Loading...
HomeMy WebLinkAboutSchultz Contracting, Demolition Contract 2016-1 5,z . . DEMOLITION CONTRACT I THIS AGREEMENT, is entered into on the 13TH day of APRIL 2016 by and between the CITY OF OSHKOSH, (CITY), and SCHULTZ CONTRACTING (name) N9458 RIDGE AVE, VAN DYNE WI 54979 (address), an entity formed pursuant to the laws of the State of Wisconsin, (CONTRACTOR). Based upon the promises and consideration described in this document, the parties' agreement is as follows: ARTICLE L 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: Demolition Quotation No. 2016.1 for 1028 VAN BUREN STREET, OSHKOSH WI 54901 and appurtenant work, for the City of Oshkosh, all in accordance and in strict compliance with the City's request for quotations and the other documents referred to in ARTICLE V of this contract and which are fully incorporated into this contract as if fully restated. ARTICLE ll. TIME OF COMPLETION The work to be performed under this contract shall commence be completed within the time limits specified in the General Conditions. ARTICLE lll. PAYMENT (a) The City shall pay to the Contractor for the performance of the contract the total sum of$9,339.65 adjusted as allowed in the General Conditions or as allowed by law, or any changes hereafter mutually agreed upon in writing by the parties. (b) Progress Payments. In the event the time necessary to complete this Contract is such that progress payments are required, they shall be made according to the provisions set forth in the General Conditions. ARTICLE IV. CONTRACTOR TO INDEMNIFY AND 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. The contractor shall indemnify the City for all sums including court costs, attorney fees, damages, and punitive damages which the City.may be obliged or adjudged to pay on any such claims or demands within thirty,(30);:,days,of#lie; date of the City's written demand for indemnification. u_ f. Demolition Contract - 1 ARTICLE V. INSURANCE The Insurance required by the City of Oshkosh as specified in the City's General Conditions, Supplemental Conditions, and addenda, or plans, or instructions, or advertisements, shall be primary 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 between the City and the Contractor consists of the following component parts, all of which are as fully a part of this contract as if herein set out verba- tim, or if not attached, as if hereto attached. 1 . This Document 2. The City's General and any Supplemental Conditions 3. Specifications, including any addenda 4. City of Oshkosh Standard Specifications 5. Invitation for Quotations 6. Advertisement for Quotations 7. Contractor's Proposal The contract documents are complementary; what is required by one is as binding as if required by all. Before undertaking each part of the work, the Contractor shall carefully study and compare the Contract Documents and check and verify all pertinent figures and measurements required therein. Contractor shall promptly report in writing to the Engineer any conflict, error, ambiguity or discrepancy which Contractor may discover and shall obtain written clarification from the Engineer before proceeding with any work affected thereby. In the event that any provision in any of the above component parts of this contract conflicts with any provision in any other of the component parts, the provision in the 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 undersigned contractor and their legal representatives, successors and assigns. Demolition Contract - 2 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 By:Allij A I r)v L j r\4 t-- — (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH ! t By. �L ark A. Rohloff, City Manager i nesse r And: , r fitness) Pamela R. Ubrig, Cit Ierk AP ROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. ity Atto City omptroller Demolition Contract - 3 EXHIBIT A QUOTATION FOR: CITY OF OSHKOSH WISCONSIN DUE: 2:00 PM WEDNESDAY MARCH 16 2016 Price Quote On: Demolition and Removal at: Address: 1028 Van Buren Ave Oshkosh WI 54902 Gross Cost of Project: $ Less Salvage Value**: $ / QUOTED PRICE $ V Quote for removing sanitary sewer lateral from property line to the City's main in the right of way if necessary: $ ' 1 6 6 _ * Describe: a) the objects and/or demolition materials expected to be sold for salvage; b) the value anticipated to be received, and, c) to whom the objects/material is expected to be sold: -c Demolition materials and debris will be disposed of at (the City must be notified of any changes): Name of Landfill: L Q C(> Address of Landfill: w Cdu ��'� �"� Operator of Landfill; Operator Address: Telephone number: 13 3 If contaminated/hazardous tanks, soil, or other materials-are known to be present, attach a separate page with disposal information for hazardous material I agree to complete the razing, removal, disposal, and site restoration of the above described property according to the requirements of the City's Request for Price Quotations, I will not start work until all permits, licenses, and approvals have been obtained, and I have been notified that all asbestos has been removed and the paperwork has been completed relative to any asbestos work that may need to be done. Based upon my experience, I assert that any salvage values identified in this Quote represent the highest NET value which could be obtained for these materials in the local area. Demolition Quotation Form - 1 EXHIBIT A Initial here if you have reviewed Supplemental Conditions for this project, which are attached to the General Conditions as Exhibit D. This price quotation shall be valid for thirty (30) days from the City's due date for price quotations. SC-�,,J z e'd� �, h Name of Person, Firm, or Cc po ati Authorized SignatureandTitle RIX � � SC O Print Name and Title Lo Address of Person, Firm, or Corporation Urn �r�n2 1,01- City State Zip Code qjo 3T)c7,q ac>v Telephone Number ; i Demolition Quotation Form - 2 2016-04-13 10;50 Alliance Insurance 9206850444 >> 920 236 5186 P 2/4 1xiAr+ ut]rw"I CERTIFICATE OF LIABILITY INSURANCE t2i������ T USI1.'rIFI04Tt1 M 10SUEA A$ A MATTER OF WORMATION ONLY AND 0014FLtR$ No R(QW3 UPON Tij1:,ERTlP10ATE HOLDRU, M10 (MRT)PICATE DOES NOT AFFIRMATIWLY OR NEGATIVRtY AMEW). EXTIsND OR ALTVR TIM COVERAGIR APPORDI 7 0 THE POUCIER MOW, THIS CxERT00ATE OP INDURANOF QOPO NOT CC3NVITUTE A CONTRACT BET}f 9FN THE ISSUING WSUR1=R(8), ,a,UTHOFt1 ED REPRI58E14TATIV9 OR PRODUCER,AND"S 0E97IFiCATE HC2iaOER, laP,0RT NT: 1f the cordfloato holdor Is asp ADDIT16RAL IN tfRGO,thu poltgt1oa)must be entdorNa T°041r4 1f SUOR00A 'ArAW ,W4"t 10 tihs(arms and nondItIOZ116 of 1110 polloy,carttlln palicless may rtsclufry Rn andomtmwot, A afstamont on 11kta11sart[ifc$io drop rias aonfor t14thta to thv andti'icato lralder in ilau of such Ondaraarflotrtle)• yvtsnna ..... Alllanoa Insurance 103 W Main St � �y,rrnr (u4�oGeiottGilnaurAr,cn 31sY1nRr, , Omrc SII SP63 cu x�r�>�f1,io;L1 iNai AUD WMJr Pt?A 1,€sof in Irb9u�11rt Je Schuh Contracting 1HaljprAgl N0, 458 Rldge Rd lP,tvnftO; . .. , Van Dyne SII 607 ct1r�lAsrrt:., , rrraUllcr?1t s... CGVERA0 _ RT11 fC:kT NUNIBEF f __ Ifi Vi l !NU1�l El s Tltl�r&TCI�1;ftTlf'y 791;+,7 3`idG PALi�I��I9�iFt�tS��tdC�t.1�1'�13 htrl.�kvr1 f�ivff I�Er��!l�sU�tk 7C YFf�li��Ul���[�A�tr;�r�>�5��.F�F1'rH��!�>.3�Y trCr#l�� 0404ATCG. t,rb1WTF90Tk14DII0 ANY R5QUlilpMC,:aa7°,TrZr1h1 OR CON0lf1C1N or arty 00r4T'9AE-T OR L31"}dt if 100114410 3T MTH! g*;PKtT M A4-410H i111� C;MT(PIOATF rAf,Y U =Ur:r?OR MAY PMTJtK THIZ INOLI;AN05 fFF090FU f#Y TH(' P*L1Glga DtS?,RjaEo ijukElfl 14 S00460T To .ALL YK Ti AMM, Ckid:i.1)atONrs E,4r 3 rxP 1011'lCrt1£C OF 0011 POL105S.UblIM OltG+Vdi 3MY HAVE MEN r YM1100 BY 1 PIP UMM, 121: nr n�lH un>$r,r (aFii rtnt 1Jh13s>t1Y ! I f rrMCUIII itMUE, ,0t1C►S ti r.••,, AU01,3467 � �� f fi17,11t3 i r> xs r 'rtwrfg�.. .:. �is aao nsdR��t.tfi riptt td�ar Piialslee�lauvrr�lk.,..,,.. . CV.hlk�sl•ifftta� � �CSGC;Urt rtL'�I=kD�1•Arry+mtr�RCrtir E���.. ' �F'G4X[iCY�iRt�A6�'IN,�#T1Y i t;ftlE'w 3 ktrtt6tl6+r3rAM116P1 3RR[?tlt1L11�. 1r5C3�r'ASfU ��6�U. Cr fy F'" .C•�!I✓til�rlFw:o�° a ,.........-»«......--..-rrr ••---^^•--....- .ws..�-__.��..-...... L I&i1 C}ASC OrI k 1 rlspil ll t�"`"I i COWRMO fift F,UIX T Attf'A1JT , I 0OP6S71 08 � jzl��rte i�{��1� 1n���,'�rmi 3,cfou,�aa t1MI.Y l AAA WO D'ar�r l: 3 &LLOAUM r ti{7#i4''tH_INY;��r&c tlsf 11!! F��G I . A nrccc UA(f F oUS71297 GIJJHAf�•�1h!}E ..�.... 0111i�`lirStE 10,000 i r• ,. V h. . . . - - js��sxrer_ta� B lANE1ti&�1'1.1 GifC<`r!AFbd1[`f lfdkd W00206401 _ K?11 Ifs t 1�Of1t1 ; .. TO D s 0 f FIF W4L�Ii1�YGtiIH 4Ftr1eERLLdLUf1L' r��'� "S csI<"RI }strap tefGlUp1 1'�_l e1r>a< iC10,t�d krwdl*rrlrIts NI!! r .1:C1I YH , ; tt6rf 4 3Y Esza,dA�?!k�Ru�lGcrlt�f�lutbtAi_-, -„ ! #t?.Y'1.i•`Yr. .f C'�,'�.,...�......... u.N-Yw�+�.-�.•�"IMv�....��4� W v ...�.'+T+.�.w��w......r...nti•v.v,..- -�+- - buloompy)OO or t}AttilkT"st}1eS11,i} hTiaN6lS/CNr1<LERJAUsAh ACOR0 10,A>J414A)11 Rimmifif$ 10hN,RYA44 OUll It MV4wi4�� ru j imitl t+ldslrridw r nisar#�sid 4tsarti&rria. 000isstes cst lisgurmw Fmbm to 111a City of 0000 00 ba 1E11brmaw priltl w 0MV(w(.-nmxn(ad ills wwk Itt Itis gp)Lnb16 V4 DopB+C tient,Thf se Cis`1ftaaa shall contain ar dei6itlfl L1tsf:bvara ar rritilr 9�ursdar iho aliaras vrd o3>sa tNn #t#t#h1 rxfn rursehatt Un1 of laaet tGi r1ey�ytk+r K arr rseicia ilsls 3 �n�l�asn la tno Vty C,`wk•cay sf 00lt A 0_. ...f +T LQo_ El.l;A7i ;..,, City of Othkoshi Atiti, City Clerk !RHOULb ANY OF T7a1f An .9 F 1tVRf$irb f$06tQN$OFANCIUi.LM ttEthartg 218 Chur4)h Ave THIS "PIRAVON OATit IKF100, )4*t= WILL 611 IN [ACX l� A0 0ROANG9 MTN THE 1�OWDY Pk � a, Oghkosh W1 54903.1130 �,/-T LA- 41 KS , GO TtCf�E;;C1 C 1d RAY10N. All 6911161'W"d, AC;ORD 26(2060W) Yke A000 tlFiifia3 rand logo tarts I'egkfor d marka of A0090 2016-04-13 10:51 Alliance Insurance 9206850444 » 920 236 5186 P 3/4 POLICY NUMBL--R,` CLO-184578 COMMERCIAL GEN9RAL LIAS UTY GO 20 10 04 11 THIS ENDORSEMENT GHANGi-$ THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modlflo.%Insurance provided uodor tho foifswing: I;OMMERCIAL.GENERAL LIA13UTY COVERAGE PARC SCHEDULE Nam Of Additional Insured Peraoft(s) 2r 0roll)lzatlorr s ,� L.onatlon .t)f tk#P&t �C?F� Cstft,tl As roqulrod by colitrect Any�zd all Job sites h1orroaflon ro Wood tot omplleto this cPJ, dine it rot 00WM aboya,_WIf be shown in the Ilei€eratlons, A, Section II — Who Is Ars lagurod Is ameAded to 4, Wth respect to the Insuranco afforded to eras* include as an additional Insumd tho person(e) or addlt(omll Insurods, the followlou ad+ditlon al t�rg�af Ixc tlen(e Chown in Chia eohedwfa, buf only m;lQstona apply: with respodt to IlablMy for "nattily InIgryh "prop�rt#y ThIg fnsurattr a dors not apply to"bodily fnjur�y" or dernago" or "personai and sz#ver#i,Wng injury "properly damag�aF,ocotarring after: oaua 3, In whole at In part. by,, 1� Yt�i3r sots or orriissltan�;tr 't. All marls, It~rcluditt� n�atedols, parte or equipmant furr,lsbod In wnnWloA,vWIl1 ouch 2. Tars acts or ramisslons of €head ailing on your work, on file projeot (atter there servfoo, bohalfr malydenano or repairs) to be perforrYad by or in tha performance of your ongoing oporatkms for on behalf of the addiffonitl Insured(g) at the the ndditlonal fnepmd(a) at the tooaliom(a) location of flea covered opatationd has boom dasfgnatod above, COMPleted; or Howiwor, 2< That portloft of "your work" out of whlah tho 9. Tisa IrserJranCo 81#CsPdsd to UofS r dditiotlaf injury or darftaga adsae Etas been put to Its lntondod rase by any parson or organization Innurod only applies to the extant permlttod by , other than another oontractor or suboonlractor lave;Ond artgagod In performing operations fat a 1If oovorago prouldi�d to the additional hisfarod It principal as a part of the"file project, required by a contract or agratment, the Insurance affordod to Ouch additional Inswred w?ll not he broad¢r than that Milt h you are required by the wntract of agreamant to provido for cxh additional Insured, CG 2018 0413 0 lhouremce$orvfoos offlod,Inc,,2012 Fxag$ 9 of 2 2016-04-13 10:51 Alliance Insurance 9206850444 » 920 236 5186 P 4/4 C. With rospect to th6 lnsurent�o affbrdad to tileso .2, Available under the applicable Limits of edditlonal Irtsurods, the fellayAng to added to lrmuranm shown In tho OOC�Rmtlons; Section III-K LlmlOi Of insurancot whiehaver Is lea,. If C*Vorege provided to the additional Insured is This ondersement shall net imm aso the required by a pmtraat or egreerrmont, tie mcst +O eppli blo Umitd of higurance shown in the Will Pay on Mhalf of the addlfianal lnsurart la the t�Qcl4i�tic�ns. € mount of insuranm 1. Required by(hes ocntreart or agreement;or Page 2 of 2 5crvioms Offioo, lno.,2012 0020100413 Rating Search: :Qfdi, »Advanced Search t J Print this page Rating Services Home Ratings. »Recent Rating Pekin Insurance Company[ Actively u N Search.for a Rating AM,Resi P:002396 NAG*,2422a FEIN 81 176028411 Regional Centers a DomicillaryAddress Asslvedto FTnanamletrsn5rlf+Reth(fi' Rating Process&Definition, n 2505 Court Street Insurance +easy y d stand Bests Ratings Pekin,IL 61558 companies j� A t'ucwlknt r Under v+9United Stales »Guide to Best's Ratings ;that have, x Financial Strength Rating Guide.: in our opinion,an excellent ability n.Issuer Credit Rating Gude, web:vAvw pskininsurance,com to meet their ongoing Insurance n ksua.Rating Guide Phone:309-346.1161 i,ablfgallons__ n Nallone[Scale Rating Guido`. Fax:309.346-8512 u,Country Risk Information i Market Segment OutlookBased on A.M.Best's analysis,002395-Farmers Automobile Insurance Assn is the AMB Ultimate Parent and Identifies the topmost Rating Methodology. entity of the corporate structure Vew a list of operating insurance entities In this structure Industry Researcht�: �E „ industry&Markel Centers , Financ€al Strength Rating View DefinitionBest's Credit Rating Analyst. Contact an Analyst. Rating: A(Excellent) Rating Issued by:A.M.Best Rating Services,Inc, Conferernoes&Events , Affiliation Code: p(Pooled) Financial Analyst:Letiris Del osa Awards 8c Recognitions Financial Size X($500 Million to$750 Assistant Vice President:flick Decker Category: Million) Data Submission Center Outlook. Stable Regulatory information Action: Affirmed --- - Effective Date: June 11,2015 FN View A.M.Best's RatingD"sc osure S aleme ril kind a Best's Credit Rating Initial Rating Date: June 30,1962 A.M.Best Affirms Ratings of The Farmers Automobile €t.y a C;:iij zrrr FJl3rid I Long-Term Issuer Credit Rating Via yr Definition iInsurance Association and its Subsidfarles Y r June 11,2015 s Advanced Search �� bong-Term: a r Outlook: Stable A.M..Best Rating SONIC85 Action: Affirmed Contact Information n Effective Date: June 11,2015 Initial Rating Dale: June 08,2007 u Denotes Under Review awls RaOrin _ r �,�c€..���-�-� M. �—� AN,Best has provided ratings&analysis on this company since 1962. Financial Strength- Long-Term Issuer Credlt Effective Date Rating Effective Date Rating 611112015 A 611112015 a 8/1012014 A 611012014 a 8/7/2013 A 6/712013 a 5122!2012 A 5!2212012 a 6/212011 A 6/2/2011 a+ 6/18/2010 A 6/18/2010 a+ �( € AMB Credit Report -includes Best's Financlal Strength Rating and rationale along 14th comprehensive anaiyticat YW� commentary,detailed business overvlew and key financial data. Report Revision Date:7/1312015(represents the latest significant change). <--� Kistorical Reports are available In AMB Credit Report Archive. View additional near reports and products for this company. Oq�a, . 7111r: Jun 11,2015 A.M.Hest Affirms Ratings of The Farmers Automobile Insurance AssociationLand its Subsidiaries Jun 10,2014 A.M.Best Affirms Ratings of The Farmers Automobile Insurance Association and[ Subsidiaries Jun 07,2013 A.M.Best Affirms Ratings of The Farmers Automobile Insurance Associadon and its Subsidiaries May 22,2012 A.M.Best Affirms FS and D vm rades ICRs ofThe Farmers Automobile Insurance Association and Its Affiliate 1 of 2 Rating Search: Slnii3o ; N Advanced Search Print Phis a e Ratirig Services Home, Ratings , West Bend Mutual Insurance Company u D Recent Rating Activity ,a Search tar a Rating '- AFd.Best#:000964 NAic#:15356 FEIN#:390698110 Regional Centers, v` Domicillary Address Assigned to Fnerxwstrong;h Rae o; Rating Process&Definitions 1900 South 18th Avenue j insurancesesr Voest Bend,WI 53095 companies A Ekcdknt a Understanding Best's Ratings . Untied Slates that have, a Gulds to Best's Ratings Rating Guide in our opinion,an excellent ability a Financla4 Strength Racing X Issuer Credit Rating Web:vn�nv thesilverlining,corn to meet their ongoing Insurance Phone:262-334-5571 obligations. -'Issue Rating Guide n National Scale Rating Guide Fax:262-334.9109 =ss ern a CountryRisk lnformaUon Y�,'; `x ;,}�si3r. n Market segment Outlook Rating Methodology Financlal Strength Rating View DeBnitio Best's.Credit Rating Analyst industry Rosearch Rating: A(Excellent) Rating Issued by:A.P/I.Best Rating Services.Inc. Industry 8 Market Centers v Financial Size Category: XI($750 Million to$1 Billion) Financial Analyst;Colette Fearon Contact an Analyst Outlook: Stable ifarences Events v Action: Affirmed F Cor Awards&,Recagniktorts Effective Date: May 06,2015 Initial Rating Date: June 30,1922 Vivo A.M.Best's Rating Disclosure Statement Data Submission Center „ Regulatory Information r Long•Term Issuer Credit Rating. View Degnhlon - Long-Term: a Outlook. Stable Find a Best's Civdi1 Raring Action; Affirmed Frt�t {axik:7 Yp lksrrV d Effective Date: May 06,2015 a Advanced Search � Initial Rating Date: April 03,2007 A.M,Best Rating+S0rvlces v L7en01Ps LSnder Re+rz+v Bests,'' IRY t/t`/��kTJf1f1J 's-.r5�n'`-nf'' 'g 1:' Yt'.i #:�C._tea` - ' ''�'t- •'',e-' X _��_'�ixxe�€•' :' .�_. ConlaeL Inforn1a60n n OEM ?,w £ A.M.Best has provided ratings&analysis on this company since 1922. Financial Strength Long-Term Issuer Credit Effective Date Rating Effective Date Rating 51612015 A 5/612015 a 51112014 A 5/4/2014 a 51212013 A 512/2013 a 5124/2012 A 5124/2012 a 5/4/2011 A 514/2015 a+ 512612010 A 512612010 a+ P,4B Credit Report -Includes Best's Financial Strength Rating and rationale along%%ith comprehensive analytical 1 commentary,detailed business overview and key financial data. Report Revision Date:5/1912015(represents the latest significant change). Historical Reports are available in AMB Credit Report Archive View additional news,re arts and products for this company. �ry r�7��: -� -P• " mak=ss°'';" y--'€�v ss -�43,��s 1 v;a.O�> " > ,N—- R4110_ - 7itlts May 24,2012 AM.Best Do rades Issuer{redit Rati and Affir Fnan ia1 Stren kh Ratin o Wes Be d Mutua Insurance Com an May 04,2011 A.M.Best Revises Outlook of issuer Credit Rating to Negative and Affirms Ratings of West Bend Insurance Com an Feb 11,2011 M.Best Withdraws Ratin sof West Band Mutual Grou Follovrin Sale of Subsidia Jul 20,2010 A.M.Best Places Ratings of Wchigan Insurance Company Under Review With Negative Imnlicakions Jul 20,2010 Liyij es C m s on Ratings of Donegal sura ce Group, s Insu ancGroup d Donegal Group Inc. May 26,2010 A.M.Best Down rades Ratin sof West Bend Mutual Insurance Com an 1 of 2 City of Oshkosh, Wisconsin Invitation for Quotation For RAZE AND REMOVAL OF STRUCTURE 1028 VAN BUREN AVE OSHKOSH WI 54902 March 2, 2015 QUOTES ARE DUE TO PURCHASING NO LATER THAN: 2:00 PM WEDNESDAY MARCH 16, 2016 City of Oshkosh P.O. Box 1130 Oshkosh, Wisconsin 54903-1130 BID PROPOSAL CHECKLIST City of Oshkosh Purchasing Division (920) 236-5100 [ ] Provide pricing for all items as requested and any additional costs must be included. Review the solicitation document for instructions regarding per unit pricing. Per unit pricing may need to include all costs, such as labor, supplies, delivery and surcharges, All costs must appear on the bid form. Incomplete pricing may disqualify the bid. [ ] Make sure all mathematical calculations are correct. Have someone else check the bid for errors. [ ] Submit the bid to the correct location, on the correct date, BEFORE the due time, AND in a sealed envelope. Allow plenty of time for delivery of your bid. Late bids will not be accepted and will be returned unopened. ( ] Read the entire solicitation well in advance of the bid due date. This will allow you plenty of time to call the Purchasing Division if you need any clarification or have any questions. [ ] If applicable to the bid, attend the mandatory pre-bid meeting or walk-through. Many Solicitations require attendance at one of these meetings in order to submit a bid. [ ] If the solicitation requires pre-qualification make sure you complete and submit the pre-qualification form to the Purchasing Division by the time and date required in the solicitation. The City will contact your references so please verify your references' contact information. References are one way that the City can determine whether a bidder is responsive and responsible. [ ] If applicable to the solicitation, read the bond and insurance requirements and submit any necessary documentation as required. [ ] If addenda is issued for the solicitation, acknowledge receipt of the addenda in the bid form or as instructed. [ ] Follow the "Notice to Vendors" and "Standard Terms & Conditions" section in the solicitation. [ ] Make sure your bid proposal is legible. [ ] Provide ALL requested information on the bid form and include all requested submittals. [ ] Sign your bid form. Signer must be authorized to initiate a contract on behalf of the company. If you have any questions please contact the City of Oshkosh Purchasing Division (920) 236-5100. J CITY OF OSHKOSH STANDARD TERMS AND CONDITIONS (Request For Bids/Proposals) 1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 2) DEVIATIONS AND EXCEPTIONS: The bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. Specific product types or manufacturers identified in specifications shall be interpreted to require bidding of those exact types and manufacturers. Specifications which allow for bids/quotes with "equal" materials must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is a sufficient alternate to the specification requirement. Failure to provide product information will result in disqualification of such requests. 3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the right to increase or decrease quantities to meet actual needs. 4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 5) ACCEPTANCE-REJECTION: The City of Oshkosh reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the city. Only proposals which are made out on the bid/proposal form attached hereto will be considered. All bid/proposals forms must be completed in full compliance as specified. Failure to complete bid/proposals forms may result in disqualification and considered non-responsive. 6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 7) GUARANTEED DELIVERY: The contractor shall strictly adhere to delivery schedules as specified by the City and to promptly replace rejected or defective materials. The City retains the right to procure materials on its own when the Contractor's materials are not delivered, or replaced if necessary, according to the City's schedule. Contractor's failure to deliver, or replace when applicable, materials as required shall result in the contractor's liability for all costs in excess of the contract price when the City is required to procure materials necessary due to Contractor's failure to act. The City's excess costs shall also include the administrative costs. 8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin, and all disputes shall be resolved in the state or federal court jurisdiction within which Oshkosh, Wisconsin is located. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The City of Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. 10) SAFETY REQUIREMENTS: Contractor must follow all applicable federal, state and local standards. 11) SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910,1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s). 12) PUBLIC RECORDS ACCESS: It is the intention of the City of Oshkosh to maintain an open and public process in the solicitation, submission, review and approval of procurement activities, Bid/proposal documents and openings are public records and therefore subject to release unless excluded from release by Wisconsin Statutes. Those submitting information to the City that believe that their information is not subject to release must identify the applicable statute(s) and describe in detail how the information being submitted applies to the statute cited. The City's lack of response to assertions related to public records does .not indicate any agreement with those assertions. Public records may not be available for public inspection prior to the opening of bids/quotes and/or the issuance of the notice of intent to award or the award of the contract. 13) PRICING: Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price; the unit price shall govern in the bid/proposal evaluation and contract administration. If the bid/quote clearly involves the City's desire to purchase a product or products, then all prices shall exclude any Federal Excise Tax or State of Wisconsin Sales Tax as the City of Oshkosh is exempt from such taxes and will furnish an exemption certificate, if requested by the successful bidder. If the bid/quote is for the purpose of completing a project involving both labor and materials, then the Contractor/Consultant, and not the City, will be purchasing the material directly and the bid/quote must include all material costs, including without limitation, taxes. 14) WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt, or the manufacturer's warranty, whichever is longer. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 3113 REQUEST FOR PRICE QUOTATIONS RAZING AND REMOVAL OF STRUCTURES Demolition Quotation Number: 2016- 01 Date: March 2, 2016 L The City of Oshkosh is inviting sealed quotations from interested contractors for a project involving the demolition and removal of buildings and structure(s) from property within the municipal boundaries, Quotes must include all costs required to fully complete this project. Costs required to complete this project include, but.may not necessarily be limited to, all labor, materials, equipment, supplies, transportation, permits, and approvals necessary to perform all work related to the demolition, removal, and proper disposal of material and debris located on the property. The City will be responsible for a very limited number of tasks and costs, with the contractor being responsible for all tasks and costs except where specifically noted. ll. Sealed quotations must be submitted on the form provided by the City, which is attached to this Request as Exhibit A. The City's form contains the minimum information required to be considered a valid quote. Quotations that are submitted may include any additional relevant information the contractor believes may be helpful to the City. Sealed quotations must be received by the General Services Manager, located at the Oshkosh City Hall, 215 Church Avenue, Room 302 Oshkosh, Wisconsin 54901, by 2:00 p.m. on WEDNESDAY MARCH 16, 2016. III. The successful completion of this project will be based upon the following; A. Complete removal of buildings and structures that that have been determined to be dangerous, unsafe, unsanitary, and/or otherwise unfit for human habitation from a property, with the "complete removal including the removal of basements, footings, and foundations; and, B. Restoring the property to a dust free and erosion free condition; and, C. Protecting neighboring properties, including private property and City right of way, from damage; and, D. Minimize adverse impacts of the demolition and removal on the neighborhood; and, E. Compliance with all applicable local, state, and federal rules, whether or not they are specifically identified in this Request for Quotations; and, F. Compliance with all terms of any agreement with the City relating to this project. IV. All of the General Conditions identified in this Request for Price Quotations will apply to this project, except where they have been deleted, modified, or expanded by Supplemental Conditions. V. Supplemental Conditions may apply to this project. If "yes" is checked below, then Supplemental Conditions do apply to this project and should be attached to these General Conditions. If Supplemental Conditions apply, but are not attached, then you must contact Jon G. Urben, General Services Manager at (920) 236-5100, and request a copy. A. Yes B. No Vi. Property: A. Property Address: 1028 Van Buren Ave Oshkosh WI 54902 B. Structures to be Razed: 1. X House (without an attached garage) 2. Detached Garage 3. Other(s) C. The structures identified will be razed for the following reason: 1. The City of Oshkosh owns the property and has chosen to remove the structures; or, 2. X The property is privately owned and the City of Oshkosh is using its municipal authority along with judicial authorization to raze and remove the identified structures from the property. After the structures and debris are razed and removed, the property will continue to be privately owned. In certain circumstances, Wisconsin law and/or any applicable Court Order may give the property owner the opportunity to raze and remove the structures themselves. Due to these circumstances, all offers of work from the City, and/or signed contracts, related to private property may be revoked, modified, or otherwise voided at the sole discretion of the City. D. [Reserved for Supplemental Conditions related to this project] VI 1. Notice Regarding Quotation Process: The City expects that the total cost for this project will be less than $25,000.00. Therefore, this sealed quotation process will be followed instead of the formal bidding requirements described in the Wisconsin Statutes. If, after the initial request for quotation is circulated, the total cost for this project will be, or is expected to be, greater than $25,000.00, then all quotations will be rejected and the City will place this project within the formal bid process for all projects greater than $25,000.00. The City's conclusions regarding the value of the project may be the result of initial quotations or the result of further evaluation of the project. Quotations will be closely reviewed to ensure that change orders increasing the total contract value to the $25,000.00 level will not be necessary. VIII. Sealed Quotations and Process: A. All costs related to the project must be included within the quoted price. Anticipated costs related to the project include, but are not limited to, labor, materials, supplies, permits, licenses, approvals, insurance, bonds, and disposal costs. The City is responsible only for asbestos abatement and the removal of any personal property having appreciable value. No compensation or change orders for additional costs or expenses will be allowed based upon conditions which should have been known or were reasonably discoverable prior to the deadline for submitting quotations. B. State law limits the City's authority when it is removing, or hiring a contractor to remove, dilapidated and/or unsafe buildings located on private property. The City will remove all known personal property or fixtures with appreciable value before the successful contractor begins demolition activities. Any personal property or fixtures discovered on the property during the demolition process that has appreciable value does not become the property of the contractor and must be reported and given to the City for disposal or sale. The Contractor does not have to report the final value received for the salvage or recycling of materials removed from the property, except to the extent that estimates must be provided on the quotation form. The contractor must keep records related to the demolition and removal, including records of materials and objects and the prices obtained and provide copies of these records to the City upon request. C. The City of Oshkosh makes no warranties, express or implied, and assumes no responsibility for the condition of the structures to be razed, or for condition of the property on which the structures are located. The City is unable to ensure that the condition of the structures and property will not change between the date a contractor's quotation is provided and the date of demolition on private property,. D. Questions about the Project must be submitted to the City's Director of General Services in writing. "Writing" includes emails and faxes. The City will only respond to written questions. The City is not obligated to make questions and responses about the Project generally available except as required by Wisconsin Open Records laws. E. The City will award the contract for this project based upon the lowest quoted price commensurate with the quality, service, and ability to successfully complete the project within the expectations of the City of Oshkosh. The City reserves the right to place significant weight on an analysis of a contractor's anticipated quality, service, and ability to successfully complete the project. The City's Director of General Services shall have the sole discretion to review and approve a contractor's quotation within the requirements of the Municipal Code. Quotations will be opened after the submission deadline. There will be no formal "opening" meeting or event. The contractor selected will be notified of the next steps in the process. Those providing quotes that are not selected will be notified of that fact. F. In addition to all other criteria identified in this document and as allowed by law, the City reserves, without limitation, the following rights: 1. The right to reject any or all quotations received for any reason; 2. The right to request any additional information it believes is necessary to evaluate an interested contractor's ability to successfully complete the work desired. This may include references from other clients; 3. The right to reject a quotation for failure to comply with the quotation requirements, or any reasonable request by the City. G. A contract in a form substantially similar to the agreement attached as Exhibit B will be required. H. Contractors must comply with City insurance requirements before any contract will be approved. A copy of the City's insurance requirements is attached as Exhibit C. The City of Oshkosh shall be identified as an additional insured on the contractor's insurance policy for this project. Specifically, the additional insured must include the following; "City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. This does not apply to Workers Compensation Policies". IX. Site Inspection / Contractor Risk. A. Contractors are solely responsible for reviewing, understanding, and evaluating the property and the structures on the property. No one shall enter the property for an inspection at any time without the permission of a representative from the City of Oshkosh. Persons interested in inspecting the property must contact the Inspections Division to set up an appointment. B. Contractors are solely responsible for reviewing and being aware of the contents of all available public records related to the property. City records are available for review upon request. The City will respond to questions regarding known conditions at the site and City codes that are applicable to the project. The City will not offer or provide opinions, analysis, or recommendations related to the project, except as they may relate to City codes and other requirements. The City has no duty to initiate the disclosure of any information in its possession relating to the property and/or structures on the property. The City is not responsible for verifying dimensions, elevations, site conditions, working conditions, transportation, storage, or any other relevant information related to the project. C. Contractors shall assume all liability and be responsible for all claims and damage related to the work they perform on this project. Contractor responsibility includes claims and damages related to their subcontractors, suppliers, and agents. Contractor responsibility begins on the date of any action at the site, including simply entering the property, after the City's contract has been signed and does not end until the expiration of any applicable limitations period as set forth in the Wisconsin Statutes. D. Contractors will hold the City harmless from claims, damages, and liabilities resulting from their work related to this project. "Their work" includes work and material provided by the contractor, and their subcontractors, suppliers, and agents. Contractors will fully and completely indemnify the City for all costs, fees, claims, and damages resulting from their work related to this project, and also the work performed by their subcontractors, suppliers, and agents. E. The condition of al[ aspects of the property and structures should be documented via photographs and/or video before starting any demolition actions, and again after the project is complete. At the completion of the project, the City shall be notified of all property and structure documentation in the contractor's possession. This documentation shall be made available to the City, at its request, for copying. The City shall be responsible for the reasonable costs of copying. Before the destruction of any records, the contractor shall notify the City in writing of its intention to destroy records, and shall allow the City a minimum of sixty (60) days to request that the records, or copies of the records, be transferred to the City. X. COMMENCEMENT OF PROJECT: A. Contractors shall obtain, at their expense, all necessary permits, approvals, and licenses required for the razing and removal of the structures and debris from the property. Contractors should be aware that for certain projects they must obtain local, state, and federal authorizations. This includes, but is not limited to, demolition and right-of-way obstruction permits from the City of Oshkosh. The following are requirements of the Inspections Division before a demolition permit will be issued: 1. All permits necessary to disconnect utilities have been obtained; and, 2. An erosion control plan approved by the City's Department of Public Works. The minimum requirements of this plan are: a) a type "D" covering of the two closest downstream inlets; and, b) a silt fence as needed; and, 3. All laws and regulations of any governmental authority having jurisdiction over the work or the property are being complied with, at least up to the point that the permit is issued; and, 4. All permits, certificates, and licenses required by the City of Oshkosh have been obtained. B. Demolition activities must commence not later than 10 days from the date of the contract and must be completed no later than 30 days after the contract is signed. This schedule may be altered by written agreement of the parties. The City may adjust the project schedule for any delays resulting from the following: asbestos removal issues; legal disputes between the City and the Property owner; circumstances requested by, or caused by, the City; or, due to circumstances not reasonably anticipated by one or both parties. Delays not approved by the City may result in the termination of the contract and/or the deduction from amounts owed to the Contractor for the costs of such delays. XI. UTILITIES A. All utilities serving any structure on the property shall be disconnected according to the requirements and regulations of the governmental entity or utility responsible for the service. B. Water service shall be terminated at the property line. An inspection of capped water lines by the City Water Distribution Division is required before the pipe is covered. C. Sanitary sewer laterals and storm sewer pipes shall be removed to the property line and shall be capped pursuant to applicable codes. An inspection of the capped sanitary sewer lateral and storm sewer pipe by the City Plumbing inspector is required before any pipe is covered. D. Storm sewer laterals shall be removed to the property line and shall be capped pursuant to applicable codes. The only exception to this requirement will be if the property contains an outdoor yard drain which will remain after the buildings and structures are removed from the property. E. Electrical and gas service shall be terminated at a location and in a manner acceptable to the electrical or other utility and the City's electrical or other inspector. XII. GENERAL REQUIREMENTS: A. All above and below-ground buildings and structures; and any portion of buildings and structures which are the subject of the City's statutory razing authority shall be removed from the property. This includes all basements (including floors), footings, and foundations. Unless specifically requested to do so in writing by the City, the following shall NOT be removed; concrete or other material slabs that are not part of a building; parking areas; sidewalks; driveways; driveway apron; boundary fences; vegetation; or trees. It is the Contractors responsibility to notify the City in advance of any obstruction present that would unreasonably hinder the demolition project. B. All work shall be performed in a safe manner and suitable protection shall be provided for neighboring properties, including private property, City property, and the public. The current City of Oshkosh Building code requirements for demolition, protection of the public, protection of existing buildings and protection of adjoining properties provides minimum requirements. The best industry practices for demolition work will be used. All reasonable and advisable safety precautions will be taken, even if such precautions are above and beyond the minimum required by law. C. All temporary sidewalks, barricades, covers, and other temporary safety devices and. facilities which are required or advisable for safety purposes shall be properly installed and diligently maintained. All temporary safety devices and facilities shall be removed upon the completion of the work under contract. D. An employee or agent with full authority to make all decisions for the contractor related to the project shall be on the property at all times during the demolition-and removal process. E. All obstructions of a public right of way must be approved by the City Department of Public Works. Approval may also be required from Winnebago County or the Wisconsin Department of Transportation, depending upon the jurisdiction of the adjoining street. F, Demolition and removal shall be completely self-contained on the property. Any building or structure within ten (10) feet of any private property line, or a public street, alley, or sidewalk, shall be carefully and completely removed story after story, commencing with the top floor thereof. No debris, materials, or parts of such building shall be placed or allowed to fall upon any adjoining private property, or upon a public street, alley, or sidewalk, or to fall so near the same as to endanger persons or property thereon. All demolition materials and debris shall be removed from the private property, or the public street or sidewalk, each day, and more often throughout each day if the debris, materials, or weather require. G. The property shall remain in a reasonably dust-free condition during and at the conclusion of the project. The demolition material and debris to be removed shall be wet down when necessary before being transported. Any use of water at the site requires the prior written approval of the City of Oshkosh Water Distribution Department. The City of Oshkosh does not allow the use of hydrants as a water supply. Potential water usage charges must be included in quotations. H. Explosives or explosive devices shall not be used on the project. Hazardous or toxic chemicals shall not be used on the project. 1. Construction material and/or debris shall not be sold, burned, buried, or otherwise disposed of at or on the property, unless the material is being recycled with the prior approval of the City. All demolition material and debris are to be disposed of at a licensed landfill or at a recycling facility. No salvage, demolition material, or part of the structure(s) being demolished shall be sold without the express written consent of the City. J. The City will remove personal property with any appreciable value. Personal property with appreciable value on or in the property cannot be removed by the contractor except with the permission of the City. Personal property openly remaining in any building or structure, or upon the property, on the date demolition commences shall be considered abandoned or without appreciable monetary value and its disposal shall be the responsibility of the contractor. However, any personal property of appreciable value that was not obvious or was otherwise hidden but discovered during the demolition project shall be made immediately available for the City to retrieve. K. The contractor shall be responsible for all damage to neighboring private and public structures and properties, public sidewalks; curb and gutter; or gutter and street which are related to the demolition activities at the property. L. All debris, rubbish, and waste shall be removed from the property. XIII. PROJECT COMPLETION: A. Ground openings, holes, and basement excavations shall be filled to an elevation and slope consistent with the remainder of the subject property and with the surrounding properties. "Fill" material shall be compacted between layers, or lifts, which shall not exceed eighteen inches (18"). The entire property shall be left in a level, dust and erosion free, neat, safe and sanitary condition. Material used for filling and grading includes soil, sand, gravel, and 4-Inch or smaller crushed stone capable of compaction for sub-grade which is acceptable to the City. Recycling of concrete or rock debris, basement walls or floors, foundation walls, and footings is encouraged. The City must receive advanced notice of recycling plans. The recycling process shall not occur on or near the property unless it is located in a zoning district in which this is an allowed activity. B. The property must be left with a minimum of 4" of black topsoil and a smooth grade. Topsoil shall mean loam, sandy loam, silt loam, silty clay loam, or clay loam humus bearing soils adapted to sustain plant life with a minimum organic content of 5% and a pH between 6.0 and 7.0. Topsoil shall be pulverized and contain no clods larger than one inch (1") in diameter and be free of lumps, stones, sticks or any other foreign material. Vegetation must be established using seed and fertilizer with a covering approved by Wisconsin Department of Natural Resources. Approved coverings include mulch and Class 1 urban matting with biodegradable stakes, provided they are installed according to manufacturer and/or WDNR requirements. C. Completion of the project. 1. The project will be complete when vegetation is re-established on 70% of the disturbed surface using mulch in accordance with WDNR standards, or when the area is seeded with a Class 1 urban mat with biodegradable stakes installed in accordance with its manufacturer specifications. Upon completion of the project, all equipment, tools, and materials shall be removed and the premises left in a clean, neat and orderly condition. 2. The City must certify that the project is complete prior to full disbursements of the contract amount. Licensed landfill scale receipts for project demolition debris are required as part of all payment requests. The City may withhold a portion or all of any payment otherwise due if the disposal of demolition debris, or the sale of any salvage or material, cannot be accounted for or verified. In the event that the contractor fails or refuses to leave the property the condition required by the agreement with the City, the City shall be authorized to deduct and set off from any payment to the successful contractor the City's reasonable estimate of the cost of completing the project or for remedying any property condition contrary to the City's requirements. 3. If the property is seeded using an approved Class 1 urban mat product, then the project is eligible to be considered complete upon the proper installation of the mat. If mulch or other methods are used, then 70% of the remaining amount due for the project can be disbursed upon the completion of the seeding, fertilizing, and mulching, with the final 30% due only when the grass has been reestablished on 70% of the disturbed surface. The City may make adjustments for amounts otherwise due to reflect change orders, deductions for work not completed, deductions for necessary repairs, deductions for any set-offs, deductions for liquidated or other damages. XIV. ASBESTOS AND HAZARDOUS CHEMICALS/WASTE: A. The City is responsible for asbestos testing and abatement related to the structures to be razed. No demolition work shall begin until the City notifies the contractor in writing that all asbestos abatement is complete. All work at the project shall stop immediately upon the discovery of what is, or what may be, additional asbestos at the site. Work shall not resume until the City provides written authorization to continue demolition work. B. Underground storage tanks and hazardous waste or hazardous waste containers shall be removed by legally qualified persons. The City shall be provided with the identification of persons removing storage tanks and/or hazardous materials or waste who have been verified by the City. C. The City is not responsible for the actual removal and cost of removal for property conditions that are known to exist or could reasonably be discovered, except asbestos. Underground storage tanks and/or hazardous waste shall be removed and disposed of in accordance with all applicable State and Federal regulations, as well as City of Oshkosh Fire Department regulations. D. Work on the project must stop immediately upon the discovery of underground storage tanks, or potential hazardous material or waste on the property. The successful contractor must retain a qualified consultant to assist with testing, removal, and disposal, and paperwork for Federal, State, and Local permits & documentation must be completed by a qualified persons. A State certified contractor must conduct the cleaning and tank removal. E. The City will adjust the project schedule accordingly in the event that additional or undiscovered asbestos, underground storage tanks, hazardous chemicals or containers, or similar substances are located during the demolition. The City shall not be responsible or liable to the contractor for idle time, additional costs, lost profits, or other costs associated with any delays with the projects. XV. MISCELLANEOUS: A. Parties are entitled to written notice of their default of any requirement and have seven (7) calendar days to remedy the problem. However, if the default is related to the actual, or potential, damage to any neighboring property or the public right of way, then the problem must be remedied immediately upon receipt of notice of default. If the defaulting contractor fails or refuses to remedy the issue requiring an immediate remedy, then the City may remedy the problem at the Contractors expense. The City may elect to deduct these expenses from the contract amount. B. The City may elect to terminate the contract and seek a replacement contractor to finish the project If the contractor remains in default of any written agreement related to this project after the time for remedying default has expired. The City is allowed to automatically set-off any amounts otherwise owed to the contractor against any amounts paid to the replacement contractor to complete the project. C. Time is of the essence in this project. The failure to complete the project within the allowed timeframe, subject to any extensions agreed to in writing in advance by the parties, shall result in liquidated damages payable to the City in the amount of $200.00 each day for each calendar day that the completion of the project is delayed beyond the stated completion date. In the event of a delay, the Contractor shall be liable for liquidated damages accruing from the original completion date until such time as the contractor completes the project, or until the date the project is completed by a replacement contractor in the event City obtains performance of similar services from others. Liquidated damages shall be in addition to other damages that the City may claim pursuant to any agreement or as allowed by law. D. Nothing in this Agreement is intended as a waiver of the municipality's right or opportunity to rely upon the municipal limitations and immunities contained within Wisconsin law. Municipal immunities and limitations include, but are not limited to, Sections 345.05, 893.80, and 893.83, Wisconsin Statutes. Such damage limits, caps and immunities are intended to be preserved and are incorporated into this agreement and shall govern all disputes, contractual or otherwise, as they apply to the municipality and its agents, officers, and employees. E. Records related to this project may be considered public records pursuant to Wisconsin Statutes and, therefore, may be subject to the Wisconsin Open Records laws. The contractor will be notified of any open records requests received by the City that may involve records retained by the contractor. The contractor shall turn over all records requested by the City pursuant to an open records request, regardless of whether or not the contractor agrees that any particular record is a public record. The contractor will be notified of the results of the City's review and may institute legal action to prevent the disclosure of any document. The contractor accepts that the City's overriding interest is to comply with state Open Records laws. F. The terms identified in this Request shall be incorporated into the demolition permit(s) obtained related to this demolition project. The identification of one or more of these terms on the demolition permit will not act as a waiver of other terms not specifically identified on the demolition permit. G. For further information, contractors should call Jon G. Urben, General Services Manager at (920) 236-5100 XVI. [Reserved for Supplemental Conditions related to this project] EXHIBIT A EXHIBIT A QUOTATION FOR: CITY OF OSHKOSH,-WISCONSIN DUE: 2:00 PM WEDNESDAY MARCH 16, 2016 Price Quote On: Demolition and Removal at: Address: 1028 Van Buren Ave Oshkosh WI 54902 Gross Cost of Project: $ Less Salvage Value**: $ QUOTED PRICE $ Quote for removing sanitary sewer lateral from property line to the City's main in the right of way if necessary: $ ** Describe: a) the objects and/or demolition materials expected to be sold for salvage; b) the value anticipated to be received; and, c) to whom the objects/material is expected to be sold: Demolition materials and debris will be disposed of at (the City must be notified of any changes): Name of Landfill: Address of Landfill: Operator of Landfill: Operator Address: Telephone number: If contaminated/hazardous tanks, soil, or other materials are known to be present, attach a separate page with disposal information for hazardous material. I agree to complete the razing, removal, disposal, and site restoration of the above described property according to the requirements of the City's Request for Price Quotations. I will not start work until all permits, licenses, and approvals have been obtained, and I have been notified that all asbestos has been removed and the paperwork has been completed relative to any asbestos work that may need to be done. Based upon my experience, I assert that any salvage values identified in this Quote represent the highest NET value which could be obtained for these materials in the local area. Demolition Quotation Form - 1 EXHIBIT A Initial here if you have reviewed Supplemental Conditions for this project, which are attached to the General Conditions as Exhibit D. This price quotation shall be valid for thirty (30) days from the City's due date for price quotations. Name of Person, Firm, or Corporation Authorized Signature and Title Print Name and Title Address of Person, Firm, or Corporation City State Zip Code Telephone Number Demolition Quotation Form - 2 EXHIBIT B EXHIBIT B SAMPLE DEMOLITION CONTRACT THIS AGREEMENT, is entered into on the day of , 2011, by and between the CITY OF OSHKOSH, (CITY), and (name) (address), an entity formed pursuant to the laws of the State of Wisconsin, (CONTRACTOR). Based upon the promises and consideration described in this document, the parties' agreement is 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: Demolition Quotation No. for and appurtenant work, for the City of Oshkosh, all in accordance and in strict compliance with the City's request for quotations and the other documents referred to in ARTICLE V of this contract and which are fully incorporated into this contract as if fully restated. ARTICLE II. TIME-OF COMPLETION The work to be performed under this contract shall commence be completed within the time limits specified in the General Conditions. ARTICLE lll. PAYMENT (a) The City shall pay to the Contractor for the performance of the contract the total sum of$ , adjusted as allowed in the General Conditions or as allowed by law, or any changes hereafter mutually agreed upon in writing by the parties. (b) Progress Payments. In the event the time necessary to complete this Contract is such that progress payments are required, they shall be made according to the provisions set forth in the General Conditions. ARTICLE IV. CONTRACTOR TO INDEMNIFY AND 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 Demolition Contract - 1 i any law or administrative regulation. The contractor shall indemnify the City for all sums including court costs, attorney fees, damages, 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. ARTICLE V. INSURANCE The Insurance required by the City of Oshkosh as specified in the City's General Conditions, Supplemental Conditions, and addenda, or plans, or instructions, or advertisements, shall be primary 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 between the City and the Contractor consists of the following component parts, all of which are as fully a part of this contract as if herein set out verba- tim, or if not attached, as if hereto attached. 1 . This Document 2. The City's General and any Supplemental Conditions 3. Specifications, including any addenda 4. City of Oshkosh Standard Specifications 5. Invitation for Quotations 6. Advertisement for Quotations 7. Contractor's Proposal The contract documents are complementary; what is required by one is as binding as if required by all. Before undertaking each part of the work, the Contractor shall carefully study and compare the Contract Documents and check and verify all pertinent figures and measurements required therein. Contractor shall promptly report in writing to the Engineer any conflict, error, ambiguity or discrepancy which Contractor may discover and shall obtain written clarification from the Engineer before proceeding with any work affected thereby. In the event that any provision in any of the above component parts of this contract conflicts with any provision in any other of the component parts, the provision in the 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 undersigned contractor and 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 Demolition Contract - 2 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 By: (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: Mark A. Rohloff, City Manager (Witness) And: (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 Attorney City Comptroller Demolition Contract - 3 EXHIBIT C 4114114 CITY OF OSHKOSH INSURANCE REQUIREMENTS VIII. RAZING AND REMOVAL OF BUILDINGS AND MATERIAL 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 prima 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 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 A. Commercial General Liability 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. & Products--Completed Operations coverage must be carried for two years-after acceptance of work. B. Automobile Liability 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 Liability 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. Vlll - 1 - i 4/14/14 E. Aircraft Liability, "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 I 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. 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. 3. APPLICABLE TO CONTRACTORS 1 SUBCONTRACTORS 1 SUB-SUB CONTRACTORS A. Acceptability 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. VIII - 2 - CERTIFICATE OF LIABILITY INSURANCE 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(les) 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 Insurance Agency contact NAME: Information,lncludhngstreet PHONE InsuraneeAgent's FAX addrassandPOBoxif contactln(ormatlon. i applicable. (A1C.No.Ext): (AIC.No]: E-t,1AIL ADDRESS: INSURERIS)AFFORDING COVERAGE MAIC 0 INSURER A: ABC insurance Com an NAIC# INSURED Insured's contact Informadon, Includingname,address and INSURER B: XYZ Insurance Company NAIC# phone number. INSURERC: LMN Insurance Company NAIC# INSURER D: Insurer(s)must have a minimum A.M.Hest rating ofA• and a Financial Performance Rating of W orbetter, INSURER E: I 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 AMY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HE=REIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INSR I ADDL I SUERPOLICY EFF POLIOY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER M11DDIYYY M?A1DDlYYY LIMITS GENERAL LIA83L[7Y , EACH OCCURRENCE $1,000,000 ®COMMERCIAL GENERAL LIABILITY ® ❑ General Liab0yPolkyNumber PoGryeffewV0 and expfraflon date. DAMA SESO a ocwrrence ) $50,000 A CLAIMS-MADE OCCUR MED EXP(Any one person) $5,000 ® ISO FORM CG2037 OR EQUIVALENT PERSONAL&ADV INJURY _$1,000,000 ❑ GENERAL AGGREGATE $2,000,000 GE_N'L AGGREGATE LIMIT APPLIES PER: PRODUCTS—COMPIOP AGG $2,000,000 ❑POLICY 0PRO-❑LOCJECT $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $1,000,000 ®ANY AUTO ® ❑ AutottabNtyPoA:yNumber Po5weffectiveand exptrabbndate. BODILYINJURY(Psrperson) $ ❑ALL OWNED ❑I SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ E03 HIRED AUTOS ❑ ANONOOSWNEO PROPER ngAMAGE $ ❑ ❑ ®UMBRELLA LIAB ®'OCCUR ® ❑ EACH OCCURRENCE $2,000,000 A ❑EXCESS LIAR ❑, CLAIMS-MADE Umbrefa 118WRyPoficy Number Pogcyeffeclive and exp.'ratlan date, AGGREGATE $2,000,1100 AIDED ®RETENTION$10,000 $ C WORKERS COMPENSATION ®TWC STATU ORY LIMBS 1 OR ANO EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERIEXECUTIVE OFFICFJMEMBER EXCLUDED? YIN Workers Compensation Po PorayeffeCtve and a E.L EACH ACCIDENT $100,000 tcy xplratkn dale. (Mandatory In NH) N Number Ityes,describe under E,L DISEASE--EA EMPLOYEE $100,000 DESCRIPTION OF OPERATIONS belarr E.LDISEASE—POLICYLIFAIT $500,000 D El DESCRIPTION OF OPERATIONS I LOCATIONS l VEHICLES(Attach ACORD 101,Additional Remarks Schedule,It more space Is required) Additional Insureds per attached endorsements. 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. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,Attn:City Clerk Insurance Standard V111 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue THE EXPIRATION SAMPLE CERTIFICATE ACCORDANCE WIDTH THE POLICYPROVISIONS.L 8E DELIVERED IN PO Sox 1130 Oshkosh,WI 54903-1130 Please indicate somewhere on this certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for, ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010105) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 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 : Locations Of Covered Operations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section Il — 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 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 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 Vlll SAMPLE CERTIFICATE Please Indicate somewhere on this certificate,the contract or project# this certificate is for. CG 20 10 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 ❑ POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 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 Persons) Or Or anization s : Location And Description Of Completed O orations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organizations) 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". M Standard VIIIERTIFICATEsomewhere on thisontract or project#ficate is for CG 20 37 07 04 0 180 Properties, Inc., 2004 Page I of 1 ❑