Loading...
HomeMy WebLinkAbout27860 / 75-10� ,_ 1 ?. Ui„�,1 #].0 RESOLUTION . , ;, ;. �:�,,.�- WHERFAS, �he Ci�.y of Oshkosh has hereta�are advertised fo� bids for refuse removal ser�ice fo� University o�� �r?iscan�ir-C�shkosh campus for the yea.ac 1976, an.d WHEREAS, ugon the apen�.ng anG ta.l��ilatior� of bids , i� appears that th� following a.s the lawest ar�d most advar��tageou� bid: D�J. DIS�OSAIa CU, 418 f3oyd Stxeet Oshkosh, W�.�con�in S4Q01 $5$99�a95 . NOW, TEiER�FORE, BE I'� RESOLVED hy t�ie Cor.unan Council caf the Ci�y of Ci�hkasl� tl�at the said ?ai�3 :is herek�y accep�Led and the px�per. City of�icials are hereby �uthorized anc� directed to enter int<� an appropria�e a_qr�ement;, for the purrose af sam.e, all according to plans, specifications, and bi.c] �n �al�. Man�y �or t.his �urpos� is hereby appropriated �rom Account No. USO--560 Pro�essional Services, all withi�� the �976 Btac�get. - 15 - , ,,,,,.,.m,;,;--1 , � s� , ..,.. , � ��_ . � � t �- r..�... „;�a. „� . �.�,.,.-�� = ` ;:,�; , ... . .� `^�, � ,... -- s�a ��. �4f i n � fY �'� � Department of Administration Purchasing Division P.O. Box 1130 Oshkosh, Wisconsin 54901 NOTICE TO REFUSE HAULING CONTRACTORS: 1. We are submitting herewith for your consideration an invitation to bid on: REFUSE REMOVAL SERVICE FOR THE UNIVERSITY OF WISCONSIN-OSHKOSH CAMPUS 2. Bids must be addressed to Oshkosh Purchasing Division, Department of Administration, City Hall, Oshkosh, Wis- consin. Envelope shall show name of bidder, and must be plainly m?rked in the lower left hand corner "Bid for Refuse Removal Service." 3. Bids must be on file in tYle office of the Purchasing Agent no later than '10:30 a.m., C.D.S.T., Wednesday, October 8, 1975. An�r bids received after that hour and date will not be opened and will be returned to the bidder unread. 4. 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. 5. A certified check, cashier's check, or bid bond, payable to the City of Oshk-.osh, Wisconsin, in an amount of five (5/) percent must accompany the bid as a guarantee that if the bid is accEpted, the bidder will exPCUte and file the proper c�ntract within ten (10) days after award by the Common Council and receipt of contract form for sig- nature. The City reserves the right to reject any and all bids and to waive any informalities in bidding. For specifications and further information concerning this invitation to bid, contact Orville A. Gartman, Purchasing Agent, Roam 312, City Hall, or telephone (414) 424-0265. Gordon B. Jaeger City Manager PUBLISH: September 22nd & 29th, 1975 IB-1 IB-2 IB-3 IB-4 IB-5 REFUBE REMOVAL SERVICE INSTRUCTIONS TO BIDDERS DEBCRIPTIDN 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. SECTIONS TO BE READ BY THE CONTRACTOR Before submitting a bid, a11 contractors and subcontractors shall read the Official Dlotice, Instructions to Bidders, General and Special Conditions, Specifications, and Contract, all of which contain provisions applying to ali contractors. 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. EXAMINP,fiION OF SITE The bidders are expected to satisfy themselves by a thorough personal examination and familiarize themselves with the site and location of the proposed work and all local conditions affecting the execution of the work. �idders are required to inform themselves fully of the conditions relating to the labor under which the work is to be donee After the submission of a proposal, no com- plaints or claims that there was any misunderstanding in regard to the estintates of the Owner or the nature of the quantities of ��rork to be done wi11 be entertained. PROPOSF,L FORM The proposal form hereto attached shall be used. The bic�. 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. The proposal forms must not be separated from the attached volume. REQUIREMENT FOR SIGNI:NG BIDS (1) Bids which are not signed by individuals making them should have attached a power of attorney, evidencing authority to sign the bid i.n the name of the person for whom it was signede A Instructions to Bidders Page 2. REQUIREMENTB FOR BIGNING BIDS - Continued (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. (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-6 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 (30) 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 judgment of the Owner, r,vill best serve the Owner. A bid which has nat been prepared according to the instructions contained herein is subject to rejection. IB-8 YdHEN 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 contem- plates awarding the contract) by some officer or agent of the Owner duly authorized to give such notice. TB-9 RETURN OF BID GUARANTEE The bid deposit of a11 except the three (3) lowest bidders wi11 be returned within three (3) days after opening of all bids. The bid deposit of the three (3) lowest bidders will be returned within fort�y-eight (48) hours after contract and the required surety bond have been finally approved by the Owner. GENERAL CONDITIONS GC-1 SCOPE OF WORK AND BIDS The work that shall be done under this contract consists of furnishing all labor, tool�, equipment, r.achinery and appliances, and all materials for the work covered by this contract. GC-2 SITE INVESTIGATIONS AND REPRESENTATIO�S 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 td 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 tYiis 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 constitut�s 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 lOG percent of the contract price as surety for the faithful performance of this contract and for the payment of all persons p�rforming 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 a11 insurance rPquired 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 siabcontractor to coznmence 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 Workmen'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- men'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 Workmen's Campensation Statute, the Contractor shall provi�e 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 r:laintain 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 af them and the amounts of such insurance shall be as followso Public Liability Insurance in an amount not less than $100,000.00 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 $300,000.00 on account of one acc�dent 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 �e responsible for a subcontractor's carrying the insurance herein required. (c) Tnsurarice Covering Special Hazards: The following special hazards shall be covered by a rider or riders to the Public Liability and/or �r�perty Damage Insurance Policy or Policies herein elsewhere required to be furnished by this Contractor or by separate policies of insurance, in amounts as follows: �ublic Liability Tnsurance Property Damage Insurance Operations of TxuckS and Auto $100,000.00/300,000.00 $50,000.00 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 harm�ess 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 dama�ed 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 �erminate such contract, such notic� 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 arran�ement 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 fJwner shall immediately serve notice thereof upon the Cantractor and his surety and the surety sha11 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 mat��rials, appliances, and plant as may be on the site of the work and necessary therefor. GC-8 OWi�TER' S RTGHT TO T)O T�T012K If the Cantractor 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 clue the Contractor. General Conditions Page 4. GC-9 PAYMENT Once a month, Contractor on bid price. the Owner will make partial payment to the the basis one-twelfth (1/12) of the lump sum GC-10 OWNER'S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND P'iAKE APPLICATION THEREOF In addition to the payment to be retained by the Owner under a prsceding pr�vision of these General Conditions, the Owner may withhold a sufficient amount of any paymerit 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. A. � . � SPECIFICATIONS REFUBE REMOVAL BERVICE GENERAL l. Large trash containers are the property of the University of Wisconsin - Oshkosh campus and were manufactured by the Leach Manufacturing Co. 2. 3. The low bidder shall have the proper equipment to handle the Leach cantainers. Any damage to the Leach containers during loading and un- loading shall be the responsibility of the low bidder. All refuse pick-ups are on off street locations. 4. The low bidder shall be responsible for proper disposal of all refuse at the Town of Oshkosh sanitary landfill, approx- imately 1� miles north of the City. 5. The low bidder shall be responsible for blowing paper and refuse during loading and while transporting from points of pick-up to the point of disposal. All loose paper and refuse shall be picked-up and the surrounding area sha11 be policed of all loose paper and refuse. LOCATION AND SCHEDULE 1. Location Refuse shall be removed from the following scheduled pick-�up locations at the ilniversity of Wisconsin - Oshkosh campus: DAILY PICK-UFS (Monday through Friday) to be made as follows: Albee Hall Radford Hall Clow Ha11 Nurse-E3ucation Arts & Communicatian (Drama) Arts & Communications (N&S) Scott Ha11 (North) 5cott Ha11 (South) Gruenhagen Ha11 (North) Gruenhagen Hall (South� Kolf H�11 Campus School River Warehouse Counseling Center Multiculture Center Reading Center Testing Center �i76 Algoma Blvd. 777 Algoma B1vd. 805 Algoma B1vd, 845 A1c�o?r.a Blvd. 926 Woodland Ave. Elmwood Entrance 625 Algoma Blvd. b25 A1.goma Blvd. 208 Osceola St. 208 Osceola St. 785 High Ave. 912 P.lgo:ma B1vd � 100 Blackhawk St. 762 Algoma Blvd. 751 Algoma Blvd. 733 �l.g�ma Blvd� 743 AJ..gc�ma Blvd. Number and Size �f Containers 5 3 4 2 2 3 6 6 5 3 z 2 2 1 yard 1 yard 1 yard 1 yard 1 yard 1 yard 1 yard 1 yard 1 yard 1 yard 1 yard 1 yard 1 yard 30 gallon cans 30 gallon cans 30 gallon cans 30 gallon cans Specifications Page 2 THREE PICK-UPS WEEKLY to be made as follows: Dodge Garage 135 Wisconsin St. 1 1 yard Polk Library 801 Elmwood Ave. 1 1 yard Driver Education 932 High Ave. 1 1 yard Halsey Science 921 Elmwood Ave. 3 1 yard Harrington Hall 845 Elmwood Ave. 3 1 yard Donner Hall 820 High Ave. 1 1 yard Taylor Hall 780 High Ave. 2 1 yard Breese Hall 703 Elmwood Ave. 1 1 yard 1 2 yards Fletcher Hall 712 Elmwood Ave. 1 2 yards Stewart Hall 723 W. Lincoln Ave. 2 1 yard Maintenance Hall 783 Pearl Street 1 1 yard Daily pick-up volume estimated at 60-80 yards during 9-month school year and 30-40 yards during 3-month summer vacation period. For any clarifying information, contact Director of Public Works, Jack Schneider, at City Hall (414) 424-0?.96. c PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that Contractor, as principal, and as surety are held and firmly bound unto the CITY OF OSHKOSH, [nTISCONSIN, Owner, in the sum of Dollars ($ ) to be paid to the Owner for which payment well and truly to be made we jointly and severally bind ourselves, our heirs, executors, administrators, anc� assigns firmly to these presents. THE CONDITIONS aF THE ABOVE OBLIGATIO1vS are such that � WHEREAS, the said did, on the day of , 19 , by articles that date, enter into a contract with the Owner for the NOW, THEREFORE, if the sai� Contractor shall save and hold harmless the said Owner from all Public Liability and Damages of every description in connection therewith, shall well and faithfully in all things fulfill the said contract, according to all the conditions and stipulations therein contained, in all respects, and shall save and hold harmless the said Owner from and against all liens and claims of every description in connection therewith, including payment for all materials, labor, and equipment, then this obligation shall be void and of no effect, but otherwise, it shall remain in full force and virtue, and in the event that the said Owner shall extend the time for completion of the work or otherwise modify elements of the contract in accordance with provisions thereof, such extensions of time or modi=ications of the contract shall not in any way release the �ureti_es of this bond. WITNESS OUR HANDS AND SEALS this In the Presence of : DAY OF Principa Surety , 19 (SEAL) (SEAL) (SEAL) (SEAL) � CONSTRUCTION CONTRACT THIS AGREEMENT made on the day of , 19 , by and between the CITY OF OSHKOSH, Party of the first part, her ie nafter referred to as the CITY, and party of the second part, hereinafter referred to as the CONTRACTOR. WITNESSETH: That the City and the Contractor, for the considera- tions 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: all in accordance and in strict compliance with the contractor's proposal and the other contract documents referred to in ARTICLE V of this CONTRACT. ARTICLE I I e TIME OF COMPLE'I'ION The work to be performed under this Contract shall be com- menced 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 $ , 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 the proposal and contract documents are on a"Unit Price" basis, the above mentioned figure is an estima- ted figure, and the City shall, in such cases pay to the Contractor 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 anly, 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 th� Contract. (b) Progress Paymentse In the event the time necessary to complete this Contract is such that the progress payments are required, they shall be made according to the provisions set forth in the General Conditionse Construction Contract Page 2. 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 anywise 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 prosecution of said work or caused bythe violation of any city ordinance and shall refund to the City all sums which it may be obliged or adjusted to pay on any such claims or demands within a reasonable time after demand thereof. ARfiICLE V. CDMPQNENT 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 ver- batim or, if not attached, as if hereto attached: 1. 2. 3. 4. 5. 6. 7, General Conditions Advertisement for Bids Instructions to Bidders Specifications, including Plans Contractor's Proposal This Instrument any Addenda 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 enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. AND 2S HEREBY DECLARED, UNDLRSTOOD AND AGREED that the word "CONTRACTOR"' wherever used in this contract means the party of the second part and its, his or their legal representatives, successors and assigns. 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 Manager and City Clerk and countersigned by the Comptroller of said City, and the party of the second part has hereunto set its, his or their hand anc? seal the day and year first above written. 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) Subscribed and sworn to before me this day of Notary Public, or other offi�er authorized to administer oaths. Title, if any Address , 19 . � (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 in the amount of or �certified check, bid bond, etc. (Dollars) $ a af the total amount of the bid, as called for i-1 the invitation to bid. � � � �Q � Construction Contract Page 3 In the Presence of: By: (Seal of Contractor, if a Corporation) By: In the Presence of: (Seal of City) CONTRACZ'OR (Specify Title) CITY OF O�HKCSH, WISCONSIN By: CITY A•ANAGER By: CITY CLERK I hereby certify that pr�vi�ie�r�s have been made to pay the liability that will accrue to the City of Ushkosh, Wisconsin, under the within contracte Approved as to form and execution: CTTY ATTORNEY � COMPTROLLER PROPOSAL REFUBE REMOVAL SERVICE The undersigne�, having familiarized himself with the local conditions affecting the cost of the work and with the contract documents including Advertisement for Bids, Instruction to Bidders, General Conditions, the form of the Proposal, the form of the Contract, the form of the Bond, and Specifications on file in the office of the Purchasing Agent-of the City of Oshkosh, Wisconsin, hereby proposes to perform everything required to be performed and to provide and furnish all of the labor, materials, necessary tools, materials or expendable material, and all utility and transportation service, and appurtenances necessary to perform and complete in a workmanlike manner all of the work �equired and as called for in the proposal in connection with the refuse removal service for the University of Wisconsin-Oshkosh campus, in accordance with the specifications, for the following price: Bid Item #1: Refuse removal, as specified, for the 12 month period be- ginning January 1, 1976, a lump sum of $ written I hereby certify that all statements are made in behalf of Name of Corporation, Partnexship or Person submitting Bid a corporation organized and existing under the laws of the State of State of ; a Partnership consisting of ; an Individual trading as ; of the City of � � f � � N � � �. � �� r{' • 'rJ � o A�i � � c�+- H CD CD � 1.71 C� tj l0 Sv tn � N� --� � O ci- �ll . �, lJJ � O � U � � � 0 0 O � � m � �- N• � F-'• N � c� � � ; x' � � O '�d C ( � • � �' O F--' x � r-� � �� V X � H-I� I-��• �1 c1- lSl � -� ct l0 I-'• O O � � O � O m � � O � ,�' H � n � �� �� � lJ1 \ 0 � /�''�� 7'w'� � e � �. —� � � � .._.. O lr � � O I�• O � c�D ��0§ � o H �i H � � lSl ¢ lO F-� U�i O � ri- -.'�'� �7 W O I--� W R� � � � ci- � H � n � � � � � O lr \ 0 � ^�' t-� � 0 � � I O .� t� rn � . � � � �� �' `� l� .. a, ,�. � H ci- O . � lSl ¢J -� I--' � O C-2 � � � '/� •_'.�.. / ' � .. � � �-W--� � i d ? b � � � •, � _/`� H C-2 � U1 � 0 L�' r� � � 0 � � � l--I d � O H� V � � t� � H H � H � ti c� � � x I� H d U� O b �1 � V � 0 � � � � � � � � I � � � � � � ,� � ,� > , >. � H � � � F--I H �C O � � H � i� ��-y �-t � H � O � � � � � � � � b ti Z7 � � ti Il � � � y ) � i � � 1 � I I � 0 r—I � � � �. :1 \ � � �, �_ � 0 4-, � '� CL3 �..� •,-i � � � ti � � � � Q�., O -F-� c� � O � � ,� N O c�J � •`� � � � O O � � � H `� O � � •r-I F-I � � N � rl U] • O O � O •r-i U] 4—� I J-� � � � � � �— �`�,. � � � � � �, N N �,? ,� � C..) > �i O i � � � U •rl O U