Loading...
HomeMy WebLinkAboutBart Bowers 1569 Georgia St. AGREEMENT THIS AGREEMENT made and entered into this 21st day of June, 1985, by and between BART BOWERS , 2366 Highway 55, Seymour," WI 54165 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 20th 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: Raze and remove house at 1569 Georgia Street, Oshkosh, Wisconsin 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 $1550.00 , 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: BART BOWERS / J BY: - Signature of the sole pro- t �.�_,fi: prietor, or name or corporation / or partnership President or Partner Secretary CITY OF OSH' OSH BY: Willi-m D. Frueh, City Man..er ,f (_ ` �- And: H�-''L Donna C. Serwas, City Clerk Approved as to form and execution: I hereby certify that the necessary provisions have been made to pay the lia- Warren P. Kraft, bility that will accrue Asst. City Attorney under, this Contract. �(dj� EDWARD A NOKES, City Comptroller -1-1 —9 ATE cce,4kie cLeUE ih ,7„„g 0,„ I, �� C,d-� V 1 1 1 1 1 1 V mu S T ma STs- AT ROWS CERTIFICAIE OF INSURANCE ' �f{ PRODUCER THIS CERTIFICATE IS.SSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, INSURANCE SERVICES, INC. EXTEND OR ALTER HE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. BOX 877 ------ _ Appleton, WI 54912 COMPANIES AFFORDING COVERAGE ICOMPANY A LETTER LLETTER NY American Casualty Ca PA INSURED B Continental Casualty Co_ HAROLD A. AND DONALD VAN HANDEL ( COMPANY DBA VAN HANDEL SAND & GRAVEL LETTER C R.L.I. Ins. Co. 1719 E. Edgewood Drive 1 COMPANY D Appleton, WI 54911 j - --T COMPANY E I LETTER 4 �C•VERAGES - fi. THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. i., NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS, AND CONDI- TIONS OF SUCH POLICIES. s r — — CO) TY`r?E OF NSURANCE iANCE X,:, "y 1 LIABILITY I IM TS IN THOUSANDS a I TR) ) i., ' �N VIBEa ' --j----- ----------`--- ---- ti ;f r n ri f� r 7OC. 4G OREGA rE „3rtEaCE E GENERAL LIABILITY BODILY COMPREHENSIVE FORM , INJURY A I CCP092074001 6/1/85 6/1/86 $ PREMISES/OPERATIONS j PROPERTY UNDERGROUND DAMAGE I$ $ RQO%��1 8 COLLAPSE HAZARD PRODUCTSICOMPLETED OPERATIONS ! CONTRACTUAL B &PD I COMBWED�$ $ INDEPENDENT CONTRACTORS 500 II I , BROAD FORM PROPERTY DAMAGE , PERSONAL INJURY PERSONAL IN.JURY $ i 500 j AUTOMOBILE LIABILITY ------ ---- g,)DI v ------- 'Ji UR B i- -X4 ANY AUTO BUA052074003 5/1/85 6/1/86 L PrRSONI $ ALL OWNED AUTOS(PRIV PASS.) 13ou r OTHER THAN AJ RY ALL OWNED AUTOS OTHER PASS PAR ACaD_?; $ X HIRED AUTOS PROPERTY X I NON-OWNED AUTOS DAMAGE $ I GARAGE LIABILITY BI&PD C COMBINED $ "lno EXCESS LIABILITY C A UMBRELLA To Be Assigned 6/1/85 6/1/86 COMBINED $ I ( �(�OTHER THAN UMBRELLA FORM g l,000 $ 1 ,000 E:- ER �- ---- 6/11/85 5/1/86 - - 4,_010a1 J III 5TATUTORY WORKERS' COMPENSATION D! AND WC2206535 6/1/85 4 6/1/86 j $ 100 (EACH ACCIDENT) EMPLOYERS' LIABILITY $ DISEASE-POLICY LIMIT) OTHER -- — — —— — — —-- — I $ 500 DISEASE-EACH EMPLOYEE) � I ---. DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/SPECIAL ITEMS Any work performed for City of Oshkosh CERTIFICATE HOLDER CANCELLATION ? SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX- City of Oshkosh PIRATION„t1ATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Oshkosh, Wis, MAIL 3U DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTH•-IZED REPRE NTATIVE a ,i �/j� - - AO/ �i�C.. /" ACORD 25(8184) © IIR/ACORD CORPORATION 1984 •0 C 0 a 0 •r♦ co u) v) co LC) a a) a) a) a) V a) co co co co a) >> >, ›, >> a) r-+ cd cd co co a R. 'D 'D V V E 0 0 in in Lf) Ln E-+ H O m m m m W H w w a w H a a) Cl) H 0 0 U) U) cf) U) Gn >-1 a) co O c0 cd co .4 • .. E •D a -D 'D O -D O U H S. E ¢ 0 IZ IX ED 0 o CD oa O ¢ oc:G H IX U N N • Z o in w w co " � O rn N ^ N Ln V- C- '- al O O O O •ri O 0 0 0 H H W a) hQ ¢ ¢ z co O\ S, a) O O O N .o O S, i n in O O W W '� O in a) -I� U1 N 0 V) V) x CD C/) ,-- N N Cr) 0 0 W , x x z w . EL, w a o 0 0 -) .-) c) • ¢ Q > ✓ H 0 0 W W W `S 0 O O 0 CC = 0 -i-) O 0 O O C) a) 0 0 CO N- -P a) 0 0 O in Z z C N C S, In O O 0 H H O N a) -P O‘ Cr) 0 01 N N x •- mac/) N N Cr) N ¢ ¢ a IX • U) r-I o a) U > a) 40 RS > C >> S. •ri •ri 1P 0 S, 4-3 ,--1 ID CI in in cC r- r-I M .23 LO > O •H 0 71 C In r- co O C a. V O in. .• 0 z' O S,- C O in in X in En cd 3 >> W • +) -0 c/) a) H U) (i1 H 13 •r1 Cr) ..0 H (4 3 4-3 c/) 3 al u) 3 •D G.) .0 u) C cd (1) w 3 b0 ^ b ^ a) 3 ^ V C 0 •r1 S, 0 >-..Z •r1 .0 C • 0 a = Z 440U) x • cn ctI Ell .1-) 0 ao z0 x a) -I-)LO E 4, .. rn r-1 S,'.0 >> 4-1 Cr) ,C 0 in .0 C O. co M a) a)'.D U) •'.0 U) al N c]. aNC/) •J in 0 ) [` 0 >, ' ¢ OShyk oSti PURCHASING DIVISION NOTICE TO VENDORS : 1 . We are submitting herewith for your consideration an in- vitation to bid on : RAZING AND REMOVAL OF HOUSE AT 1227 KENTUCKY STREET RAZING AND REMOVAL OF HOUSE AT 1569 GEORGIA STREET 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 ..far- Ra, g o£ Building.;-" 3 . Bids must be on file in the office of the Purchasing Agent no later than 10 :30 a.m. , C.D.S .T. , Tuesday , June 11 , 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 0 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 cgcerning this invitation to bid , contact Donald La contain,$, Pttrei asing Agent , Room 312 , City Hall or telept acne . (414) 2*�b-51fli . William D. Frueh City Manager PUBLISH: May 31 , 1985 CITY HALL — 215 CHURCH AVENUE — P .O ..0 BOX i 1 -�0 )SH KCc c 34 ?02 GENERAL PROVISIONS 1 . Proposals shall be submitted on the sheets provided by the City of Oshkosh and proposals not submitted on those forms will be considered irregular and will not be read. 2. Unless stated otherwise in the specifications, all equipment or commodities shall be new and the manufacturer's current model , complete with all standard equipment and accessories. 3. Full identification of equipment or commodities quoted upon, including brand, make, model , catalog identification number (if any) , and descriptive literature where possible, must be furnished with the bid as an aid in checking the bid against specifications. If the item bid varies in any way from these specifications, special mention must be made of such points or it will be understood that the bidder proposes to meet all details of the specifications. 4. Unless stated otherwise in the specifications, all prices shall be F.O.B. Oshkosh, Wisconsin, stated destination, with all Federal Excise and Wisconsin Sales taxes deducted. The City of Oshkosh is exempt from these taxes and will furnish proper exemption certificate, if requested by the successful bidder. 5. If a warranty applies, the bidder shall state the conditions of warranty. 6. When requested in the specifications, the bidder must state the nearest location were parts and repair service will be available. 7. Delivery date must be stated in realistic terms to enable the bidder to adhere to them. 8. Indicate your terms of payment. The City of Oshkosh pays invoices on the first and third Thursday of the month. 9. If there are several items in the bid, the City of Oshkosh reserves the right to accept separate items or to award the total bid to one supplier, whichever is in the best interest of the City. If you bid is qualified in this respect, clearly state whether your bid is for "all or none" or to what extent it is qualified. 10. If there is a trade-in, the City of Oshkosh may elect to accept the bid with trade-in or without trade-in, whichever is in the best interest of the City. 11 . Equipment or items must conform to all applicable Federal Occupational Safety and Health Act provisions. 12. If two or more bidders submit identical bids and are equally qualified, the decision of the City to make award to one or more of such bidders shall be final . Selection shall be made by drawing lots. Cash discounts, when 10 days or longer are allowed will be considered. SPECIFICATIONS RAZING AND REMOVAL OF HOUSES 1 . The work consists of razing two houses and removing the material from : 1227 Kentucky Street and 1569 Georgia Street . 2 . The successful bidder shall obtain a wrecking permit for each location prior to beginning work , and the bid is to include paying the required fee for each permit . 3 . Leveling or backfilling of the lot and foundation after removal of the debris will be done so as to leave no exposed risk areas . 4 . The successful bidder will disconnect all utilities according to City Code . 5 . The bidder shall provide and maintain all items of protection including barricades , guard rails , warning lights , and lot signs that may be required . 6 . Materials forming permanent part of the building requiring demolition or removal will become the contractor 's property, and shall be removed from the site and disposed of at no add- itional cost to the City. Any building standing within ten ( 10) feet of any public street , alley or sidewalk, he shall carefully and completely remove story after story, commencing with the top story thereof . No materials or parts of such building shall be thrown or allowed to fall upon such street , alley or sidewalk or so near the same as to endanger persons or property thereon, but shall be carefully lowered to the ground upon displacement . The material to be removed shall be properly wet down to lay the dust incident to its removal . Any obstruction of public right away shall be coordinated with the Department of Public Works . 7 . The bidder will not be allowed to sell material at the site un- less approval is given by the City. 8 . The bidder shall not dispose of any material by burning at the site . 9 . Upon completion of work , the bidder shall remove all tools , mat- erials , equipment , and rubbish and leave premise in a clean, neat , and orderly condition. Any damage to shrubbery, trees , or flowers shall be the bidder ' s responsibility and shall be re- paired or replaced to the original condition . 10. The bidder will complete all work , as specified , within 35 days from award of contract by the Common Council . Specifications Razing of buildings Page 2 11 . The successful bidder will carry during the removal project a minimum of 500/500 ,000 Liability Insurance . The insurance coverage shall , in all instances , show the City of Oshkosh as an additional insured and shall 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 protections of the work and that he will save , defend, indemnify and hold harmless the City from all damages caused by or as a result of his operations . The contractor shall also carry Worker 's Compensation Insurance on his employ- ees . No insurance shall be cancelled without notifying the City in writing thirty (30) days before such cancellation. The con- tractor shall furnish the City with satisfactory proof of in- surance . This shall consist of a signed certificate of insur- ance filed with the City Clerk , prior to beginning work . 12 . As the owners of the property have the right to remove the structures , the contractor is submitting a bid with the under- standing that this could happen, and even though your bid was requested and submitted in good faith, it could be rejected if the owner finally decided to have it done rather than have the City do it and charge for it . 13 . 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 . 14 . For further information bidders can call Ed Reimer at 236-5045 . PROPOSAL We , the undersigned, propose to raze and remove the following as per specifications : House at 1227 Kentucky Street $ 9 C ` c c House at 1569 Georgia Street $ Work will commence in (/ days after award of contract . Will complete in days ( If other than 35 days) ,5 c,21 , ) 'LLB'f" rz. Name of Company SUBMITTED BY: Pict iT I C'- I- #2 S Cc Name an titre of person making out Bid ! 19853 /cf L.�t'Y s- S -,� v Date f Address of Company � ���� ' \C;?/ s��