Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Valley Sanitation/Refuse Removal UWO
1. 1 AGREEMENT THIS AGREEMENT made and entered into this 22nd day of November, 1985, by and between VALLEY SANITATION , P. 0. Box 346, Oshkosh, WI 54902 party of the first part, and the CITY OF OSHKOSH, a municipal corporation located in Winnebago County, Wisconsin, hereinafter referred to as the "City", and party of the second part. WITNESSETH: WHEREAS, the Common Council of the City of Oshkosh by reso- luton duly adopted on the 21st day of November, 1985, accepted the bid of the first party and authorized and directed the proper City officials to enter into an agreement with the party of the first part for: Refuse removal service for UW-O for 1986 according to the specifications and bid for same on file in the office of the City Clerk. NOW, THEREFORE, pursuant to said resolution of the Common Council of the City of Oshkosh, the parties hereto agree as follows : 1. That the party of the first part will furnish same to the City, all in accordance with the specifications and bid on file in the office of the City Clerk. 2. That no assignment of this agreement or of any rights thereunder by said party of the first part, shall be valid with-out the written consent of the City; and that this document including the specifications and bid, constitutes the entire agreement be- tween the parties hereto and that any understanding either oral or written, not a part hereof shall not be binding on either party. 3. That in consideration thereof, the City will pay to the first party the sum of $22,680.00 , upon presentation of a proper voucher, and delivery and acceptance by the City in conformity on said specifications and bid. 1 IN WITNESS WHEREOF, the parties hereto have caused this agree- ment to be signed by the proper officers of each party and their corporate seals to be hereunto affixed all on the day and year first above written; then if first party is a corporation or part- nership, the signing of this agreement shall constitute a warranty by the person(s) so signing the proper authority so to do. In the Presence of: VALLEY SANITATION / ►'\ Gil)V_,Li t,.t Cl- %ARC;,_ BY: Signature of the sole pro- prietor, or name or corporation or partnership, President o-r „_rtn=r Secretary CITY OF OHKOSH / - ,' , 4 Will 'am D. Frueb, city c. • ,• L r And ti. . C:0 XI,AWilej%2 Donna C. Serwas, City Clerk App •ved ac orm and execution: I hereby certify that the 1 �� � necessary provisions have .� been made to pay the l ia- Warren P. K aft, bility that will accrue Asst. City Attorney under this Contract. i EDWARD A NOKES, City Comptroller 2 (4111111/').of OSH�s PURCHASING DIVISION NOTICE TO VENDORS: 1 . We are submitting herewith for your consideration an in- vitation to bid on: REFUSE REMOVAL SERVICE FOR THE UNIVERSITY OF WISCONSIN-OSHKOSH CAMPUS 2 . Bids must be addressed to Oshkosh Purchasing Division, P.O. Box 1130 , City Hall , Oshkosh, WI 54902 . Envelope shall show name of bidder , and must be plainly marked in the low- er left hand corner "Bid for Refuse Removal Service" . 3 . Bids must be on file in the office of the Purchasing Agent no later than10 :30 a.m. , C.S .T. , Monday November 18 , 1985 Any bids received after that hour and date will not be opened and will be returned to the bidder unread. 4 . A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified time of opening . 5 . All formal bids submitted shall be binding for thirty-five (35) calendar days following bid opening date , unless the bidder(s) , upon request of the Purchasing Agent , agrees to an extension. 6 . Bids will be publicly opened and read at the hour and date above stated. Award, if any , will be made as soon there- after as practical . 7 . A certified check, cashier ' s check , or bid bond, payable to the City of Oshkosh,Wisconsin, in an amount of five (5%) percent must accompany the bid as a guarantee that if the bid is accepted , the bidder will execute and file the proper contract within ten (10) days after award by the Common Council and receipt of contract form for signature . Return of certified check , cashier ' s check , or bid bond will be executed when the contract is signed. 8 . The City reserves the right to reject any and all bids and to waive any informalities in bidding . 9 . For specifications and further information concerning this invitation to bid, contact Donald La Fontaine , Purchasing Agent , Room 312 , City Hall or telephone (414 ) 236-5100 . William D. Frueh City Manager PUBLISH: November 5 & 8 1985 CITY HALL - 215 CHURCH AVENUE - P .O . BOX 1130 - OSHKOSH , WI 54902 REFUSE REMOVAL SERVICE INSTRUCTIONS TO BIDDERS IB-1 DESCRIPTION OF WORK Under this contract, the City of Oshkosh will receive bids for Refuse Removal Service for the University of Wisconsin-Oshkosh campus , as stated in the proposal . IB-2 SECTIONS TO BE READ BY THE CONTRACTOR Before submitting a bid, all contractors and subcontract- ors shall read the Instructions to Bidders , General and Special Conditions and Specifications . The execution of a proposal will be considered by the City of Oshkosh as evidence that the contractor is familiar with every and all requirements for carrying out the project for which the bid is submitted. IB-3 EXAMINATION OF SITE The bidders are expected to satisfy themselves by a thor- ough personal examination and familiarize themselves with the site and location of the proposed work and all local conditions affecting the execution of the work . Bidders are required to inform themselves fully of the conditions relating to the labor under which the work is to be done . After the submission of a proposal , no complaints or claims that there was any misunderstanding in regard to the estimates of the Owner or the nature of the quantities of work to be done will be entertained . IB-4 PROPOSAL FORM The proposal from hereto attached shall be used. The bid price shall be inked and in writing and in figures and, in the case of conflict , the former shall apply . Only proposals which are made out on the regular proposal forms attached hereto will be considered. IB-5 REQUIREMENT FOR SIGNING BIDS 1 ) Bids which are not signed by individuals making them should have attached a power of attorney, evidencing author- ity to sign the bid in the name of the person for whom it was signed. 2) Bids which are signed for a partnership should be signed by all of the partners , or by an attorney-in-fact . If signed by an attorney-in-fact , there should be attached to the bid a power of attorney , evidencing authority to sign the bid, executed by the partners . Instruction to bidders Page 2 REQUIREMENTS FOR SIGNING BIDS- Continued 3) Bids which are signed for a corporation shall have the correct corporate name thereof and the signature of the president or other authorized officer of the corporation manually written below the corporate name , followed by the word, "By ". IB-b WITHDRAWAL OF BID Proposals may be withdrawn any time previous to the hour of opening the bids but no proposal may be withdrawn after the scheduled time of opening bids is passed, for a period of thirty-five (35) days . IB-7 REJECTION OF BIDS The right is reserved by the Owner to reject any and all bids or to award any and all contracts to bidders who , in the judgement of the Owner , will best serve the Owner . A bid which has not been prepared according to the instruct- ions contained herein is subject to rejection. IB-8 WHEN AWARD EFFECTUAL The Contract shall be deemed as having been awarded when formal notice of award shall have been duly served upon the intended awardee (i .e . , the bidder to whom the Owner contemplates awarding the contract ) by some officer or agent of the Owner duly authorized to give such notice . GENERAL CONDITIONS GC-1 SCOPE OF WORK AND BIDS The work that shall be done under this contract consists of furnishing all labor, tools, equipment, machinery and appliances, and all materials for the work covered by this contract. GC-2 SITE INVESTIGATIONS AND REPRESENTATIONS The Contractor shall acknowledge that he has satisfied him- self as to the nature and location of the work, the general and local conditions, particularly those bearing upon trans- portation, disposal, handling and storage of materials, availability of labor, roads, and uncertainties of weather, or similar physical conditions at the site, the conformation and conditions of the ground, the character of equipment and facilities needed to and during the prosecution of the work, and all other matters upon which information is reasonably obtainable and which can in any way affect the work or the cost thereof under this contract. GC-3 ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof, or monies due or to become due hereunder, without the written consent of the Owner. No assignment of this contract shall be valid unless it shall contain a provision that the funds to be paid the Assignee under the assignments are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said contract in favor for all persons. Firms or corporations need not be inserted if the assignment technically constitutes a novation, i.e. , the assignees not only acquire the benefits under the contract but also assume the obligations thereunder in place of the assignor. GC-4 CONTRACT SURETY The Contractor shall furnish a surety bond in an amount of at least equal to 100 percent of the contract price as surety for the faithful performance of this contract and for the payment of all persons performing labor and furnishing materials in connection with this contract. GC-5 CONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all insurance required under this par- agraph and such insurance has been approved by the City Clerk of the City of Oshkosh, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all similar insurance required of the subcontractor has been so obtained and approved. General Conditions Page 2. (a) Compensation Insurance : The Contractor shall take out and maintain during the life of this contract Worker' s Compensation Insurance for all his employees employed for this project and, in case any work is sublet, the Contractor shall require the subcontractor similarly to provide Work- er's Compensation Insurance for all the latter's employees, unless such employees are covered by the protection afforded by the Contractor. In case the class of employees engaged in hazardous work under this contract at the site of the project is not protected under the Worker' s Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate insurance coverage for the protection of his employees not otherwise protected. (b) Public Liability and Property Damage Insurance. The Contractor shall take out and maintain during the life of this contract such Public Liability and Property Damage Insurance as shall protect him and any subcontractor per- forming work covered by this contract from claims and damages for personal injury, including accidental death, as well as from claims for property damages, which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them and the amounts of such insurance shall be as follows : Public Liability Insurance in an amount not less than $1 ,000 ,000 .00 for injuries , including accidental death , to any one person, and, subject to the same limit for each person, in an amount of not less than $500 ,000.00 on account of one accident and Property Damage Insurance in an amount of not less than $100,000. 00 Any subcontractor not covered by the Contractor's public liability and property damage Insurance shall carry Owner's Protective and Subcontractor's Liability Insurance in the same amounts. The Contractor shall be responsible for a subcontractor's carrying the insurance herein required. (c) Insurance Covering Special Hazards: The following special hazards shall be covered by a rider or riders to the Public Liability and/or Property Damage Insurance Policy or Policies herein elsewhere required to be furnished by this Contractor or by separate policies of insurance, in amounts as follows: Public Liability Property Damage Insurance Insurance Operations of Trucks and Auto $ 1 ,000 ,000 .00/300 ,000 .00 $100 ,000 .00 General Conditions Page 3. The insurance coverage shall in all instances save, defend, indemnify, and hold harmless the City against any and all manners of claims, demands, liabilities, damages, or any other costs which may accrue in the protection of the work and shall save, defend, indemnify, and hold harmless the City from all damages caused by or as a result of the opera- tions covered by this contract. No insurance shall be cancelled without notifying the Owner in writing thirty (30) days before such cancellation. See Contractor' s responsibility for damaged work. GC-6 PROOF OF CARRIAGE INSURANCE The Contractor shall furnish the City Clerk of the City of Oshkosh with satisfactory proof of carriage of the insurance required. Satisfactory proof shall consist of a duplicate or photostat copy of the certification of insurance. GC-7 TERMINATION FOR BREACH In the event that any of the provisions of this contract are violated by the Contractor or by any of his subcon- tractors, the Owner may serve written notice upon the Contractor and his surety of its intention to terminate such contract, such notice to contain the reasons for such intention to terminate the contract, and, unless within ten (10) days after the serving of such notice upon the Contractor such violation shall cease and satisfactory arrangement for correction be made, the Contractor shall, upon the expiration of said ten (10) days, cease and terminate. In the event of such termination, the Owner shall immediately serve notice thereof upon the Contractor and his surety and the surety shall have the right to take over and perform the contract, provided, however, that if the surety does not commence per- formance thereof within 30 days from the date of the mailing to such surety the notice of termination, the Owner may take over the work and prosecute the same to completion by contract for the account and at the expense of the Contractor, and the Contractor and his surety shall be liable to the Owner for any, excess cost occasioned by the Owner thereby, and, in such event, the Owner may take possession and utilize in com- pleting the work such materials, appliances, and plant as may be on the site of the work and necessary therefor. GC-8 OWNER' S RIGHT TO DO WORK If the Contractor should neglect to prosecute the work pro- perly or fail to perform any provision of this contract, the Owner after three days written notice to the Contractor and his surety, may, without prejudice to any other remedy he may have, make good such deficiencies and may deduct the cost thereof from the payment due the Contractor. General Conditions Page 4. GC-9 PAYMENT Once a month, the Owner will make partial payment to the Contractor on the basis one-twelfth (1/12) of the lump sum bid price. GC-10 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF In addition to the payment to be retained by the Owner under a preceding provision of these General Conditions, the Owner may withhold a sufficient amount of any payment otherwise due the Contractor to cover (a) payments that may be past due and payable for just claims for labor and materials furnished in and about the performance of the work on the project under this contract, (b) for defective work not remedied, and (c) for failure of the Contractor to make proper payments to his subcontractors. The Owner shall disburse and shall have the right to act as agent pursuant to this paragraph to the party or parties who are entitled to payment therefrom. The Owner will render to the Contractor a proper accounting of all such funds disbursed in behalf of the Contractor. SPECIFICATIONS REFUSE REMOVAL SERVICE A. GENERAL 1 . Bulk refuse containers are the property of the University Wisconsin-Oshkosh campus except the 4 & 6 yd containers . At any locations where multiple container pickups are re- quired, the bidder shall supply his own larger containers if mutually agreeable with the University Facilities Man- agement Representatives . However , the contractor must furnish containers at any and all locations for which the University may not have adequate containers existing. The containers must be placed and maintained in such loca- tions as directed by the above named Facilities Management Representatives noted in paragraph A-1 . They must be po- sitioned in such orientation that their presence is not obstructing other University related activities . 2 . The successful bidder shall have the proper equipment to handle the bulk refuse containers . Any damage to the bulk refuse containers during loading and unloading shall be the reponsibility of the successful bidder . 3 . All refuse pick-ups are on off street locations . 4 . The successful bidder shall be responsible for the proper disposal of all refuse from the pick-up locations at the University of Wisconsin-Oshkosh campus to the Winnebago County Sanitary Landfill Site , located approximately 11 miles north of the City . 5 . The successful bidder shall be responsible for blowing paper and refuse during loading and while transporting from paints of pick-up to the point of disposal . All loose paper and refuse shall be picked-up and the sur- rounding area shall be policed of all loose paper and refuse . 6 . The successful bidder will be paid a total of $11 ,856 .00 for dumping fees at the Winnebago County Sanitary Landfill site , as shown in bid item #2 of the proposal . The $11 ,856 .00 is based on the estimated tonnage to be removed from the UW-0 sites at $12 .00 per ton. 7 . Payment by the City will be in 12 equal amounts . 8 . This contract is to be for a term of one year . If the re- newal fee appears reasonable , the intent of the City is to renew the contract for another year . The renewal fee will be conveyed to the City by October 1 , 1986 . Specifications Page 2 B. Location and Schedule 1 . Refuse shall be removed from the following scheduled pick-up locations at the Unifersity of Wisconsin-Oshkosh. Monday, Wednesday, Friday pick-ups to be made as follows : Number of size Location Address of container 1 . Albee Hall 776 Algoma Blvd. 1 6 yds 2 . Radford Hall 777 Algoma Blvd. 1 4 yds 3 . Clow 805 Algoma Blvd. 1 4 yds 4 . Nursing/Education 845 Algoma Blvd. 1 4 yds 5 . Arts/Communications(West) 926 Woodland 2 1 yd 6 . Arts/Communications(N&S) Elmwood Entrance 5 1 yd 7 . Kolf Phy Ed Center 785 High 4 1 yd 8 . Swart Campus School 912 Algoma 3 1 yd 9 . Facilities Mgmt . Center 845 High Ave . 2 2 yds 10 . Polk Library 801 Elmwood Ave 4 1 yd 11 . Halsey Science Center 921 Elmwood Ave . 4 1 yd 12 . Harrington Hall 845 Elmwood Ave . 1 1 yd 13 . Heating Plant 1010 Woodland 1 1 yd 14 . University Bookstore 725 Algoma 1 1 yd Daily Pick-ups (Monday thru Saturday) to be made as follows : 15 . Scott Hall (North) 625 Algoma Blvd . 6 1 yd 16 . Scott Hall (South) 625 Algoma Blvd. 6 1 yd 17 . Gruenhagen Hall (North) 208 Osceola St . 5 1 yd 18 . Gruenhagen Hall (South) 208 Osceola St . 6 1 yd 19 . Clemans Hall 736 Algoma Blvd. 1 4 yds 20 . Breese Hall 703 Elmwood Ave . 1 6 yds 21 . Donner Hall 820 High Avenue 1 6 yds 22 . Taylor Hall (South) 780 High Avenue 1 4 yds 23 . Taylor Hall (East ) 780 High Avenue 1 4 yds 24 . Fletcher Hall 712 Elmwood Ave . 1 6 yds 25 . Stewart Hall 723 W. Lincoln Ave . 1 4 yds 26 . Evans Hall 727 W. Lincoln Ave . 1 4 yds There shall be two pick-ups per day the first week of each semester at the above locations (15-26 ) and during the week of the EAA Convention. Monday Pick-Ups to be made as follows : 27 . Titan Stadium 450 Josslyn Street 2 1 yd There shall be a pick-up each Monday between August 11 and November 17 at the above location #27 . For any further clarifying information, contact Mr . Gerald Konrad of the Department of Public Works at City Hall , 236-5065 . PROPOSAL REFUSE REMOVAL SERVICE The undersigned, having familiarized himself with the local conditions affecting the cost of the work , and specifications , hereby proposes to perform everything required and to provide and furnish all of the labor , materials , necessary tools , materials or expendable material , and all utility and transportation service , necessary to perform and complete in a workmanlike manner all of the work required and as called for in the proposal inconnection with the refuse removal service for the University of Wisconsin-Oshkosh campus , in accordance with the specifications , for the following amount : Bid item #1 : Refuse removal , as specified, for the 12 month period be- ginning January 1 , 1986 . Lump sum of $ 10,824.00 figure TEN THOUSAND EIGHT HUNDRED TWENTY FOUR DOLLARS Written Bid item #2 : Dumping fee for 12 month period beginning January 1 , 1986 . $11 ,856 .00 figure Eleven Thousand eight Hundred Fifty-six dollars Written TOTAL BID ITEMS #1 & #2 $ 22,680.00 figure TWENTY TWO THOUSAND SIX HUNDRED EIGHTY DOLLARS Written I hereby certify that all statements are made in behalf of VALLEY SANITATION - A DIVISION OF CASE'S HAUL AW INC. BY WILLIAM H. BANDSTRA - PRESIDENT �,�- �► 'x.,..�`' �-- (Name of Corporation, Partnership or erson submitting bid) A corporation organized and existing under the laws of the State of WISCONSIN ; a Partnership consisting of ; an Individual trading as ; of the City of State of Proposal Page 2 That I have examined and carefully prepared this Proposal from the Specifications and have checked the same in detail before submitting this Proposal ; that I have full authority to make such statements and submit this Proposal in (its) (their) behalf , and that said statements are true and correct . (Signature)_LU,,y&,—AG't PRESIDENT OF VALLEY SANITATION - A DIVISION (Title, if any) Lir CASE'a UL ATTAY /NC. P.O. BOX 346 Address OSHKOSH, WISCONSIN 54902 City State Zip (Bidder should not add any conditions or qualifying statements to this Proposal as otherwise the Proposal may be declared irregular as not being responsive to the advertisement . ) Accompanying this Proposal is a C::RTIFIED CHECK (Certified Check , bid bond, etc . ) ONE THOUSAND ONE HUNDRED in the amount of THIRTY FOUR (dollars ) $ 1 ,134.00 or FIVE W % of the total amount of the bid, as called for in the invitaiton to bid. PROPOSAL REFUSE REMOVAL SERVICE The undersigned , having familiarized himself with the local conditions affecting the cost of the work, and specifications , hereby proposes to perform everything required and to provide and furnish all of the labor , materials , necessary tools , materials or expendable material , and all utility and transportation service , necessary to perform and complete in a workmanlike manner all of the work required and as called for in the proposal inconnection with the refuse removal service for the University of Wisconsin-Oshkosh campus , in accordance with the specifications , for the following amount : Bid item #1 : Refuse removal , as specified, for the 12 month period be- ginning January 1 , 1986 . Lump sum of $14,400.00 figure Fourteen Thousand Four Hundred and no/100. Written Bid item #2 : Dumping fee for 12 month period beginning January 1 , 1986 . $11 ,856 .00 figure Eleven Thousand eight Hundred Fifty-six dollars Written TOTAL BID ITEMS #1 & #2 $26,256.00 figure Twenty-Six Thousand, Two Hundred Fifty-Six and no/100. Written I hereby certify that all statements are made in behalf of KLEMM DISPOSAL (Name of Corporation, Partnership or Person submitting bid) A corporation organized and existing under the laws of the State of ; a Partnership consisting of Holand H. Klemm dba KT.FNIM DISPOSAL ; an Individual trading as ; of the City of Oshkosh State of Wisconsin • Proposal Page 2 That I have examined and carefully prepared this Proposal from the Specifications and have checked the same in detail before submitting this Proposal ; that I have full authority to make such statements and submit this Proposal in (its) (their) behalf , and that said statements are true and corr ct (Signature) / 'P^t, t � �1 Roland. R. Ale Owner (Title, if any) P 0 Box 122 Address Van. Dyne WI 5'4.979 City State Zip (Bidder should not add any conditions or qualifying statements to this Proposal as otherwise the Proposal may be declared irregular as not being responsive to the advertisement . ) Accompanying this Proposal is a Certified Check (Certified Check , bid bond, etc . ) in the amount of One Thousand Three Hundred ��p� `g1)00 $1,312.80 or Five (5) % of the total amount of the bid, as called for in the invitaiton to bid. PROPOSAL REFUSE REMOVAL SERVICE The undersigned , having familiarized himself with the local conditions affecting the cost of the work, and specifications , hereby proposes to perform everything required and to provide and furnish all of the labor , materials , necessary tools , materials or expendable material , and all utility and transportation service , necessary to perform and complete in a workmanlike manner all of the work required and as called for in the proposal inconnection with the refuse removal service for the University of Wisconsin-Oshkosh campus , in accordance with the specifications , for the following amount : Bid item #1 : Refuse removal , as specified, for the 12 month period be- ginning January 1 , 1986 . Lump sum of $aoa 6 1 b . 3 5 figure rittei Bid item #2 : Dumping fee for 12 month period beginning January 1 , 1986 . $11 ,856 .00 figure Eleven Thousand eight Hundred Fifty-six dollars Written TOTAL BID ITEMS #1 & #2 $3 R' C. 35" fitgure /.e.4 i/ . • _ • KA• __ .i.: _ ,_iLI ice. l.. i. i/_ I , i . a_;. �. "ritten / / I hereby certify that all statements are made in behalf of �(Name o or o t .o Partnerip or Person submitting bid) A corporation organized and existing under the laws of the State of ; a Partnership consisting of Ar 4A4440e ; an Individual trading as ; of the City of z 24 % State of Zile. t,n_.,,.. in, . , Proposal Page 2 That I have examined and carefully prepared this Proposal from the Specifications and have checked the same in detail before submitting this Proposal ; that I have full authority to make such statements and submit this Proposal in (its) (their) behalf , and that said statements are true and correct . (Signature) (Title, if any) Address 1tY tate 1p (Bidder should not add any conditions or qualifying statements to this Proposal as otherwise the Proposal may be declared irregular as not being responsive to the advertisement . ) Accompanying this Proposal is a (Certified Check , bid bond, etc . ) in the amount of (dollars) $ or % of the total amount of the bid, as called for in the invitaiton to bid . V V V V V V „elk, SET TAB STOPS AT ARROWS PEKIN NSURANCE IScUE DATE (MMIDDYYr �! 11/15/85 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, BURR INSURANCE AGENCY EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. GUY W. BURR COMPANIES AFFORDING COVERAGE COMPANY A 11213 OREGON STREET 1 LETTER Pekin Insurance Company PHONE:(414)231-5947 OSHKOSH,WISCONSIN 54901 i-------- ----- - COMPANY LETTER B Aetna Life & Casualty Daniel T. Monroe d/b/a COMPANY Countryside Sanitation Disposal LETTER C Service COMPANY D LETTER P. 0. Box 276 -- - Oshkosh , WI 54902 COMPANY LETTER E COVERAGES ( THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE •♦LICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS,AND CONDI- TIONS OF SUCH POLICIES. CO POLICV EFFECTIVE POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS TYPE OF INSURANCE POLICY NUMBER LTR I DATA(MM/DO/VY1 DATE IMMlDD'YYl EACH AGGREGATE ----_ __(_ OCCURRENCE GENERAL LIABILITY BODILY A X COMPREHENSIVE FORM 0 0 G L 5 8 9 2 6 0.0/21/85 10/21/86 INJURY $ $ IllPREMISES/OPERATIONS UNDERGROUND DAMAGE $ $ EXPLOSION&COLLAPSE HAZARD PRODUCTS/COMPLETED OPERATIONS CONTRACTUAL ( BI&PD COMBINED $1 ,000 SOO. INDEPENDENT CONTRACTORS 1 000 IBROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY BODIL, INJURY ANY AUTO PER PFR9A ALL OWNED AUTOS(PRIV. PASS.) BoDILti A ALL OWNED AUTOS(pR V RPASSN) 00P342511 110/21/85 1/21/86 �ARACCIBO $ HIRED AUTOS PROPERTY NON-OWNED AUTOS DAMAGE $ GARAGE LIABILITY BI&M (COMBINED $1 ,000 ,000. IEXCESS LIABILITY UMBRELLA FORM ED $ $ OTHER THAN UMBRELLA FORM — _ J B WORKERS'COMPENSATION 0 3 6 J C 5 2 9 8 0 2 8 5 0 CAA 111/06/85 ! 11/0 6/8 6 STATUTORY AND $ 10 0(EACH ACCIDENT) $ (DISEASE POLICY LIMIT) EMPLOYERS' LIABILITY $ (DISEASE EACH EMPLOYEE) OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS REFUSE REMOVAL CERTIFICATE HOLDER CANCELLATION City of Oshkosh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- 215 Church Avenue PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Oshkosh, WI 54901 LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED R RESENTA•TIVIE ACORD 25 (8/84) © IIR/ACORD CORPORATION 1984 x U a) x x x U U 0 0 a) a) a) O U U U •H 44 ' G) J) 'y •H - - W i i, $41 S.-; •.1 CO S•, O a) 4••i r- U - U) $-■ b S-+ c0 cd a) O C; O U U U LL. o Li) W v) v) v) v) = CO S-i a) a) a) ril CJ o) '0 a) >-, >-. >" U O •H .HI H SG CA . > = CZ4 CJD CO o° cd W O in U Cl) 1 Z C4 ,- H (3.J < CI) = > z o o w U > W Cr 0 'n 0 0 A4 H Z re) o O Q ■n to 0 Cl) CI. w l0 Un CO O Z CO N l0 C-L. W ^ ^ - a >- a Cr) N a4 E- 0 Q M N N H H (i) V) CYa Cl r.S]' H >1 = zE 4i . O (i) L1. U •,•1 $•' V) 0 .4 1 +J RS O) •,••1 ,— N. t", N • O 0 O cd O) •rl O) Cl) •ttcl- ,- Ln 4.) I/) cd cd Ln CD ,C) U) CV H 4-, l0 0t— •.i ON •rid• H Cl) U) ^ cd X ^ •-IXC..) CnX ^ >. O ,. C= O = O .0 S. C10 u) Pc) >, >.on v) 4-) 0 E a) 0 • •x E • -1 •.x • 0 .. a) 0 r-1 0 •. O • U) ,-I • cd cd • v) Vao xa > > a0