Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Redevelopment Authority & Minocqua Grading
J a 1A -7-/ . . 'x DEMOLITION CONTRACT � THIS AGREEMENT, is entered into on the 28th day of NOVEMBER 2016 by and between the REDEVELOPMENT AUTHORITY OF THE CITY OF OSHKOSH, (RDA), 215 CHURCH AVENUE, OSHKOSH, WI 54901 and MINOCQUA GRADING LLC, 8656 BUCKSKIN TRAIL, MINOCQUA WI 54548 an entity formed pursuant to the laws of the State of Wisconsin, (CONTRACTOR). Based upon the promises and consideration described in this document, the parties' agreement is 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: Demolition Quotation No. 2016.10131 for 503 Waugoo Ave, Oshkosh WI 54901 and appurtenant work, for the Redevelopment Authority of the City of Oshkosh, all in accordance and in strict compliance with the RDA's request for quotations and the other documents referred to in ARTICLE V of this contract and which are fully incorporated into this contract as if fully restated. ARTICLE Il. TIME OF COMPLETION The work to be performed under this contract shall be completed by December 31, 2016 within the time limits specified in the General Conditions. ARTICLE III. PAYMENT TheRDA shall pay to the Contractor for the performance of the contract the total sum of $1.300.00 adjusted as allowed in the General Conditions or as allowed by law, or any changes hereafter mutually agreed upon in writing by the parties. 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 INDEMNIFY AND HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the Redevelopment Authority of 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 or result from the intentional or Demolition Contract- 1 negligent acts of the Contractor,his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation. The contractor shall indemnify the Redevelopment Authority of the City of Oshkosh for all sums including court costs, attor- ney fees, damages, and punitive damages which the may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the RDA's written demand for indemnification. ARTICLE V. INSURANCE The Insurance required by the Redevelopment Authority of the City of Oshkosh as specified in the General Conditions, Supplemental Conditions, and addenda, or plans, or instructions, or advertisements, shall be primary coverage and that any insurance or self insurance maintained by the Redevelopment Authority of the City of Oshkosh, its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be based upon the occurrence of an event, and not based on claims made. All insurance shall be in full force prior to commencing work and remain in force until the entire job is completed and the length of time that is specified, if any, in this contract, the specifications, whichever is longer. ARTICLE VI. COMPONENT PARTS OF THE CONTRACT This contract between the RDA and the Contractor 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. This Document 2. The RDA's General and any Supplemental Conditions 3. Specifications, including any addenda 4. City of Oshkosh Standard Specifications 5. Invitation for Quotations b. Advertisement for Quotations 7. Contractor's Proposal The contract documents are complementary;what is required by one is as binding as if required by all. Before undertaking each part of the work, the Contractor shall carefully study and compare the Contract Documents and check and verify all pertinent figures and measurements required therein. Contractor shall promptly report in writing to the Engineer any conflict, error, ambiguity or discrepancy which Contractor may discover and shall obtain written clarification from the Engineer before proceeding with any work affected thereby. Demolition Contract- 2 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. IT IS HEREBY DECLARED, UNDERSTOOD AND AGREED that the word "Contractor" wherever used in this contract means the undersigned contractor and their legal representatives, successors and assigns. IN WITNESS WHEREOF, the Redevelopment Authority of the City of Oshkosh,Wisconsin, has caused this contract to be sealed with its corporate seal and to be subscribed to by its Executive Director and Chairman 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. [SIGNATURE PAGE FOLLOWS] Demolition Contract-3 In the Presence of: MINOCQUA GRADING LLC By: AA/ A-g -e Y' (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) Redevelopment Authority of the City of Oshkosh By: (Witness) H Allen Davis III, utive Director And: (Witness) Steven J Cummings, C airman APPROVED: I hereby certify that the necessary provisions have been made to �.... - i pay the liability which will accrue LJ U — under this contract. ity Attorney City Comptroller Demolition Contract-4 ATTACHMENT Demolition Contract-5 City of Oshkosh,. Wisconsin R7 *e W City Oshkosh Invitation for Quotation For RAZE AND REMOVAL OF STRUCTURE 302 MERRITT AVE. OSHKOSH WI 54901 And 503 WAUG00 AVE. OSHKOSH WI 54901 NOVEMBER 2 2016 QUOTES ARE DUE TO PURCHASING NO LATER THAN: 10,00 AM, THURSDAY NOVEMBER 17, 2016 City of Oshkosh P.O. Box 1130 Oshkosh, Wisconsin 54903-1130 www.d.oshkoshmi.us REQUEST FOR PRICE QUOTATIONS RAZING AND REMOVAL OF STRUCTURES Demolition Quotation Number: 2016-10131 Date: OCTOBER 31, 2016 1. The City of Oshkosh Redevelopment Authority (RDA) is inviting sealed quotations from interested contractors for a project involving the demolition and removal of buildings and structure(s) from property within the municipal boundaries. Quotes must include all costs required to fully complete this project, Costs required to complete this project include, but may not necessarily be limited to, all labor, materials, equipment, supplies, transportation, permits, and approvals necessary to perform all work related to the demolition, removal, and proper disposal of material and debris located on the property, The City will be responsible for a very limited number of tasks and costs, with the contractor being responsible for all tasks and costs except where specifically noted. 11. Sealed quotations must be submitted on the form provided by the City, which is attached to this Request as Exhibit A: The City's form contains the minimum information required to be considered a valid quote. Quotations that are submitted may include any additional relevant information the contractor believes may be helpful to the City. 111. The successful completion of this project will be based upon the following: A. Complete removal of buildings and structures that that have been determined to be dangerous, unsafe, unsanitary, and/or otherwise unfit for human habitation from a property, with the "complete removal including the removal of basements, footings, and foundations; and, B. Restoring the property to a dust free and erosion free condition; and, C. Protecting neighboring properties, including private property and City right of way, from damage; and, D. Minimize adverse impacts of the demolition and removal on the neighborhood; and, E. Compliance with all applicable local, state, and federal rules, whether or not they are specifically identified in this Request for Quotations; and, F. Compliance with all terms of any agreement with the City relating to this project. IV. All of the General Conditions identified in this Request for Price Quotations will apply to this project, except where they have been deleted, modified, or expanded by Supplemental Conditions. General Conditions - 1 greater than $25,000.00. The City's conclusions regarding the value of the project may be the result of initial quotations or the result of further evaluation of the project. Quotations will be closely reviewed to ensure that change orders increasing the total contract value to the $25,000.00 level will not be necessary. VIII. Sealed Quotations and Process: A. All costs related to the project must be included within the quoted price. Anticipated costs related to the project include, but are not limited to, labor, materials, supplies, permits, licenses, approvals, insurance, bonds, and disposal costs. The City is responsible only for asbestos abatement and the removal of any personal property having appreciable value. No compensation or change orders for additional costs or expenses will be allowed based upon conditions which should have been known or were reasonably discoverable prior to the deadline for submitting quotations. B. The City of Oshkosh makes no warranties, express or implied, and assumes no responsibility for the condition of the structures to be razed, or for condition of the property on which the structures are located. The City is unable to ensure that the condition of the structures and property will not change between the date a contractor's quotation is provided and the date of demolition. C. Questions about the Project must be submitted to the General Services Manager in writing. "Writing" includes emails and faxes. The City will only respond to written questions. The City is not obligated to make questions and responses about the Project generally available except as required by Wisconsin Open Records laws. D. The City will award the contract for this project based upon the lowest quoted price commensurate with the quality, service, and ability to successfully complete the project within the expectations of the City of Oshkosh. The City reserves the right to place significant weight on.an analysis of a contractor's anticipated quality, service, and ability to successfully complete the project. The General Services Manager shall have the sole discretion to review and approve a contractor's quotation within the requirements of the Municipal Code. Quotations will be opened after the submission deadline. There will be no formal "opening" meeting or event. The contractor selected will be notified of the next steps in the process. Those providing quotes that are not selected will be notified of that fact. E. Inaddition to all other criteria identified in this document and as allowed by law, the City reserves, without limitation, the following rights: 1. The right to reject any or all quotations received for any reason, 2. The right to request any additional information it believes is necessary to evaluate an interested contractor's ability to successfully complete the work desired. This may include references from other clients; 3. The right to reject a quotation for failure to comply with the quotation requirements, or any reasonable request by the City. F. A contract in a form substantially similar to the agreement attached as Exhibit B will be required. General Conditions - 3 X, COMMENCEMENT OF PROJECT: A. Contractors shall obtain, at their expense, all necessary permits, approvals, and licenses required for the razing and removal of the structures and debris from the property. Contractors should be aware that for certain projects they must obtain local, state, and federal authorizations. This includes, but is not limited to, demolition and right-of-way obstruction permits from the City of Oshkosh. The following are requirements of the Inspections Division before a demolition permit will be issued: 1. All permits necessary to disconnect utilities have been obtained; and, 2. An erosion control plan approved by the City's Department of Public Works. The minimum requirements of this plan are: a) a type °D" covering of the two closest downstream inlets; and, b) a silt fence as needed; and, 3. All laws and regulations of any governmental authority having jurisdiction over the work or the property are being complied with, at least up to the point that the permit is issued; and, 4. All permits, certificates, and licenses required by the City of Oshkosh have been obtained. B. Demolition activities must commence not later than 10 days from the date of the contract and must be completed no later than 30 days after the contract is signed. This schedule may be altered by written agreement of the parties. The City may adjust the project schedule for any'delays resulting from the following: asbestos removal issues; circumstances requested by, or caused by, the City; or, due to circumstances not reasonably anticipated by one or both parties. Delays not approved by the City may result in the termination of the contract and/or the deduction from amounts owed to the Contractor for the costs of such delays. XI. UTILITIES A. All utilities serving any structure on the property shall be disconnected according to the requirements and regulations of the governmental entity or utility responsible for the service. B. Water service shall be terminated at the property line. An inspection of capped water lines by the City Water Distribution Division is required before the pipe is covered. C. Sanitary sewer laterals and storm sewer pipes shall be removed to the property line and shall be capped pursuant to applicable codes. An inspection of the capped sanitary sewer lateral and storm sewer pipe by the City Plumbing inspector is required before any pipe is covered. D. Storm sewer laterals shall be removed to the property line and shall be capped pursuant to applicable codes. The only exception to this requirement will be if the property contains an outdoor yard drain which will remain after the buildings and structures are removed from the property. General Conditions - 5 Department. The City of Oshkosh does not allow the use of hydrants as a water supply. Potential water usage charges must be included in quotations. H. Explosives or explosive devices shall not be used on the project. Hazardous or toxic chemicals shall not be used on the project. 1. Construction material and/or debris shall not be sold, burned, buried, or otherwise disposed of at or on the property, unless the material is being recycled with the prior .approval of the City. All demolition material and debris are to be disposed of at a licensed landfill or at a recycling facility. J. The contractor shall be responsible for all damage to neighboring private and public structures and properties, public sidewalks; curb and gutter; or gutter and street which are related to the demolition activities at the property. K. All debris, rubbish, and waste shall be removed from the property. X111. PROJECT COMPLETION: A. Ground openings, holes, and basement excavations shall be filled to an elevation and slope consistent with the remainder of the subject property and with the surrounding properties. "Fill" material shall be compacted between layers, or lifts, which shall not exceed eighteen inches (18"). The entire property s [l be left in a level, dust and erosion free, neat, safe and sanitary condition. Material used for filling and grading includes soil, sand, gravel, and 4-inch or smaller crushed stone capable of compaction for sub-grade which is acceptable to the City. Recycling of concrete or rock debris, basement walls or floors, foundation walls, and footings is encouraged. The recycling process shall not occur on or near the property unless it is located in a zoning district in which this is an allowed activity. B. The property must be left with a minimum of 4" of black topsoil and a smooth grade. Topsoil shall mean loam, sandy loam, silt loam, silty clay loam, or clay loam humus bearing soils adapted to sustain plant life with a minimum organic content of 5% and a pH between 6.0 and 7.0. Topsoil shall be pulverized and contain no clods larger than one inch (1") in diameter and be free of lumps, stones, sticks or any other foreign material. Vegetation must be established using seed and fertilizer with a covering approved by Wisconsin Department of Natural Resources. Approved coverings include mulch and Class 'I urban matting with biodegradable stakes, provided they are installed according to manufacturer and/or WDNR requirements. C. Completion of the project. 1. The project will be complete when vegetation is re-established on 70% of the disturbed surface using mulch in accordance with WDNR standards, or when the area is seeded with a Class 1 urban mat with biodegradable stakes installed in accordance with its manufacturer specifications. Upon completion of the project, all equipment, tools, and materials shall be removed and the premises left in a clean, neat and orderly condition. General Conditions - 7 not be responsible or liable to the contractor for idle time, additional costs, lost profits, or other costs associated with any delays with the projects. XV. MISCELLANEOUS: A. Parties are entitled to written notice of their default of any requirement and have seven (7) calendar days to remedy the problem. However, if the default is related to the actual, or potential, damage to any neighboring property or the public right of way, then the problem must be remedied immediately upon receipt of notice of default. If the defaulting contractor fails or refuses to remedy the issue requiring an immediate remedy, then the City may remedy the problem at the Contractors expense. The City may elect to deduct these expenses from the contract amount. B. The City may elect to terminate the contract and seek a replacement contractor to finish the project if the contractor remains in default of any written agreement related to this project after the time for remedying default has expired. The City is allowed to automatically set-off any amounts otherwise owed to the contractor against any amounts paid to the replacement contractor to complete the project. C. Time is of the essence in this project. The failure to complete the project within the allowed timeframe, subject to any extensions agreed to in writing in advance by the parties, shall result in liquidated damages payable to the City in the amount of <$200.00 each day for each calendar day that the completion of the project is delayed beyond the stated completion date. In the event of a delay, the Contractor shall be liable for liquidated damages accruing from the original completion date until such time as the contractor completes the project, or until the date the project is completed by a replacement contractor in the event City obtains performance of similar services from others. Liquidated damages shall be in addition to other damages that the City may claim pursuant to any agreement or as allowed by law. D. Nothing in this Agreement is intended as a waiver of the municipality's right or opportunity to rely upon the municipal limitations and immunities contained within Wisconsin law. Municipal immunities and limitations include, but are not limited to, Sections 345.05, 893.80, and 893.83, Wisconsin Statutes. Such damage limits, caps and immunities are intended to be preserved and are incorporated into this agreement and shall govern all disputes, contractual or otherwise, as they apply to the municipality and its agents, officers, and employees. E. Records related to this project may be considered public records pursuant to Wisconsin Statutes and, therefore, may be subject to the Wisconsin Open Records laws. The contractor will be notified of any open records requests received by the City that may involve records retained by the contractor. The contractor shall turn over all records requested by the City pursuant to an open records request, regardless of whether or not the contractor agrees that any particular record is a public record, The contractor will be notified of the results of the City's review and may institute legal action to prevent the disclosure of any document. The contractor accepts that the City's overriding interest is to comply with state Open Records laws. F. The terms identified in this Request shall be incorporated into the demolition permit(s) obtained related to this demolition project. The identification of one or General Conditions - 9 EXHIBIT A DEMOLITION QUOTATION FORM EXHIBIT A If contaminated/hazardous tanks, soil, or other materials are known to be present, attach a separate page with disposal information for hazardous material. I agree to complete the razing, removal, disposal, and site restoration of the above described property according to the requirements of the City's Request for Price Quotations. I will not start work until all permits, licenses, and approvals have been obtained, and I have been notified that all asbestos has been removed and the paperwork has been completed relative to any asbestos work that may need to be done. Based upon my experience, I assert that any salvage values identified in this Quote represent the highest NET value which could be obtained for these materials in the local area. Initial here if you have reviewed Supplemental Conditions for this project, which are attached to the General Conditions as Exhibit B. This price quotation shall be valid for thirty (30) days from the City's due date for price quotations. Name of Person, Firm, or Corporation Authorized Signature and Title Print Name and Title Address of Person, Firm, or Corporation City State Zip Code Telephone Number Demolition Quotation Form - 2 SAMPLE DEMOLITION CONTRACT THIS AGREEMENT, is entered into on the day of , 2011, by and between the CITY OF OSHKOSH REDEVELOPMENT AUTHORITY, (RDA), and (name) (address), an entity formed pursuant to the laws of the State of Wisconsin, (CONTRACTOR). Based upon the promises and consideration described in this document, the parties' agreement is 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: Demolition Quotation No. for and appurtenant work, for the City of Oshkosh Redevelopment Authority, all in accordance and in strict compliance with the City's request for quotations and the other documents referred to in ARTICLE V of this contract and which are fully incorporated into this contract as if fully restated. ARTICLE 11, TIME OF COMPLETION The work to be performed under this contract shall commence and be completed within the time limits specified in the General Conditions. ARTICLE III. PAYMENT (a) The RDA shall pay to the Contractor for the performance of the contract the total sum of $ , adjusted as allowed in the General Conditions or as allowed by law, or any changes hereafter mutually agreed upon in writing by the parties. (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 INDEMNIFY AND HOLD RDA HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh Redevelopment Authority harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation. The contractor shall indemnify the RDA for all sums including court costs, attorney fees, damages, and punitive damages Demolition Contract - 1 the party of the second part hereunto set its, his or their hand and seal the day and year first above written. [n the Presence of: CONTRACTOR By: (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH REDEVELOPMENT AUTHORITY By; H. Allen Davis III, Executive Director (Witness) And: (Witness) Steven J Cummings, Chairperson APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. City Attorney City Comptroller Demolition Contract - 3 41104 CITY 01=OSHKOSH INSURANCE REQUIREMENTS Vill, RAZINGD REMOVAL OF BUILDINGS AND.IMATERIAL INSURANCE REQUIREMENTS The Contractor strait not commenoe work on coniraat untif proof of insurance required has been provided to the applicable city department before the contract or purchase order Is considered for approval by the City, It is hereby agreed and understood that the Insurance required by the Oily of Oshkosh Is prima cc v_r� e and that Any insurance or self insurance malntalned by the City of Oshkosh, its officers, oounoll members, agents, employees or authorized voiuntoers will not contribute to a loss. All Insurance shall be In full fordo prior to commenoing work and remain in force until ilia entire Job is completed and the,length of time that Is specified, If any, in the contract or listed bslowwhiohever Is longer, 1. INSURAfgQC REQ[ltRWHNrs POR PONTRACIOR—LII tLITY A, Commerolgl Gangrol Llablllty coverage at least as broad as Insurance Seiviees office Commercial General 1_lablllly f=orm, including coverage for Produots Liability, Completed Operations, Contractual Wablllty, and Explosion, Colfapae, underground coverage will)the following minimum limits and coverage., 1. Each occurrence limit $9,000,000 2, personal and Advertising Injury limit $1,000,000 3. Genowl aggregate limit(other than Produots Completed Operations)per project $2,000,000 4. Products-Completed Operations aggregate $2,000,000 61 Fire Damage limit•--any one fire $50,Q00 6. Modloal rixpense limit—any one parson $5,000 7, Watercraft Liability, (Protecilon & Indemnity coverage)"if" the project work Includes the use of,or operation or any watercraft, (hen Watercraft Liability Insurance must be In force with a limit of$1,000,000 per occurrence for bodily Injury and Property Damage. 81 Produots--Completed Operations coverage must be carriod for two years after acceptance of work, 13, Automobile Llabkl coverage at least as broad as Insurance Servlcaa Office Business Au(omobfle Form, with minimum limits of $1,000,000 combined single limit per acoldent for Bodily injury and Property Damage,provided on a Symbol ff1-"Any Auto" basis. C, Workers'Compensailon as required by the State of Wisconsin,and Employers Llablli(y insuranoo with suffiolent limits to meet underlying Umbrella Liability insurance requirements, If oppllonble for the work coverage must Include Mart(Irno(Jones Act)or Longshoremen's and Harbor Workers Act coverage. D, Umbrella L1ability providing coverage at least as broad as the underlying Commercial General Llabillly, Watercraft Llabillty (If required), Automoblla Liability and Employers Liability, wish a minlmnun limit of $2,000,000 each Occurrence and $2,000,000 aggregate,and a maximum self-Insured retention of$10,400, Vill k 1 CERTIFICATE OF LIA131LITY INSURANCE DAI'el"0DlYyy} TH CERF P OA E 15 SSUt 0 A8 ATR D L PRS 9 Rf0 T F THE ERTIPICATR IOL IiR, T a CERTIFICATE DOES NOT AEFIRATAMNLY OR NNOA7f ULY AUND,0Y.M0D OR ALTUR YHE COVSRAO R AFFORD1 0 BY THE POLiCI BELL , THIS 081111Pi0ATE Oil INSURANCE!00110 NOT COMeTIYU7RA GONTRAOY Ei?1WELiN THS 16GUINO INSURER($),AMMORIZBD REP Ma13 TEA OR PROT)U01iR AtItl7HECBRTlFlCATHHOLttL'p p ATA T; ) 49 00111MO to 510t ie am ADDITIONAL.INSUR D, io po oy(oe)Rtuei o endorsed, If SUBRO TIO I WAIVED,au e0 o I o (OTM altd COmdAloRs of sera polloy,cariehl poiloles may r0ttulfo M 41001`0010111, A itatonleRt Oil thee 001069t4(lbee not oonfor dDlits to tu4 00hrfloot0 ho]dorhi il0u of ouch olldofaeatenl 8 PRODUOFri 190MOT fnrvrmoeAg0j:y anftsf RAH€r lAMMWONJAcfadhtp+frttt H — fnfurureApens's 1Kdrm pfieih4,E0xN pAiD Na Ctl ^_,. -cant+ef lnfahrfrUonAIO.[ra}s --._ r;-r.[AP- AQAREi<�1 ,,,�_„_, {NSURER S AFFOft6Ift6 COV8RAO2 INV— rsuflg q; AHC insurence ComponY NAIL# -- u[suReo. ...tnrvrrd.conflotNfotnlsoa �-wsuReRal_kYz I¢surar€te G0rt1 e_ny_ -..-_._..,....^'-,. NA10# IeefudlnynL111,/ddflee lA pxoatnvro>Ex RV8UR5Ro[ I fdN insufa�Contpan NAl01L pltlUltlROf, nrrrJrnrrrehsr+�AslcfmvmAM,B,rfr+UnyolA - errdaFlnrMl+lPtNafAt7nc�RrVapalNorbH;fA P[3U ER i k 8 E Fs ^~ CoylZRAOGB Cl:ftTfpiCRTi:NUMRa Rt RE F1810N NUMUR€ TH1S 1S 70 CERTIFY TIWT Testi t'DLIGfE$Of II{SUf(ANC{f LI57G0 t3f105Y HAVE BEEN lSSVED 70 THVI IMURCO NAM50 MOVE FOR THE POLICY HER100 fND10ATR4. HOTWtT!{aTAN01N0 ANY RELIUlkNt4fENT,T&Red OR OONOlT10N OF ANY GONTRAOT OR OTHeR DOCUMUNY WITH RESnEOT TO MICH YHI$ CFR71Ft0A7£AfdY BLr 193UI 0 0R htAY PRRTAIN. THE INSVAAhCE AFFORRt D t3Y THE POLICIES DCSORIni)HEREIN IS si1R4E0T 70 AM 11-111 T00, tXOLL]SIONSANDpONCl7EON90FSUCNP0LE01F.S.ilIdl3$HOSYN6tAYHAVEBEEN E0VCEO bYPAID 01AIMS ADDL S D POLDY&FP tFdrh P ----T " r trOFWSURNioE 5 }yyp a10 NOTSoeR r13.4AD Rf LI Y8 €Re k t PAC OCC E E _ j DOD0D0 _ [� a+n+rrrilaavyacn�yh�mbfr PaCy�As( oeMvpi+tand,u. PttFM}IISF8 nuRE1rTE4 .....CObLHERC3ALQFIlERu,It�'itlTY ISE$EFOCCIYf+ACe $60,000 A �I,CLA!lAS,WL4P.®OCCUR t MEKPS. Yom [ton $$,000 Yy (SdO{V�COfiO4rORLbV€YnlEtrr PERSAWAIIVLYfURY� $1,000000 $2,000,000 OF LAOOREOATUL! hP 1IfSPER. P OLsUOTS-CO1dPtlP $2000000 PQLJOY AU Ta ON a ADILLTY N Awe f (c� V LE r 1 000 000 At(otFsbYAPMcYIIbmEer PdJcydTrtsOraaA?�efatkedelo. 6pLYI14JURY Pel fnan13 $ El ALL tYp �_ AVrO,S meoliLEOVA DOOILY[NIURY t'1rrOSidfrl $ WMAVMS❑ AlFr �a PAOPTYVA u0R $ Q $ ®u1LoR8LLALM ®SUR N E - CACROCCUMM''" $2o04,OD0 A EXCIMLIAa © CGUr1$tl4oR Um4nAll,btry Nvmhf Parxy.A2slHe+oderPYrlbndrl�. A40'90M! X2,000,000 ~ IDIDEO NRETEIM011,t10,000 - $ G YrORXgRSCOMPERSATl1I ANtiWAPLOYERS'LLLDILiTY D El wOSYA1V• Otlb My PROPPMOMAJIMIME9wn TORY1Ikfre €R 0FPIC06MROXCLUDEAT YIN !y, fr anYan>rragf4�ry Perryekadrxenderprtrgkdtle, to d] MOM �iQ0,000 tdiineelstylnl;H N Ai+>lur — aIa'rAPre al,o L0pEmy10)rsrwlvx r rHsrasu� Y�¢„3„j00,000 E.L.fRselsa�iol o ulr. S 906,000 80RPT T[OnSIteCA a VRR[OL€S A to€,A D F,AadlUanmRlre f ! ide[+,emorerplH �stq,:ts Adililloma!Insureft poraltaahed micloreomoil Is, Oo[Ilflootos ofIfIvuram acceptable to ilio Oily of 0atfkaahAMP Do4Ilbnilltod pilor to commollconi ml at1howork to tho appil0a6le 011y dopari[munt, Thoae oorfflfoA100 shall 00mlahi a provlaloli that covoraBo affafdod under lho polloloa will Rot ho oaacorod Of”91,roR9wed until at 103130 tlaYe'prior wfilten Rollce has Noll DIV411 10 ilio City OlOtk-City of Oshkaah, 0f:ttTHOATE HOLDER 0ANOULATION Oily of0ahkosh,Atim€Offy01ork InsuranooStandard U1118HOl1L0ANYOPTHEARMDt2SORIGROPaLlalEalin OAN0EL[.s0BEFOR14 219OhumhAYonua SAKIPLECERrIrTNEnxPIRA710NOAT�7lIER90P,NO1109WILL©0ORLIVEMOIN PO SOX1130 A000ROAHOE WITH IN N8110Y PROVlafON9, ARhkosh,Wf 44863.1130 P101150 hldloaiv"mewhp on thla coHlltow,IhaoaliraotorprOfeotif AVVlQ19qcOREPRe89 T revs: IhrR celllftoato la(or, 04098-2010 A001 0{}0I2PC11TATION, All rlflhis reserved, AO ORD 213(20106) Tho ACORD Malmo and fop tiro reglatorod harks of ACORU POLIGYNUM©ER; M°Hsrr COMMMIAL OMRAL LIABILITY 0020370704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE R AD IT CAREFULLY, ADDITIONAL INSURED � OWNERS, LESSEES OR. CONTRACTORS COMPLETED OPERATIONS This endorsement modlftes insurance provided wider the faifowing: COMMERCIAL GENERAL LIABILITY COVERAG3 PART �cltl=aut.� Name Of Addl(lonat Instirecl vorson{s) Or Or antmkIlon s ; Looaffon And Uoscrl lion of Corn pletod 0 Orations As rqufred by contract Any and all)ob silos Informatlon ra aired to 00MI010 thls Sohodule If net shown above will be shown In the I760lara(lons. Socttolf It — who Is An Inaurvd Is amsnded to lnoluda as an addlfionO Insured the person(s) or argarrizatlan(s) &flown In (he Sohedufo, but only with respsot to Ilablllty for "bodlly Injury', "ptoporty dam. ago" amused. In whole or In part, by "your work' a( (he looalton designated and dosorlbed In the sched• uta of this endorsement performed for that addfflornsl Insured and Inoluded In (he "produots,0olnple1e(I operallons hazard'. Ir>'�urarrce standard Vlfl GlwR 'FICA htoaso ladloate 101"T "to an lhlr aortrfraate,Ifre ooutraok orpr4Jaok� 00 20 V 07 04 0ISP proportles,Ino,,2004 Pago 1 of 1 I� REQUEST FOR QUOTATION 'Ne are submitting herewith for your consideration an invitation to quote: RAZE AND REMOVAL OF STRUCTURES 302 ME,RRITT AVE AND 503 WAUGOO AVE. OSHKOSH W1 54901 All quotations must be addressed to the Purchasing Division, City Hall,215 Church Ave.,P.O. Box 1130, Oshkosh, Wisconsin, 54903-1130. Quotes may also be faxed to the Purchasing Office at 920-236-5186. Quotes may also be physically submitted to the Purchasing Division Office, located in Room 302 of City Hall. The outside of the envelope must be plainly marked in the lower left hand comer: "RIR 302 MERRITT AVA ND 503 WAUGOO AVE" Envelope shall also show name of bidder. Quotations must be on file in the office of the Purchasing Division no later than 10:00 AM, THURSDAY, NOVEMBER 17,201.6 The City reset ves the right to reject any and all quotes and to waive any informalities in bidding. For specifications and further information concerning this invitation to bid, contact Son G Urben, General Services Manager, Room 302, City Hall, or telephone (920) 236-5100. Mark A Rohloff City Manager PUBLISH: NOVEMBER 3,2016 f � f EXHIBIT A 4:> If contaminated/hazardous tanks, soil, or other materials are known to be present, attach a separate page with disposal information for hazardous material. I agree to complete the razing, removal, disposal, and site restoration of the above described property according to the requirements of the City's Request for Price Quotations, I will not start work until all permits, licenses, and approvals have been obtained, and I have been notified that all asbestos has been removed and the paperwork has been completed relative to any asbestos work that may need to be done. Based upon my experience, I assert that any salvage values Identified in this Quote represent the highest NET value which could be obtained for these materials In the local area. F, [` r Initial here if you have reviewed Supplemental Conditions for this project, which are attached to the General Conditions as Exhibit B. This price quotation shall be.valid for thirty (30) days from the City's due date for price quotations. Minocqua Grading LLC Name of Person, Firm, or Corporation Authori ed Slgnature and Title Print Na e and Title 8622 Buckskin 'Trail ,Minocqua .WI . 54548 Address of Person, Firm, or Corporation Minocqua , WI . 54548_ City State zip Code f715 ) 588-3470 Telephone Number Demolition Quotation Form - 2 ADDITIONAL INSURED -OWNERS, LESSEES OR CG-7167(5-05) CONTRACTORS-PRIMARY AND NONCONTRIBUTORY This endorsement modifies Insurance provided under 3. With respect to the insurance afforded to these the following: additional insureds, the following additional ex- COMMERCIAL GENERAL.LIABILITY COVERAGE PART elusions apply: 1. Who Is An Insured (Section 11) is amended to This insurance does not apply to bodily Injury include as an additional Ensured the person(s) or properly damage occurring after: or organization(s) shown in the Schedule, but a. All work, including materials, parts or equip- only with respect to liability for bodily injury, ment furnished in connection with such property damage or personal and advertising work, on the project (other than service, injury caused, in whole or in part, by: maintenance or repairs) to be performed by a. Your acts or omissions; or or on behalf of the additional insured(s) at b. The acts or omissions of those acting on the location of the covered operations has your behalf; been completed; or In the performance of your ongoing operations b. That portion of your work out of which the for the additional insured(s) at the locations) Injury or damage arises has been put to its designated below. Intended use by any person or organization other than another contractor or subcontrac- t. The insurance provided by this endorsement is for engaged In performing operations for a primary and noncontributory. principal as a part of the same project. SCHEDULE Mame of Additional Insured Person(s)or Organization(s) (Name and Address) CITY OF OSHKOSH&ITS OFFICERS COUNCIL MSRS,AGENTS,EMPLOYEES& PO BOX 1130 OSHKOSH WI 54903 Location(s)of Covered Operations ALL JOBS/LOCATIONS IN THE COVE=RAGE TERRITORY ACUITYCOMMERCIAL.AUTO CHANGES A M-.t.1 kw ai:e C.W,.y First Named Insured and Address: Agency Name and Number: MINOCQUA GRADING LLC MARSHFIELD INSURANCE AGENCY 8656 BUCKSKIN TRL 1041-BT MINOCQUA WI 54548 Policy Number: L59947 Change Effective Date: 11-22-16 PREMIUM SUMMARY No Additional or Return Premium Direct Billed CHANGES: ADDED CITY OF OSHKOSH& ITS OFFICERS COUNCIL MBRS,AGENTS, EMPLOYEES &TO ADDITIONAL INSURED-DESIGNATED PERSON OR ORGANIZATION-PRIMARY IL-7007(6-01) Policyholder-Original 80 01 11123116 A.M. Best Rating Services ACUITY, A Mutual Insurance Company (Z) &M.Best M 000488 NAIL#:14184 FEIN#;380431540 Mailing Address View Additional Address Information P.O.Box 58 Assigned to insurance F€nane€al stiength Rating; Sheboygan,Wl 53082.0058 companies that have, tBECST United States in our opinion,a A+ Superior superior ability to meet their ongoing insurance Web:w%vw.acuitv.com obligations. Phone:920-458-9131 Fax:920-458-1618 Best's Credit Ratings Financial Strength Rating View Definition Best's Credit Rating Analyst _.. .ting. A�(Superior) Rating Issued by:A.M.Best Rating Services,Inc, Financial Size Category: XIV($1.5 Billion to$2 Billion) Senior Financial Analyst:Adrienne Tortoriello Outlook: Stable Senior Financial Analyst:Robert Raber Action: Affirmed - Effective Date: December 08,2015 Disclosure Information Initial RatingDate; -- --- - - June 30, 1941 ..--- View A.M,Best's Rating Disclosure Form Long-Term Issuer Credit Rating View Definition Long-Term: as Outlook: Stable Action: Affirmed Effective Date; December 08,2015 Initial Rating Date: March 29,2007 u Denotes Under Review Best's Rating Rating History A.M.Best has provided ratings$analysis on this company since 1941. nancial Strength Long-Term Issuer Credit Effective Date Rating Effective Date Rating 12/8/2015 A+ 12/8/2015 as 12/9/2014 A+ 12/9/2014 as 12/18/2013 A+ 12/18/2013 as 12/20/2012 A+ 12120/2012 as 113112012 A+ 113112012 as 1/12/2011 q+ - 1/12/2011 as AMB Credit Reports I f=2 AMB Credit Report -includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary,detailed business overview and key financial data. Report Revision Date:5/10/2016(represents the latest significant change). Historical Reports are available in AMB Credit Report Archive. View additional news reports and Products for this company. European Union Disclosures —_-- ---- —--- -- — 1 of 2