additional tnsured(s) at the location(s) design- covered operations has been completed;or
natad above. "2. 'fhat ponion of °your work" out of which the
� - inJury or damage arlses has been put to Its in-
tended use by any person or organlzation other
. than another contractor or subcontractor en- '
gagad in performing operations for. a principa!
as a part of the same project.
lnsurance Standard I!
SAMPLE CERTIFICATE
• Pleaae indicats somewhere an thla
certlticate,the contraat or proJect#
CG 2010 07 04 (�ISO Propertles,Inc.,2004 Fage 1 of 1 ❑