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