Loading...
HomeMy WebLinkAboutWinnebago Lawn & Snow Contract_11-21-23I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Winnebago Lawn & Snow Contract_11-21-23.docx Page 1 of 4 CONTRACT FOR SNOW AND ICE REMOVAL THIS CONTRACT, made on the _____ day of ________________, 2023, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and WINNEBAGO LAWN & SNOW, LLC, 3970 Oregon Street, Unit 2, Oshkosh, WI 54902, party of the second part, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the CITY and the CONTRACTOR, for the consideration hereinafter named, enter into the following Contract. The CITY’s Request for Quotations is attached to this Contract, along with the CONTRACTOR’s Proposal. The terms of this Contract and the CITY’s Request for Quotations will prevail over the CONTRACTOR’s Proposal if there are any inconsistencies between these documents. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONTRACTOR has assigned the primary individual identified below to manage the project described in this Contract. The CONTRACTOR also assigns the second individual identified below as qualified to make all decisions for the CONTRACTOR if the primary person is not available: Project Manager/Primary Contact: Gary Gomoll Secondary Contact with Authority: Paige McBriar 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: Jean Vande Kolk, Secretary Justin Gierach, P.E., Engineering Division Manager / City Engineer ARTICLE III. SCOPE OF WORK The CONTRACTOR shall provide the services described in the CITY’s Request for Quotations. The CONTRACTOR may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 November27th I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Winnebago Lawn & Snow Contract_11-21-23.docx Page 2 of 4 All reports, drawings, photographs, electronic data, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONTRACTOR as instruments of service shall remain the property of the CITY. ARTICLE IV. CITY REPONSIBILITIES 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 TIME IS OF THE ESSENCE IN THIS CONTRACT. ALL TIME LIMITATIONS AND DEADLINES WILL BE STRICTLY ENFORCED BY THE CITY. The work to be performed under this Contract shall be commenced and the work completed within the time limits as described in this Contract, including any attachments. The CONTRACTOR shall perform the services under this Contract with expediency and with sound work practices. The nature of the work required by this Contract will occur in or around inclement weather, namely snow, ice, and other weather events involving precipitation. The CONTRACTOR therefore shall perform work in, and accommodate situations arising from, inclement weather. The CONTRACTOR will not be responsible for damages arising directly or indirectly from any delays for cause such as strikes or other labor disputes by organized labor. ARTICLE VI. COMPONENT PARTS OF THE CONTRACT This Contract consists of the following component parts, all of which are as fully a part of this Contract as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument. 2. Request for Quotations. 3. CONTRACTOR’s Proposal. In the event that any provision in any of the above component parts of this Contract is in conflict with any provision in any other of the component parts, the provision in the component part first listed above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Winnebago Lawn & Snow Contract_11-21-23.docx Page 3 of 4 ARTICLE VII. PAYMENT A. Payment Amount. The CITY shall pay to the CONTRACTOR for the performance of the Contract based upon the prices identified in the CONTRACTOR’s Proposal, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. B. Method of Payment. The CONTRACTOR shall submit itemized statements for services. The CITY shall pay the CONTRACTOR within thirty (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 Contract executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE VIII. STANDARD PROVISIONS The CONTRACTOR agrees that, in all hiring or employment made possible by or resulting from this CONTRACT, there will not be any discrimination against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. ARTICLE IX. CONTRACTOR TO HOLD CITY HARMLESS AND INDEMNIFY 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, their agents or assigns, their employees, or their subcontractors related however remotely to the performance of this Contract, or caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the CITY all sums including court costs, attorney fees, and punitive damages which the CITY may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the CITY's written demand for indemnification or refund. ARTICLE X. INSURANCE The CONTRACTOR shall carry insurance which includes the CITY and its employees and agents as an additional insured’s for work required by this Contract. The CONTRACTOR’s insurance must be primary insurance. The type of insurance and coverages must conform to the attached City of Oshkosh Insurance Requirements. ARTICLE XI. TERMINATION This Contract may be terminated for any reason by either party. The CITY may terminate this Contract after giving the CONTRACTOR written notice at least seven (7) calendar days DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Winnebago Lawn & Snow Contract_11-21-23.docx Page 4 of 4 before termination. The CONTRACTOR may terminate this Contract after giving the CITY written notice at least forty-five (45) days before termination. The CONTRACTOR’s obligations to hold harmless and indemnify the CITY, and to maintain insurance for actions related to this Contract shall survive after the Contract has been otherwise terminated. The CONTRACTOR shall be entitled to compensation for any satisfactory work performed up to the date of termination. This document and any specified attachments contain all terms and conditions of the Contract and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Contract. In the Presence of: CONTRACTOR ____________________________ By: ___________________________ Gary Gomoll ____________________________ Owner (Seal of CONTRACTOR if a Corporation) By: ___________________________ ___________________________ (Specify Title) CITY OF OSHKOSH _____________________________ By: ___________________________ (Witness) Mark A. Rohloff, City Manager _____________________________ And: ___________________________ (Witness) Diane M. Bartlett, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this Contract. __________________________ ___________________________ City Attorney City Comptroller DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 1 of 9 CITY OF OSHKOSH REQUEST FOR QUOTATIONS FOR SNOW AND ICE REMOVAL Work Summary The City of Oshkosh is soliciting Quotations for the periodic removal of snow and ice from sidewalks and handicap ramps/crosswalks adjacent to private properties and over railroad crossings within the municipal boundaries. The CITY is seeking a contractor for a one (1) winter season commitment, starting immediately for the Winter 2022/2023 season. City Ordinances require that property owners keep their public sidewalks clear of snow and ice. When property owners fail to keep their public sidewalks clear of snow and ice, then the CITY is allowed to clear these sidewalks for the property owners, at their expense, for the benefit of the public that may use the sidewalks. Quotations are due to the City of Oshkosh’s Engineering Division by 10:00 A.M. on Tuesday, October 24, 2023. Cleaning the public sidewalks adjacent to private properties will represent the majority of snow and ice removal work pursuant to this Contract. Also included within this Contract is the snow and ice removal on sidewalks at railroad crossings. The City of Oshkosh does not guarantee any particular amount of work will be offered during the term of this contract. The work required for this Contract depends on the weather and depends on the number of property owners who fail to clear their sidewalk. For example, in the Winter 2012/2013 season, there were over 950 snow shoveling jobs performed, including the sidewalks for 13 railroad crossings. However, in the relatively mild Winter 2011/2012 season, there were only 213 snow shoveling jobs and 13 railroad crossings. Last year, during the 2022/2023 winter season, there was a total of 302 snow shoveling jobs and 0 railroad crossings. The snow shoveling job examples included repeated clearing of certain properties and other random properties that may have only been cleared once. Another important task for the successful contractor will be the ability to conduct themselves in a positive and professional manner when interacting with property owners, tenants, and other citizens. Contractors must be able to handle the occasional difficult situation and/or a person who may be unhappy with the snow and ice removal work being performed by the CONTRACTOR. Please note the requirements for when information must be submitted to the City. The deadline is five (5) business days. All documentation will be processed through the on-line software program developed by the CITY. The software program can be demonstrated at the request of a prospective contractor. Please contact Justin Gierach at (920)236-5065 to arrange for a demonstration of the software. DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 2 of 9 Prequalification All contractors must be prequalified to quote. Prequalification for the snow and ice removal contract shall be completed on the attached forms. Prequalification forms are due to the City of Oshkosh’s Engineering Division by 4:00 P.M. on Thursday, October 19, 2023. The CONTRACTOR must be qualified to furnish all labor, material, and equipment to complete the required work. The CITY will review contractor qualifications based upon experience, available equipment, and their ability to conduct themselves appropriately with the public. The CITY reserves the right to check references and to contact property owners who have hired the CONTRACTOR in the past, whether or not those persons have been disclosed by the CONTRACTOR. The CITY reserves the right to perform other background checks on the CONTRACTOR, as allowed by law, to verify the ability of the CONTRACTOR to interact with property owners, tenants, and other citizens in a professional manner. If the CITY believes it is necessary, the CITY reserves the right to inspect the CONTRACTOR’s equipment at any time. Inspection may be during the pre-qualification period, when evaluating the CONTRACTOR’s quotation, and during the contract period. All equipment shall have adequate safety features for working in the right-of-way and be in good operating condition. All motorized equipment, except walk-behind equipment, must have amber flashing light(s) visible from 360°. The only equipment that can be used to clear any surface, such as sidewalks, handicap ramps/crosswalks, and railroad crossings, are shovels or lightweight pieces of equipment that will not crack or damage the surface from which the snow or ice is removed or other property/surfaces. Snow removal equipment shall not disturb or go on private property. As an example, a light-duty skid steer loader/small tractor and bucket that matches the width of the sidewalk may be acceptable. Removing snow and/or ice where unusual conditions have occurred from a site will generally require the use of a front-end loader and dump truck. As part of their prequalification, the CONTRACTOR must describe the snow and ice removal equipment they own or can confirm they have available and intend to use to perform these jobs. At a minimum, the CITY believes contractors should have the following equipment available through ownership or leasing to successfully carry out the requirements of this work: a) Tractor/skid steer loader with appropriate snow removal attachments; b) Shovels and snowblower(s); c) End loader; d) Dump truck; e) Digital camera (s) with capability to date stamp photos; and f) Computer with internet access and Microsoft Internet Explorer 11. DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 3 of 9 In addition to snow removal equipment, CONTRACTOR must have a valid e-mail address and have the ability to access the City of Oshkosh website and receive and input data from/to an on-line software program. Quotation Information CONTRACTOR must provide at least three (3) references of past or current projects of similar scope to the work described in these Specifications. Contractors should take into account all of the information and requirements in this Request for Quotations. CONTRACTOR must meet all City of Oshkosh insurance requirements and standard terms and conditions (attached). CONTRACTOR must furnish all labor, materials, and equipment necessary to complete the work. CONTRACTOR shall provide names and telephone numbers of their respective primary and back-up contact person(s) once the Contract has been established. All quotations shall include the CONTRACTOR’s price for performing the following tasks: 1. Remove all snow and/or ice at a single location/lot with 0 to 100 feet of sidewalk (including rock salt/sand application, if necessary). This includes the removal of all snow and ice at a single location or single lot. Snow and ice cannot be placed in the street. CONTRACTOR shall not pile snow higher than thirty inches (30”) above the sidewalk in the intersection and for a distance of thirty feet (30’) from the intersection. This price should be calculated with the understanding this base point location or lot may contain anywhere from zero feet (0’) to one hundred feet (100’) of sidewalk. This price should also be calculated with the understanding rock salt and/or sand may need to be applied at any time. The CITY will pay for one (1) trip to the location or lot. Additional trips to the location or lot because of salting, sanding, or further cleaning will not be reimbursed by the CITY. The snow and ice from both the initial storm event and also from street plowing operations must be removed. Before and after condition photos are required. 2. Additional footage beyond 100 feet at same location/lot (including rock salt/sand application if necessary). This includes the removal of all snow and ice at a single location or single lot that extends beyond the base point of one hundred feet (100’). Snow and ice cannot be DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 4 of 9 placed in the street. CONTRACTOR shall not pile snow higher than thirty inches (30”) above the sidewalk in the intersection and for a distance of thirty feet (30’) from the intersection. This price should be calculated for each additional foot of sidewalk. This price should also be calculated with the understanding rock salt and/or sand may need to be applied to each additional foot at any time. The CITY will pay for one (1) trip to the location or lot. Additional trips to the location or lot because of salting, sanding, or further cleaning will not be reimbursed by the CITY. The snow and ice from both the initial storm event and also from street plowing operations must be removed. Before and after condition photos are required. 3. Apply rock salt/sand only to 0 to 100 feet of sidewalk at a single location/lot. For those instances when snow and/or ice can be removed to the CITY’s satisfaction without shovels or mechanical means, the price shall include the application of rock salt and/or sand only at a single location or single lot. This price should be calculated with the understanding this base point location or lot may contain anywhere from zero feet (0’) to one hundred feet (100’) of sidewalk. The CITY will pay for one (1) trip to the location or lot. Additional trips to the location or lot for further salting, sanding, or cleaning will not be reimbursed by the CITY. Before and after condition photos are required. 4. Apply rock salt/sand only to additional footage beyond 100 feet at same location/lot. For those instances when snow and/or ice can be removed to the CITY’s satisfaction without shovels or mechanical means, the price shall include application of rock salt and/or sand only at a single location or single lot. This price should be calculated for each additional foot of sidewalk beyond the base point distance of one hundred feet (100’). The CITY will pay for one (1) trip to the location or lot. Additional trips to the location or lot for further salting, sanding, or cleaning will not be reimbursed by the CITY. Before and after condition photos are required. 5. Remove all snow and/or ice from all pavement in the handicap ramp/crosswalk quadrant (including rock salt/sand application if necessary). This includes the removal of all snow and ice from all of the hard surfaces in handicap ramps and adjacent pavement, which are typically in the crosswalk quadrant of street intersections. Snow and ice cannot be placed in the street or be piled to create a vision obstruction at the corner. CONTRACTOR shall not pile snow higher than thirty inches (30”) above the sidewalk in the intersection and for a distance of thirty feet (30’) from the intersection. This price should also be calculated with the understanding rock salt and/or sand may need to be applied at any time. This price should be calculated for each sidewalk quadrant (corner) of a street intersection, regardless of how many ramps or access points are at a quadrant. This task requires clearing sidewalk and ramp areas leading from the DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 5 of 9 sidewalk to the street. The required result is clear sidewalk access to and from the street. This task will usually require the CONTRACTOR to remove snow from the street to achieve the required result. Therefore, the CONTRACTOR is responsible for snow and ice removal up to four feet (4’) into the street beyond the face of curb. Multiple ramps in one (1) corner will only be allowed one (1) charge. The snow and ice from both the initial storm event and also from street plowing operations must be removed. Before and after condition photos are required. This Item only occurs where the ramp/crosswalk is leading to a crossing of a public right of way/street. Item does not apply to driveways/private entrances crossing the area where the sidewalk/pedestrian walkway exists. 6. Remove and dispose of snow and/or ice from locations where unusual conditions have occurred. The CONTRACTOR shall designate a rate for removal and disposal of snow and ice where unusual conditions have occurred, i.e. large piles of snow stockpiled by property owners that intrudes onto public sidewalks or ice build-up from sump pumps. Snow and ice are to be disposed of at CONTRACTOR’s own dump site. This price shall be a flat rate to mobilize/demobilize equipment to the site, an hourly equipment/labor rate to load and haul snow, and/or an hourly equipment/labor rate to remove ice from sump pump discharge. CONTRACTOR will not be paid for drive time to or from the site. Hourly loading rate will be paid for time actually loading snow. Hourly removal rate will be paid for time actually removing ice. In the event multiple loads must be hauled, CONTRACTOR shall provide an hourly rate for hauling snow. Only actual time for loading and hauling snow and ice removal will be paid. Idle time waiting will not be paid. Final load disposal shall be part of mobilization/demobilization. CONTRACTOR will also be paid for Proposal Items 1, 2, and/or 5, if snow pile was over sidewalk and/or handicap ramp and work performed complies with Proposal Items 1, 2, and/or 5. CONTRACTOR shall not pile snow higher than thirty inches (30”) above the sidewalk in the intersection and for a distance of thirty feet (30’) from the intersection. Before and after condition photos are required. This Proposal Item shall only be used at the discretion of the CITY. Time Requirements Snow and ice removal for the CITY must be given priority. The CONTRACTOR will be e-mailed a snow and ice removal list from the CITY. For lists sent up to 11:00 a.m. of any day, work must begin within four (4) hours (i.e. by 3:00 p.m. that day). Lists sent at or after 11:01 a.m. may be started immediately, if sufficient sunlight remains for proper documentation; work must begin by 8:00 am of the following day. All snow and ice removal required by the CITY for each list must be completed within twenty-four (24) hours after the CITY sends the list to the CONTRACTOR or for lists sent at or after 11:01 a.m., by 10:00 p.m. of the following day. TIME IS OF THE ESSENCE, ALL TIME PERIODS SHALL BE STRICTLY ENFORCED. The DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 6 of 9 CONTRACTOR shall always be ready for immediate snow and ice removal with all equipment in good working condition. The CITY will limit the maximum number of properties due on any day to fifty (50), unless the CONTRACTOR requests additional properties and the CITY has documented properties which require snow removal. Snow and ice removal can only occur between 7:00 a.m. and 10:00 p.m. The CONTRACTOR will be expected to work weekends to complete the work required by the CITY. The only exception to the 24-hour completion requirements is that the CONTRACTOR will not be expected to perform snow and ice removal for the CITY on December 24th, 25th, and January 1st. The information for each list must be entered into the City of Oshkosh software program within five (5) business days of receipt of the list. In the event of new snowfall or ice accumulation, prior to the CONTRACTOR completing removal of snow/ice from a location/lot, CONTRACTOR shall notify CITY within twenty four (24) hours of the start of the new snowfall which locations/lots need to be rechecked by CITY and placed on new list, if appropriate. Required Work The CONTRACTOR will be furnished, by e-mail, a list of sidewalks, or other areas, to be cleared of snow and/or ice to the bare pavement. Sidewalks and handicap ramps/crosswalks must be cleared of all snow and ice, for the entire width of the walk. In the event the sidewalk abuts the street curb, CONTRACTOR shall clear a minimum width of five feet (5’) when the walk is wider than five feet (5’) and a minimum width of four feet (4’) or full width of sidewalk, if sidewalk is five feet (5’) or less in width. If the CONTRACTOR cannot clear snow/ice to the bare pavement, the CONTRACTOR shall apply rock salt and/or sand material to make it safe for pedestrian traffic. The CONTRACTOR shall return within twenty four (24) hours after the salt or sand is applied to remove the snow or ice. In the event the snow/ice cannot be removed during the second trip, CONTRACTOR shall return at least once every twenty four (24) hours until snow/ice is removed. These subsequent trips cannot be charged to the CITY; they are covered under the original trip. Additional snow/ice accumulation on areas still undergoing snow/ice removal cannot be charged to the CITY as an additional trip; this additional snow/ice removal will be included in the original trip. Before and after photos must also be taken immediately before and immediately after the work is performed for all trips. Each return trip must be documented with before and after condition photos with correct date and time reference. Failure to provide photo documentation of return trips shall result in non-payment for work. A doorhanger, supplied by the CITY, must be placed on the front door of every property cleared by the CONTRACTOR. The CONTRACTOR must complete an entire work list before commencing to a new work list; however, the need for return trips will not prevent the CONTRACTOR from proceeding to the next list. In the event the CONTRACTOR is unsure if they should perform work at a property on the list, the CONTRACTOR must notify the CITY via a phone call message to (920)236-5065 DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 7 of 9 within four (4) hours of the original site trip. The CITY will review the property and give direction to the CONTRACTOR. The work may be kept as part of the original list or removed from the list. The CONTRACTOR must document the original site visit with proper photo documentation. The CONTRACTOR shall take all necessary precautions to protect passersby, the public right-of-way, and neighboring property from damage and injury. The CONTRACTOR will be held responsible for damages to sidewalks, trees, structures, grass areas, and any other items due to their operations. Salt and chemicals applied on or near railroad crossings can reduce the resistant properties of timber and ballast. The CONTRACTOR shall limit the use of salt or chemicals on or near railroad crossings. Requirements Before Invoices will be Paid The CONTRACTOR will not be paid for sidewalks cleared that are not on the list provided by the CITY. The CONTRACTOR must complete an entire work list before commencing to a new work list. Within five (5) business days of receipt of a work list, the following information must be entered into the CITY software program for each property: a. Date and exact time of snow and/or ice removal; b. Date and exact time rock salt/sand was applied; c. Approximate length of walk cleared at each location; d. Before and after condition photos (in digital format) of work performed at each location are required. Photos shall clearly identify the location of the property with landmark features in the background (multiple photos may be required). Camera must place correct date stamp on photos. Before and after photos must be taken immediately before and immediately after the work is performed; e. Date, time, location, and photos of any return trips; f. Any comments (for example: return trip required, already cleared, homeowner came out to shovel, etc.). To process proper payment, required information on each property shoveled must be submitted to the Department of Public Works. All photographs taken must clearly show the before and after condition of the sidewalk and be taken with adequate light. The cost of the internet access and photos is considered to be included as part of the pertinent Bid Items. The CONTRACTOR will not be paid for work that is not properly documented or incomplete as per conditions of the Contract. Also, the CONTRACTOR will not be paid for work completed after the 24-hour time limitation has expired, excluding return trips. DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 8 of 9 The CITY will verify work completed and send CONTRACTOR an itemized list of work performed and costs. CONTRACTOR shall review list and, when quantities are agreed upon, submit an invoice for the cost shown with the list attached as documentation. CONTRACTOR shall submit invoices with corrections within one (1) week of receiving itemized list from CITY. Public Records As a contractor for a governmental entity, certain records created that relate to work performed for the CITY may be subject to Wisconsin Open Records Statutes. The successful CONTRACTOR agrees to fully cooperate with all requests related to open records requests. Contract The CONTRACTOR will be required to enter into a contract with the CITY. All requirements found in this Request for Quotations will become legally binding terms. The CITY will also include in the Contract other provisions it deems to be necessary. A copy of the contract form to be used is enclosed. While some minor details may be negotiated, contractors should expect to sign a contract in materially the same form as the Contract provided. The length of this Contract will be for one (1) winter season, which will start on the date the Contract is approved by the CITY’s Common Council and will end on May 31, 2024. In the event the CITY wishes to terminate this Contract before the end of the contract period, a 7-day notice shall be given to the CONTRACTOR. In the event the CONTRACTOR wishes to terminate this Contract before the end of the contract period, a 45-day notice shall be given to the CITY. DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 1 of 2 PROPOSAL FOR SIDEWALK SNOW AND ICE REMOVAL CONTRACT We, the undersigned, propose to carry out the assigned sidewalk snow and ice removal projects, in accordance with the Specifications, from November 16, 2023 – May 31, 2024 for the following rates. Rates shall include all cost of labor, materials (rock salt, sand, internet access, photo disks, etc.), use of equipment, and any incidentals required to complete the work as specified, regardless of the number of personnel engaged in shoveling by hand or clearing with equipment. 1. Remove all snow and/or ice at a single location/lot with 0 to 100 feet of sidewalk (including rock salt/sand application, if necessary) $ _________________________ Lump Sum 2. Additional footage beyond 100 feet at same location/lot (including rock salt/sand application if necessary) $ _________________________ Per Linear Foot 3. Apply rock salt/sand only to 0 to 100 feet of sidewalk at a single location/lot $ _________________________ Lump Sum 4. Apply rock salt/sand only to additional footage beyond 100 feet at same location/lot $ _________________________ Per Linear Foot 5. Remove all snow and/or ice from all pavement in the handicap ramp/crosswalk quadrant (including rock salt/sand application if necessary) $ _________________________ Per Intersection Quadrant DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts\2023\Request for Quotations_9-29-23.docx Page 2 of 2 6. Remove and dispose of snow and/or ice from locations where unusual conditions have occurred: a. Mobilization/demobilization from site b. Load snow c. Haul snow d. Remove ice from sump pump discharge $_________________________ Each $_________________________ Equipment/Labor Rate Per Hour $__________________________ Equipment/Labor Rate Per Hour $__________________________ Equipment/Labor Rate Per Hour DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781 DocuSign Envelope ID: F9D0F56B-DE5E-4ACE-A151-E95BB171F781