Loading...
HomeMy WebLinkAboutBob Radtke, Inc/Pier, Pilings at Rainbow Park (1985) the proposal and contract documents are on a "Unit Price" basis, the above mentioned figure is an estimated for the performance of the contract the amounts determined for the total number of each of the units of work as set forth in the Contractor's proposal; the number of units therein contained is approximate only, and the final payment shall be made for the actual number of units that are incorporated in or made necessary by the work covered by the contract. (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 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 the negligent digging up of streets, alleys or public grounds or which may result from the faulty, carelessness or neglect of said Contractor, his agents, employees or workmen in the performance of said work or caused by the violation of any City ordinance, and shall refund to the City all sums which it may be obliged or adjudged to pay on any such claims or demands within a reasonable time after demand thereof. ARTICLE V. 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 . General Conditions 2. Advertisement for Bids 3 . Instructions to Bidders 4 . Specifications, including any addenda 5 . Plans 6 . Contractor 's Proposal 7 . This Instrument 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 enumer- ated 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 "Con- tractor" wherever used in this contract means the party of the second part and its/his/their legal representatives, successors and assigns. 2 IN WITNESS WHEREOF, the City of Oshkosh, Wisconsin, has caused this contract to be sealed with its corporate seal and to be sub- scribed 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 P\__)CYVQ_k_Ok- *LA" BOB RADTKE, INC. By: (�/, (Seal of Contractor if a Corporation ) (Specify Title) By: (Specify Title) ( CITY OF 0 HKOSH By:i ?t O£ By: / Y �.. 2r.,e . W" s4) William D. Frueh, City Manager ///t And: al l :' r , y' / 'f1 �• (10tness) Donna C.Serwas, City Clerk I certify that provisions have been made to pay the liability that will accrue to the City of Oshkosh under the within contract. ) a r }�t.r.✓ Edward A. Nokes, City Comptroller Ap.rov d as to o m• Warren P. Kra , As-t City Attorney 3 CONSTRUCTION CONTRACT THIS AGREEMENT, made on the 7th day of June, 1985, , by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as the CITY, and BOB RADTKE, INC., of 6408 Highway 110, Winneconne, WI 54968 party of the second part, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, agree 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: for rebuilding existing pier at Rainbow Park and removing pilings (not to exceed 40), pursuant to Resolution #19 adopted by the Common Council of the City of Oshkosh on 6th day of June, 1985, all in accordance and in strict compliance with the Contractor's proposal and the other contract documens referred to in ARTICLE V of this contract. ARTICLE II . TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed within the time limits specified in the General Conditions and/or Contractor's proposal. ARTICLE III . PAYMENT (a) The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of Base bid: 112.565.00: piling removal: $60/ea., adjusted by any changes as provided in the General Conditions, or any changes hereafter mutually agreed upon in writing by the parties hereto, provided, however, in the event 1 A.I.A. Document No. A-310 (February 1970 Ed.) FIREMAN'S FUND INSURANCE COMPANY j U D° THE AMERICAN INSURANCE COMPANY �� J ��. `�� NATIONAL SURETY CORPORATION FIREMANS ASSOCIATED INDEMNITY CORPORATION INOMIANIZCOMPAMES AMERICAN AUTOMOBILE INSURANCE COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, C . H. MEYER & SONS COIIPANY, OSHKOSH, WI 54.901 as Principal, hereinafter called the Principal, and THE AMERICAN INSURANCE COMPANY a corporation duly organized under the laws of the State of NEW JERSEY as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF OSHKOSH, OSHKOSH ti' IOCC;NSIN as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ I0;% of the Maximum Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for RECONSTRUCT DOCKS AT RAINBOW PARK, OSHKOSH, WISCONSIN NOW, THEREFORE, if the Obligee shall accept the hid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 5th day of June A.D. 19 $5 C. R. MEYER & SONS COMPANY (Principal) (Seal) 111 S — (Witness) ' • (Title) THE AMERICAN INSURANCE COYPANY (Surety) (Seal) ( fitness) By Attorney in fact 360541—4-75 GENERAL POWER OF ATTORNEY THE AMERICAN INSURANCE COMPANY laws of ALL the State of THESE PRESENTS: Jersey. and having aits principal office INSURANCE City and COMPANY, County of San Francisco, California. has made, con ttitu under the laws appointed,and does by these presents make.constitute and appoint JR. JOHN R. SAWTELL, DANIEL D. HARMON, I l l and R. L. HARMON jointly or severally OSHKOSH, WI its true deliver any and all all bondseundertakingsWrecogmzances or authority neobligationsrinahe nature thereof and stead,to execute.seal,acknowledge and Corporation tand duly attested ted bytits Secretary. hereby ratifying ands confirming all that signed Atto neyls)-in-Fact sealed do in the the premises.seal of the This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article VIII,Appointment and Authority Assistant secretaries,and Attorney-in-Fact and Agents to accept Legal Process and Make Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President, any Vice-President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice-President, may, from time to time, appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 31, Authority. The Authority of such Resident Assistant Secretaries, Attorneys-in-Fact, and Agents shall be as prescribed in the instrument evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This AMERICAN INSURANCE signed OMPANY sealed t a and authority of the following on the 28th day Resolution ember, 1966.ya desBd Resolution chass not been amended or repealed: "RESOLVED, that the signature of any Vice-President. Assistant Secretary.and Resident Assistant Secretary of this Corporation. and the seal of this Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate relating thereto. by facsimile.and any power of attorney.any revocation of any power of attorney, or certificate hearing such facsimile signature or facsimile seal shall he valid and binding upon the Corporation.— IN WITNESS WHEREOF.THE AMERICAN INSURANCE COMPANY has caused these presents to he signed by its Vice-President. and its corporate seal to be hereunto affixed this 5th day of J u l y 19 83 THE AMERICAN INSURANCE COMPANY t l,Er.Met, 1 � VV `+•^,c.CO,' By' \',r•Pre.ident STATE OF CALIFORNIA. ss. CITY AND COUNTY OF SAN FRANCISCO On this 5th day of J U I y , 19 83 Richard Williams , before me personally came to me known, who, being by me duly sworn, did depose and say: that he is Vice-President of THE AMERICAN INSURANCE COMPANY. he Cor- poration described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said III.-:rument is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF.I have hereunto set my hand and affixed my official seal.the day and year herein first above written. ■ umnsssssssulolHHmHImsesso HwHln=u OFFICIAL SEAL SUSIE K. GIIBERT d:-.4-0-e-4---. (-- y_ ' F NOTARY PUBLIC-CALIFORNIA 3 \otan whi, i .\ . : CITY & COUNTY OF SAN FRANCISCO 4. My Commission Expires Nov. 17, 1984 CERTIFICATE ti11 11111H111/11.uu,11I1MHIMIMMIHMMMShS NIN STATE OF CALIFORNIA, vs. CITY AND COUNTY OF SAN FRANCISCO I, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation, DO HEREBY CER- TIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VIII, Sec- tions 30 and 31 of the By-laws of the Corporation,and the Resolution of the Board of Directors,set forth in the Power of Attorney,are now in force. Signed and sealed at the City and County of San Francisco.Dated the 5th day of 19 _8_5_ . ,'V Resident A,ststant Secretary 'ace coi 360711-TA-5-81 A.I.A. Document No. A-310 (February 1970 Ed.) FIREMAN'S FUND INSURANCE COMPANY rHE AMERICAN INSURANCE COMPANY NATIONAL SURETY CORPORATION FIRDIANSFUND ASSOCIATED INDEMNITY CORPORATION DINIMANCE COMPANIES AMERICAN AUTOMOBILE INSURANCE COMPANY BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, BOB RADTKE, INC. 640$ HIGHWAY 110, WINNECONNE, 'dI 549$6 as Principal, hereinafter called the Principal, and AMERICAN INSURANCE COIPANY a corporation duly organized under the laws of the State of NEW JERSEY as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF OSHKOSH, OSHKOSH, WISCONSIN as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ 10`,6 of the Maximum Bid for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for RECONSTRUCT DOCKS AT RAINBO0 PARK, OSHKOSH, WISCONSIN NOW, THEREFORE, if the Obligee shall accept the hid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 5th day of June A.D. 19 85 BOB RAliTKE, INC . ( (Principal) (Seal) ad ? j (Witness) (Title) c THE AMERICAN INSURANCE Ca PANY 141,iII� t%��' l.._- 0r2_ 1 (Surety) (Seal) (Witness) — — Attorney in fact at' A 1__41_75 GENERA! POWER THE AMERICAN INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That THE AMERICAN INSURANCE COMPANY. a Corporation duly organized and existing under the laws of the State of New Jersey. and having its principal office in the City and County of San Francisco. California. has made, constituted and appointed, and does by these presents make. constitute and appoint - JOHN R. SAWTELL, DANIEL D. HARMON, Ill and R. L. HARMON, JR. jointly or severally OSHKOSH, WI its true and lawful Attorney(s)-in-Fact,with full power and authority hereby conferred in its name,place and stead,to execute,seal.acknowledge and deliver any and all bonds, undertakings, recognizances or other written obligations in the nature thereof and to hind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary.hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VIII. Section 30 and 31 of By-laws of THE AMERICAN INSURANCE COMPANY now in full force and effect. "Article VIII,Appointment and Authority Assistant secretaries,and Attorney-in-Fact and Agents to accept Legal Process and Make Appearances. Section 30, Appointment. The Chairman of the Board of Directors, the President, any Vice-President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vice-President, may, from time to time, appoint Resident Assistant Secretaries and Attorneys-in-Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 31, Authority. The Authority of such Resident Assistant Secretaries, Attorneys-in-Fact, and Agents shall be as prescribed in the instrument evidencing their appointment, and any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment." This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of THE AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 28th day of September. 1966. and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice-President. Assistant Secretary,and Resident Assistant Secretary of this Corporation- and the seal of this Corporation may be affixed or printed on any power of attorney. on any revocation of any power of attorney. or on any certificate relating thereto. by facsimile.and any power of attorney•any revocation of any power of attorney,or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation. IN WITNESS WHEREOF,THE AMERICAN INSURANCE COMPANY has caused these presents to he signed by its Vice-President. and its corporate seal to be hereunto affixed this 5th day of July 19 83 . THE AMERICAN INSURANCE COMPANY _ * &art& )3•A;() --- By 5 ae.PrcaJem STATE OF CALIFORNIA. ss. CITY AND COUNTY OF SAN FRANCISCO 5th July , 19 83 before me personally came Richard W i I I i ams On this day of to me known, who, being by me duly sworn, did depose and say: that he is Vice-President of THE AMERICAN INSURANCE COMPANY, the Cor- poration described in and which executed the above instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal;that it was so affixed by order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF.I have hereunto set my hand and affixed my official seal,the day and year herein first above written. Modes HHUUr<uusUHUngnUUUHUUUUUUUUUI OFFICIAL SEAL SUSIE K. GILBERT r. NOTARY PU!IK - CALIFORNIA '�aars Public CITY & COUNTY OF SAN FRANCISCO - My Commission Expires Nov. 17, 1984 CERTIFICATE 11111111111111111111111811111111111INIUMMINISHINIMUNIOND111 STATE OF CALIFORNIA, ss, CITY AND COUNTY OF SAN FRANCISCO I, the undersigned, Resident Assistant Secretary of THE AMERICAN INSURANCE COMPANY, a NEW JERSEY Corporation, DO HEREBY CER- TIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore that Article VIII, Sec- tions 30 and 31 of the By-laws of the Corporation,and the Resolution 01 the Board of Directors,set forth in the Power of Attorney:are now m force. Signed and sealed at the City and County of San Francisco. Dated the 5th day of June 19 85 • . . „4 :e;;e Resident Assistant Secretary. •'^5C1 CO° 360711-TA-55-81 i icr cDi o 'dc H. -O Cn • • • Oa- Ko • co • i CD 73 0 • n Z N CA CO o HIO- o K CD E CD CT CD -• p) .. HIVl 'S K O H Ul R. I--I -• - -+ 0 LO CI) Vi O • 0 0 CA CO C) 0 S 'C7 K N ell CO Ni Ni W H .. cn H C7 U1 CI C/)p-' 0 • U1 0 CO 0 H 0 Oi O 0 0 '1 O 0 C17 Oi Z H Cr] CTJ CO C7 Xl C HI C-1 H r C Z 0 Z C H C=7 0 Z 0 'd Ul p-■ 1/4.0 H - 'd CI 0 0 r 9 k CO x C/)H Z Z 0 0 O 0 0 0 CO H lJl HI CD CD C Z pJ C') 0 o 0 3 O b H Cri • r x) N n W W o I C7 0 O O 0 0 O Ro O m S Z a a a. a c) cn p.) F--, p> W Hpo OH K CD K K CD K Z Ca c7- CD En cr Cn C C H. H. r C] o o > C11 1-3 • O 7Z1 H H 0 0 CI O H. HI Z H 0 01 Cri 0 H Z K K Cz7C (1) Cl) O H Cn Co Z C7 C CITY OF — a WISCONSIN Afk PURCHASING DIVISION NOTICE TO VENDORS: 1 . We are submitting herewith for your consideration an invita- tion to bid on : RECONSTRUCT DOCKS AT RAINBOW PARK 2 . Bids must be addressed to Oshkosh Purchasing Division, P.O. Box 1130 , City Hall , Oshkosh, Wisconsin, 54902 . Envelope shall show name of bidder , and must be plainly marked in the lower left hand corner "Bid for Dock Reconstruction". 3 . Bids must be on file in the office of the Purchasing Agent no later than 10 :30 a.m . , C.D.S .T., Wednesday, June 5 , 1985 . Any bids received after that hour and date will not be opened and will be returned to 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 thereafter as practical . 7 . A certified check , cashier ' s check , or bid bond in the amount of 10% must accompany the proposal , if the bid is accepted, the bidder must execute and file the proper contract within ten ( 10) days after award by the Common Council and receipt of the contract form for signature . 8 . Contract Surety : The successful bidder shall furnish a surety bond in an amount of at least equal to 100 percent (100%) 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 con- tract . 9 . The City reserves the right to reject any and all bids and to waive any informalities in bidding . 10 . 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 PUBLISH: May 23 & 26 , 1985 City Manager CITY HALL 215 CHURCH AVENUE P. O. BOX 1130 OSHKOSH, WISCONSIN 54902 BASIC MATERIALS FOR WOOD WALKWAY TQ EXISTING PIER RAINBOW PARK OSHKOSH, WISCONSIN SCOPE The Specifications following describe the workmanship and materials to be incorporated in the wood shorewall structure. In order to make this description as concise as possible, the CONTRACTOR shall understand that for each item hereunder, unless clearly noted otherwise, he is to furnish as a term of this Contract, that item and all labor, materials, tools, equipment, appurtenances and all utilities, facilities and services mentioned in this volume or required to place the item in its intended final condition in the structure. WOODEN PILES Wooden Piles shall be 10" to 12" in diameter of Pentachlorophenol treated white oak or yellow pine, or of Green Heart. All Piles shall be Class B according to ASTM D-25-37 . SEE ATTACHED SHEET WOOD PRESERVATIVE Wood Preservative shall be Pentachlorophenol as per Federal specification TT-W-570a. DRIVING al PILES, The CONTRACTOR shall exercise reasonable care when driving and protect so as not to batter the top piles or cause splitting. Piles damaged excessively during driving shall be removed and replaced by the CONTRACTOR at his expense. DEPTH OF PILE, The plans specify the depth for the piles. Piles shall be driven to this depth unless refusal is encountered. If during driving a location is found where penetration indicates little or no resistance, the CONTRACTOR shall immediately inform the ENGINEER before proceeding further. If authorized by the ENGINEER to drive longer piles, the CONTRACTOR will be paid for the extra length at the price bid per foot. PLUMBING AND ALIGNMENT All piling shall be driven plumb and on the line set by the ENGINEER. Piles not plumb or out of line shall be removed and replaced by the CONTRACTOR at his own expense. BASIC MATERIALS FOR WOOD WALKWAY TO EXISTING PIER Page 2 WOOD SUPPORTS AND PLANKING FOR PIER CONSTRUCTION The wooden planking shall be 2" x 6" and shall be placed with 3/4" spacings between boards. The plank supports shall be 2" x 8" boards placed as shown on plans. All wooden materials shall be grade two or better southern yellow pine with 8LB - pressure treatment of Pentachlorophenol. FASTENING MATERIALS Stringer supports shall be fastened to piers with 3/4" galvanized threaded rods 24" in length with nuts and washers typicals. All other materials will be fastened with galvanized ring shank nails. GENERAL CONDITIONS SCOPE a WORK AND BIDS The work that shall be done under this contract consists of furnishing all labor, tools, equipment, machinery, and all materials for the work covered by this contract. SITE INVESTIGATIONS AND REPRESENTATIONS The Contractor shall acknowledge that he has satisfied himself as to the nature and location of the work, the general and local conditions, particularly those bearing upon transportation, 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. 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. CONTRACT SURETY The Contractor shall furnish a surety b.Qnd 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 . CONTRACTOR' S INSURANCE The Contractor shall not commence work under this contract until GENERAL CONDITIONS Page 2 he has obtained all insurance required under this paragraph 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 requiredof the subcontractor has been so obtained and approved. 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 Worker'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 performing work covered by this contract from claims and damagess 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 no less than $100,000.00 for injuries, including acci- dental death, to any one person, and, subject to the same limit for each person, in an amount of not less than $300,000 .00 on account of one accident and Property Damage Insurance in an amount of not less than $100,000 .00 . Any subcontractor not covered bythe 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. GENERAL CONDITIONS Page 3 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 $100,000 .00/300,000 .00 $50,000 .00 Trucks & Auto 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 operations 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 . 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. TERMINATION FOR BREACH In the event that any of the provisions of this contract are violated by the Contractor or by any of his subcontractors, 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 GENERAL CONDITIONS Page 4 contract, provided, however, that if the surety does not commence performance 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 completing the work such materials, appliances, and plant as may be on the site of the work and necessary therefor. OWNER'S RIGHT TO 2a WORK If the Contractor should neglect to prosecute the work properly 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. * WOODEN PILES Contractor will not furnish Class B pilings , but pilings furnished by contractor will be treated in accordance to your ASTM D-25-37 . The will be 10 - 12" diameter Pentachlorophenol treated . f -'✓-'' f'; PROPOSAL We, the undersigned, propose to construct the following dock and supporting structures in Rainbow Park according to the specifications for the following amount : Bid Item #1 Wood walkway to existing pier - Rainbow Park, complete as specified lk `(�yL' •���;rr '}`�(5�?ttG,u.r� 1'rts3� Figure in writing /Numbers u∎ )k,*%')1 Fi u (46Itt'4JS Alternate 1 (A) Price for removal of pilings outside project construction area; price per piling < , jy CO l l&c� $ 4(00, CO Figures Numbers Construction to begin in 0 days after award of contract. Completion in 9. 0 days. SaA3 R A+G_ ti Name of Company Submitted by: Name & title of Person making the ��Bid c co' 1 110 w�1..CtCtiw �- , 1985 Address of Company AT ))1 Note: Certified check, bid bond, or cashier's check for 5% of the bid must accompany this proposal . BLUEPRINTS OF THE PROJECT ARE AVAILABLE FOR REVIEW IN THE CITY CLERK’S OFFICE