Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
RDA & Schultz Contracting
74- 1 I Ck DEMOLITION CONTRACT ti THIS AGREEMENT, is entered into on the 1ST day of DECEMBER 2016 by and between the REDEVELOPMENT AUTHORITY OF THE CITY OF OSHKOSH, (RDA), 215 CHURCH AVENUE, OSHKOSH, WI 54901 and SCHULTZ CONTRACTING, N9458 RIDGE ROAD,VAN DYNE WI 54979 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. 2016-10/31 for 302 MERRITT 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 11. 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 111. PAYMENT TheRDA shall pay to the Contractor for the performance of the contract the total sum of $10,950.00 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 RDA 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 Demolition Contract- 1 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 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. 'i i ARTICLE VI. COMPONENT PARTS OF THE CONTRACT i 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. E 1. This Document 2. The RDA's General and any Supplemental Conditions 3. Specifications, including any addenda 4. City of Oshkosh/RDA Standard Specifications 5. Invitation for Quotations j 6. Advertisement for Quotations 7. Contractor's Proposal E 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. I [SIGNATURE PAGE FOLLOWS] i i I € i I € i I' i Demolition Contract- 3 In the Presence of: SCHULTZ CONTRACTING By: (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) Redevelopment Authority of the City of Oshkosh By: (Witness) H Allen Davis 111, Exe 've Director And: (Witness) Steve Cummings, Chairman APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this contract. ICity Attorney ,kEom City Comptroller Demolition Contract-4 ATTACHMENT I I i I' Demolition Contract- 5 City of Oshkosh, Wisconsin City of Oshkosh Invitation for Quotation For i I' j RAZE AND REMOVAL OF STRUCTURE 302 MERRITT AVE. OSHKOSH WI 54901 And 503 WAUGOO AVE. OSHKOSH WI 54901 NOVEMBER 2 2016 I 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.ci.oshkosh.wi.us �f �t f City -� OT Oshkosh CITY OF OSHKOSH PURCHASING DIVISION NOTICE TO VENDORS 1. NOTICE IS HEREBY GIVEN that quotes will be received in the City of Oshkosh Purchasing Division,Room 302, City Hall, Oshkosh,Wisconsin,for:RAZE AND REMOVAL OF STRUCTURES 302 MERRITT AVE AND 503 WAUGOO AVE., OSHKOSH WI 54901 by the deadline of: 10:00 AM THURSDAY NOVEMBER 17 2016 . 2. It is the bidder's sole responsibility to insure that the quote is timely and received by the Purchasing Division prior to the deadline set forth in this notice. Receipt of quote by the mail system or other City departments does not constitute receipt of a quote by the Purchasing Division. 3. Quotes may be submitted by mail and addressed to: Purchasing Division, City Hall, 215 Church Avenue, P.O. Box 1130,Oshkosh,WI 54903-1130. On the outside of the envelope,the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a quote for:"R/R 302 MERRITT AVE AND 503 WAUGOO AVE" 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,215 Church Avenue. Quotes not complying with these instructions will not be considered submitted to the City, and shall be returned to the bidder unopened and unread. 5. This notice establishes a time by which quotes must be received by the Purchasing Division. No quotes will be accepted after that deadline. 6. The City is not responsible for quotes submitted in any other way except those submitted in strict conformance with these instructions. 7. A written request for the withdrawal of a quote or any part thereof may be granted if the request is received by the City prior to the specified quote deadline. 8. All quotes shall be binding for thirty-five (35) calendar days following the quote deadline date, unless the bidder(s), upon request of the General Services Manager, agrees to an extension. 9. If applicable,bidder must comply with all necessary insurance requirements,bid bond and/or performance bond as required of the project and as noted in the City of Oshkosh Insurance Requirements. 10. The City reserves the right to reject any and all quotes and to waive any informality in the quotes. 11. For specifications and further information concerning this request for quotation contact Jon Urben, General Services Manager, email: jurben@ci.oshkosh.wi.us or telephone (920) 236-5100. Mark A Rohloff PUBLISH: NOVEMBER 3,2016 City Manager CITY HALL - 215 CHURCH AVENUE - P.O. BOX 1130 - OSHKOSH, WI 54903-1130 REQUEST FOR PRICE QUOTATIONS RAZING AND REMOVAL OF STRUCTURES Demolition Quotation Number: 2016-10/31 Date: OCTOBER 31, 2016 I. 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. II. 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. III. 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 F' 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 V. Supplemental Conditions may apply to this project. If "yes" is checked below, then Supplemental Conditions do apply to this project and should be attached to these General Conditions. If "NO" is checked please disregard. If Supplemental Conditions apply, but are not attached, then you must contact Jon G. Urben, General Services Manager at (920) 236-5100, and request a copy. A. Yes B. No X VI. Property: A. Property Address: 302 Merritt Ave., Oshkosh WI 54901 B. Structures to be Razed: I. X House (without an attached garage) 2. X Detached Garage 3. X Other(s) Metal Storaae shed and broken concrete driveway to be removed C. Property Address: 503 Waugoo Ave. Oshkosh WI 54901 D. Structures to be Razed: 1. X House (without an attached garage) 2. Detached Garage 3. X Other(s) Gravel/concrete driveway to be removed E. The structures identified will be razed for the following reason: 1. X The City of Oshkosh Redevelopment Authority owns the property and has chosen to remove the structures; or, 2. The property is privately owned and the City of Oshkosh is using its municipal authority along with judicial authorization to raze and remove the identified structures from the property. After the structures and debris are razed and removed, the property will continue to be privately owned. In certain circumstances, Wisconsin law and/or any applicable Court Order may give the property owner the opportunity to raze and remove the structures themselves. Due to these circumstances, all offers of work from the City, and/or signed contracts, related to private property may be revoked, modified, or otherwise voided at the sole discretion of the City. D. [Reserved for Supplemental Conditions related to this project] VII. Notice Regarding Quotation Process: The City expects that the total cost for this project will be less than $25,000.00. Therefore, this sealed quotation process will be followed instead of the formal bidding requirements described in the Wisconsin Statutes. If, after the initial request for quotation is circulated, the total cost for this project will be, or is expected to be, greater than $25,000.00, then all quotations will be rejected and the City will place this project within the formal bid process for all projects General Conditions - 2 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. E 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. i 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 f' 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. In addition to all other criteria identified in this document and as allowed bylaw, 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 G. Contractors must comply with City insurance requirements before any contract will be approved. A copy of the City's insurance requirements is attached as Exhibit C. The City of Oshkosh Redevelopment Authority shall be identified as an additional insured on the contractor's insurance policy for this project. Specifically, the additional insured must include the following: "City of Oshkosh Redevelopment Authority, and its officers, council members, agents, employees and authorized volunteers. This does not apply to Workers Compensation Policies". IX. Site Inspection / Contractor Risk. A. Contractors are solely responsible for reviewing, understanding, and evaluating the property and the structures on the property. No one shall enter the property for an inspection at any time without the permission of a representative from the City of Oshkosh. Persons interested in inspecting the property must contact Grant Coordinator Darlene Brandt, 920-236-5029 to set up an appointment. B. Contractors are solely responsible for reviewing and being aware of the contents of all available public records related to the property. City records are available for review upon request. The City will respond to questions regarding known conditions at the site and City codes that are applicable to the project. The City will not offer or provide opinions, analysis, or recommendations related to the project, except as they may relate to City codes and other requirements. The City has no duty to initiate the disclosure of any information in its possession relating to the property and/or structures on the property. The City is not responsible for verifying dimensions, elevations, site conditions, working conditions, transportation, storage, or any other relevant information related to the project. C. Contractors shall assume all liability and be responsible for all claims and damage related to the work they perform on this project. Contractor responsibility includes claims and damages related to their subcontractors, suppliers, and agents. Contractor responsibility begins on the date of any action at the site, including simply entering the property, after the City's contract has been signed and does not end until the expiration of any applicable limitations period as set forth in the Wisconsin Statutes. D. Contractors will hold the City Redevelopment Authority harmless from claims, damages, and liabilities resulting from their work related to this project. "Their work" includes work and material provided by the contractor, and their subcontractors, suppliers, and agents. Contractors will fully and completely indemnify the City for all costs, fees, claims, and damages resulting from their work related to this project, and also the work performed by their subcontractors, suppliers, and agents. E. The condition of all aspects of the property and structures should be documented via photographs and/or video before starting any demolition actions, and again after the project is complete. At the completion of the project, the City shall be provided with a copy of all property and structure documentation in the contractor's possession. General Conditions - 4 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 j 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 E. Electrical and gas service shall be terminated at a location and in a manner acceptable to the electrical or other utility and the City's electrical or other inspector. XII. GENERAL REQUIREMENTS: A. All above and below-ground buildings and structures shall be removed from the property. This includes all basements (including floors), footings, and foundations. Unless specifically requested to do so in writing by the City, the following shall NOT be removed: concrete or other material slabs that are not part of a building; sidewalks; driveway apron; boundary fences; vegetation; or trees. It is the Contractors responsibility to notify the City in advance of any obstruction present that would unreasonably hinder the demolition project. B. All work shall be performed in a safe manner and suitable protection shall be provided for neighboring properties, including private property, City property, and the public. The current City of Oshkosh Building code requirements for demolition, protection of the public, protection of existing buildings and protection of adjoining properties provides minimum requirements. The best industry practices for demolition work will be used. All reasonable and advisable safety precautions will be taken, even if such precautions are above and beyond the minimum required by law. C. All temporary sidewalks, barricades, covers, and other temporary safety devices and facilities which are required or advisable for safety purposes shall be properly installed and diligently maintained. All temporary safety devices and facilities shall be removed upon the completion of the work under contract. D. An employee or agent with full authority to make all decisions for the contractor related to the project shall be on the property at all times during the demolition and removal process. E. All obstructions of a public right of way must be approved by the City Department of Public Works. Approval may also be required from Winnebago County or the Wisconsin Department of Transportation, depending upon the jurisdiction of the adjoining street. F. Demolition and removal shall be completely self-contained on the property. Any building or structure within ten (10) feet of any private property line, or a public street, alley, or sidewalk, shall be carefully and completely removed story after story, commencing with the top floor thereof. No debris, materials, or parts of such building shall be placed or allowed to fall upon any adjoining private property, or upon a public street, alley, or sidewalk, or to fall so near the same as to endanger persons or property thereon. All demolition materials and debris shall be removed from the property, or the public street or sidewalk, each day, and more often throughout each day if the debris, materials, or weather require. G. The property shall remain in a reasonably dust-free condition during and at the conclusion of the project. The demolition material and debris to be removed shall be wet down when necessary before being transported. Any use of water at the site requires the prior written approval of the City of Oshkosh Water Distribution General Conditions - 6 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. I. 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. i I 4 K. All debris, rubbish, and waste shall be removed from the property. XIII. PROJECT COMPLETION: I 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 shall 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 1 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 2. The City must certify that the project is complete prior to full disbursements of the contract amount. Licensed landfill scale receipts for project demolition debris are required as part of all payment requests. The City may withhold a portion or all of any payment otherwise due if the disposal of demolition debris, cannot be accounted for or verified. In the event that the contractor fails or refuses to leave the property in the condition required by the agreement with the City RDA, the City shall be authorized to deduct and set off from any payment to the successful contractor the City's reasonable estimate of the cost of completing the project or for remedying any property condition contrary to the City's requirements. 3. If the property is seeded using an approved Class 1 urban mat product, then the project is eligible to be considered complete upon the proper installation of the mat. If mulch or other methods are used, then 70% of the remaining amount due for the project can be disbursed upon the completion of the seeding, fertilizing, and mulching, with the final 30% due only when the grass has been reestablished on 70% of the disturbed surface. The City may make adjustments for amounts otherwise due to reflect change orders, deductions for work not completed, deductions for necessary repairs, deductions for any set-offs, deductions for liquidated or other damages. XIV. ASBESTOS AND HAZARDOUS CHEMICALSIWASTE: A. The City RDA is responsible for asbestos testing and abatement related to the structures to be razed. No demolition work shall begin until the City notifies the contractor in writing that all asbestos abatement is complete. All work at the project shall stop immediately upon the discovery of what is, or what may be, additional asbestos at the site. Work shall not resume until the City provides written authorization to continue demolition work. B. Underground storage tanks and hazardous waste or hazardous waste containers shall be removed by legally qualified persons. The City shall be provided with the identification of persons removing storage tanks and/or hazardous materials or waste who have been verified by the City. C. The City is not responsible for the actual removal and cost of removal for property conditions that are known to exist or could reasonably be discovered, except asbestos. Underground storage tanks and/or hazardous waste shall be removed and disposed of in accordance with all applicable State and Federal regulations, as well as City of Oshkosh Fire Department regulations. D. Work on the project must stop immediately upon the discovery of underground storage tanks, or potential hazardous material or waste on the property. The successful contractor must retain a qualified consultant to assist with testing, removal, and disposal, and paperwork for Federal, State, and Local permits & documentation must be completed by a qualified persons. A State certified contractor must conduct the cleaning and tank removal. E. The City will adjust the project schedule accordingly in the event that additional or undiscovered asbestos, underground storage tanks, hazardous chemicals or containers, or similar substances are located during the demolition. The City shall General Conditions - 8 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 E` 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 more of these terms on the demolition permit will not act as a waiver of other terms not specifically identified on the demolition permit. G. For further information, contractors should call Jon G. Urben, General Services Manager at (920) 236-5100 XVI. [Reserved for Supplemental Conditions related to this project] General Conditions - 10 EXHIBIT A DEMOLITION QUOTATION FORM EXHIBIT A QUOTATION FOR: CITY OF OSHKOSH, WISCONSIN PLEASE QUOTE EACH PROPERTY SEPARATELY Price Quote On: Demolition and Removal at: Address: 302 Merritt Ave Oshkosh WI 54901 Quoted Price $ Quote for removing sanitary sewer lateral from property line to the City's main in the right of way if necessary: $ Demolition materials and debris will be disposed of at (the City must be notified of any changes): Name of Landfill: Address of Landfill: Operator of Landfill: Operator Address: Telephone number: Price Quote On: Demolition and Removal at: Address: 503 Wauqoo Ave Oshkosh WI 54901 Quoted Price: $ Quote for removing sanitary sewer lateral from property line to the City's main in the right of way if necessary: $ Demolition materials and debris will be disposed of at (the City must be notified of any changes): Name of Landfill: Address of Landfill: Operator of Landfill: Operator Address: Telephone number: Demolition Quotation Form - 1 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 i City State Zip Code Telephone Number Demolition Quotation Form - 2 EXHIBIT B SAMPLE OF CITY OF OSHKOSH DEMOLITION CONTRACT 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. l' ARTICLE II. 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 which the RDA 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 City of Oshkosh Redevelopment Authority as specified in the City's 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 City of Oshkosh Redevelopment Authority, 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 City Redevelopment Authority 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 City's General and any Supplemental Conditions 3. Specifications, including any addenda 4. City of Oshkosh Standard Specifications 5. Invitation for Quotations 6. 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. 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 City of Oshkosh Redevelopment Authority, Wisconsin, has caused this contract to be sealed with its corporate seal and to be subscribed to by its Executive Director and Chairperson and countersigned by the Comptroller of said City, and Demolition Contract - 2 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 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 troller Demolition Contract - 3 .EXHIBIT SAMPLE OF CITY OF OSHKOSH INSURANCE REQUIREMENTS 4114/14 CITY OF OSHKOSH INSURANCE~ REQUIREMENTS Vill, RAZING AND REMOVAL OF >BUILDINGS AND MATERIAL INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of Insurance required has been provided to the applloable City department before the contract or purchase order Is considered for approval by the City. I It is hereby agreed and understood that the insurance required by the City of Oshkosh Is primary, coverage and that any Insurance or self Insurance maintained by the City of Oshkosh, Its officers, council members, agents, employees or authorized volunteers will not contribute to a loss. All insurance shall be In full force prior to commencing work and remain In force until the en(Ire job Is completed and the length of time that is specified, if any, In the contract or listed below whichever is I longer, 1, 1NSURANCE REQUIREMENTS POR CONTRAC70R—LIAPILITY A, Commere(ei General Liability coverage at least as broad as Insurance Services Office Commercial General Liability Form, Including coverage for Products Liability, Completed Operations, Contractual Liability, and Explosion, Collapse, Underground coverage with the following minimum limits and coverage., 1. Each Occurrence limit $1,000,000 2. Personal and Advertising Injury limit $1,000,000 3, General aggregate limit(other than Products-Completed Operations)per project $2,000,000 4. Products-Completed Operations aggregate $2,000,000 51 Fire Damage Iltrtlt any one fire $60,000 S. Medical Expense limit any one person $5,000 7. Watercraft Liability, (Protection & indemnity coverage)"If" the project work includes the use of,or operation of any watercraft, then Watercraft Liability Insurance must be In force with a limit of$1,000,000 per occurrence for bodily Injury and Property Damage. 8, Products-Completed Operations coverage must be carried for two years after acceptance of work. B. Automobile Liabillty coverage at least as broad as Insurance Services Office Business Automobile Form, with minimum limits of $1,000,000 combined single limit per accident for Bodily injury and Property Damage, provided on a Symbol#1-"Any Auto" basis. C, Workers'Compensation as required by the State of Wisconsin,and Employers Liability insurance with sufficient limits to meet underlying Umbrella Liability Insurance requirements. If applicable for the work coverage must include Maritime(Jones Act)or Longshoremen's and Harbor Workers Act coverage. D, Umbrella Liability providing coverage at least as broad as the underlying Commerolal General Liability, Watercraft Liability (If required), Automobile Liability and Employers Liability, with a minimum limit of $2,000,000 each occurrence and $2,000,000 aggregate,and a maximum self-insured retention of$10,000, Vlll-1 4/14/14 E. 6_ircra Lfabl i , "If"the project work includes the use of,,or operation of any aircraft or helicopter, then Aircraft hfabliity Insurance must be in force with a limit of$3,000,0o0 Per occurrence for Bodily Injury and Property Damage including Passenger liability and Including liability for any slung cargo, F, 1jullders Risk / Instaflatton Fioalerl Contractors Egtrinment or Prnnarl� . The contractor Is responsible for loss and coverage for these exposures, City of Oshkosh will not assume responslbli ty for loss, Including loss of use, for damage to property, materials,tools,equipment,and items of a similar nature which are being either used in the work being performed by the contractor or Its subcontractors or are to be built, installed, or erected by the contractor or its subcontractors, G, Also,see requirements under Sectlon 3, 2, INSURANGE REQUIREMENTS FOR SUBCONTRACTOR All subcontractors shall be required to obtain Commercial General Liability (if applicable Watercraft Ilabfllty), Automobile Liability, Workers' Compensation and Employers Liability, (if applicaband wh the same limits asith those equiredrcraft 1per per actorrequiement) Insurance, This ,excludie shallng Umbrellae as abiility,lt contained in Section 1 above. 3, APPLICABLE TO CONTRACTORS i SUI3CONTRACTORS I SUB-SUB CONTRACTORS A, ACCeptablllly of Insurers - Insurance Is to be placed with Insurers who have an AM. Rest rating of no less than A-and a Financial Size Category of no less than Class Vi, and who are authorized as an admitted Insurance company in the state of Wisconsin. S. Additional Insured Requirements -- The following must be named as addifional Insureds on all Liability Policies for liability arising out of project work - City of Oshkosh, and its officers, council Members, agents, employees and authorized voluntears, On the Commercial General Liability policy, the addRionai Insurd coverage must be iSO form CG 20 10 07 04 or its equivalent and also Include Products—Completed Operations 180 form CG 20 37 07 04 or Its equivalent for a minimum of 2 years after acceptance of work, This does not apply to Workers Compensation policies. G, Certificates of insurance acceptable to the City of Oshkosh shall be submitted prior to commenoement of the work to the applicable City department, These certificates shall contain a provision that coverage afforded under the policies will not be canceled or non renewed until at least 30 days'prior written notice has been given to the City Clerk --City of Oshkosh. VIII-2 CERTIFICATE OF LIABILITY INSURANCE DATE(Uh'r00NYY) THIS CERTIFICATE 18 ISSUED AS A MATTER 01:INFORMAT16N ONLY ONP R8 No RIGHTS UPON THE OERTIFICATE HOLDER-,--TR 8 CERTIFICATE DOES NOY AFFIRMATIVELY OR NEOAT(VIILY AMEND,EXTEND OR ALTER THE!COVBRAOH AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATES OF INSURANCE DOHS NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER($),AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER, P RTA T, It 1110 cottllloate holder Is an ADDITIONAL INSURED(10p oyy must ba endorsed, II SUBROGATION 1 WAIVED,sobJec to MOT torula and cond"ons of I'D policy,cerialn poJlclaO may regulre an 011doreomoRl A sla(emeIt on this oortl0oato does not confer rlpllts to(ho oerlifioate Uoldor In(lou of euoil endorsements, PRODVCER 000TAOT huunnc+Ao► Ycponfu►.1( HAM,N 14111, G►Bi eronfea►tnoAMfsVloan, _A POoxX n {A)OHo, NO.t1u): +pplk►ble E.MA(l AoDRE8S1 __ INSURER(SiAFFORDIN000V@RA09 IIAICI _ wsu6eR,�,,_ASC Insurance Company NAIL# INSURED larwadlconl►cIN(olDl+non In►Iudlrtpn+nH,addi►sr+rltl WSVRERaL_XYzlnsurance Company NAIO# phon►number, W6URER os LMN Insurance Compon y NAIL# W9URGRDr Insurer(s)mug lh►vuminhnNni",arttraft*IA• ' ►nd a f/ri►rtlUl P►//0/AIInq R►Unp of Vr OrDI fttn WSURER EI p)BURFR F: COVERAGES CERTIFICATE NUMBER, REVISION NUMBER: THIS 18 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDIOATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMCNT WITH RESPECT TO WHICH THIS CERTIFICATE AMY BE:ISSUrD OR MAY PP.RTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESORIBED HEREIN IS SUBJECT TO ALL THE TTRMS, EX WSiONSAND CONDITIONS OFSUCH POLICIES.LIM[TSSHOWNhtAYHAVEBEEN EDUCED BYPAID CLAIft "IF AUDI. 8 D PO CY EFP P b P LY EOP INSURANCD NSR IWD POLIOYNUMaER MMND lAt LIMITS {� GENERAL LEADadTY EA0HOCCURRENCE IM001000 6 COMNERC1ALgENERALLIABIIITY PAEMIS ® ❑ GsnrnlU+DlryPe(eyNumbt/ PwSyoA'iWN►rr1►Xp0►Wndsl►. REMISETOREHTEd _ EB(Etocarf+noa) $60,000____ A MECEXP(MYon►p-01.) $6,000 2ISOKORhICO?OCrORGQUP/AtEHT PERSON 4_ADVINJURY, $1,000,000 I ❑ _ OENERALAOOREOAYtt_ $2,000,000 CF LAOOREGATELIMMAPPLIESPER! PROOUOTS-COMPIOPACi ,00,000 ❑POLICY PRO-❑L00 $ 1 AUTO)O8 LB LIADILITY ComoRlao WHOLE!UhIlT (eF�satdsnq 1.000.000 AUTO ❑ AV0LkbM1PdWhVmbor Po5cy01000ianderp1aW1)d41+, at0ILYINJURY(Pit p►redn) $ _ B ❑ALLOWNEO ( J SCHEDULED AUTOS tt�.�s AVrOS aODILY INJURY(Po iWdent) $ EJwmAVTOs❑ AUTO EO Pi4i dTMDN,UOG $ HDO.UMBRELLALIAO ®OCCUREACH OCCURneh'CG $2,000,000 A EXOE86LIAS ❑ UmbnrsW8ltyPa&yNvmb►/ Pet'cy►7icfAy►ndarphWnds)r, AOOREOATE $2,000,000 DW N RETENTION410,000 $ C WORKERSCOMPENSATiDN ❑ ❑ WOSTATU• OT)F ANpEMPL0YER5'LUOILITY TORYL)MITS ER F ANY PROPRIETC)UPARYHtRMXFCVTIYG OFFiCE/MEMeEREXCLUDEO? YIN EyNherrCbmpenutiogpPCcy 1pawwffedwanderpnWAdo, L MOHACCIDEN'T $100,000 {Mend+(oryrnNHJ N AVmDe/ G.LDISEA6E« $100000 :. Ityrt,d►rc,W►undtf Y�i6....,,....t.._—_ r OESCRIPTICNOFOPEHAVONSb41aX E.LDiGEASE-POLIOYLIMIT $600,000 ugoohIA110HOPOPERAVORSIL0CA 81VEN)CLE6(hUelt CO f,AfldI110nE1R►nn ♦ e ►tlut►,Imor►+pua+rpulnd) Additional insureds peraltachod endorsoments, Cortlfloatos of Insurance acceptable Willa,QHy o108hkosh shall bo eubmiltod prior to conunencemeilt of tho work to(he applicable GUY dopar(m9n6 These cor110eatos 0ball contain a provision that covera0o afforded under the petioles will not be oancolod orrlon rsnswed until at j (oast 30 days'prior written notice has been Olvon to the City Olork-City of 0shkosh, CERTIFICATE HOLDER OANCELt.A71ON OI(yofOshkosh,Alin:01(yOlork 1n$UrRn00 Stftfldird V111 SHOULD ANY OPTHEABDVEDIISOR18EDPOL101B8138OANcELLEOBEFOREi THE EXPYION DAYS,j 216 Ohuroh Avenue SAhfPLE CERTIFICATE ACCORDANCE WITH YHE POGOY PROVIS ONe�BE DELfVERBD IN Oshkosh 1Wf 6450 •1100 30 Ploaso Indloats somewhere on this oertiltoaie,iho oorttraot or projeottf AV71 ORREO REPREBaHTATNa this corifflaale Is for, (9)4988,2010 AOORD CORPORATION, All rights reserved. ACORD 26(2010105) The AOORD nalno and logo are registered inarks of ACORD POLICYNUMBE;R; COMMERCIAL GENERAL LIABILITY - CO 2010 07 04 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. .ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART t SCHEDULE LInformallon Of Additional Insured Porson(s) Or or anlxatlon s : Locations Of Covered 0 oraflons As required by contract Any and all job sites red to Com tote this Schedulo If not shown above will be shown in the Declarations. A, $ection it — Who Is An Insured is amended to B. With respect to the Insuranoe afforded to those Include as an additional Insured the person(s) or additional Insureds,the following addilional exclu- organlzatlon(s) shown In the Schedule, but only sions apply: with respect to ilabliity for "bodily injury", 'properly damage" or "personal and advertising Injury" This insurance does not apply to'bodily Injury" or caused,In whole or In part,by: "property damage"occurring after; i 1, Your acts or omissions;or 1. All work, Including ma(erials, parts or equip- 2, The acts or omissions of those acting on your Hien( furnished in connection with such work, behalf; on the project(other than service,maintenance of In the performance of your ongoing operations for the addilional neured(s) at the location oflthe the additional Insured(a) at the looatlon(s) design- covered operations has been completed;or nated above. 2. That portion of "your work' out of whloh the Injury or damage arises has been put to Its In- tended use by any person or organization other - than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. Insurance Sfandard VIII ptaaae hullcate aomowhory wr utile oortlfioale,lite contract orllroJoCt# eca caa c o 00 20 10 07 04 Q 180 Properties,Ino.,2004 Pago 1 of 1 CI POLICY NUMBER;I Policy# 4oMMERCIAL GEHRAL LIABILITY 0020370704 THIS ENDORSEMENT CHANGES THE POLICY, PL.EA$R READ IT CAREFULLY, ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS COMPLETED OPERATIONS This endorsement modlftes Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Porson(s) Or Or anlzatloty s t Location And Desorl tion Of Com lotod 0 orations As required by contract Any and all job sites l Information ro ulred to complete(his Schedule,It not shown above,Wil be shown in the Do0arations. Soctlon Il — Who Is An Insured is amended to Include as an addl(lonal Insured the person(s) or organlzation(s) shown In the Schedule, but only with ' respeot to liability for 'bodily ert, 'property Injury, ro dam- age' >caused, In whole or In part, by your work al the location designated and described In the sched. ule of (his endorsement performed for that addiilonal Insured and Included In the "products-completed j operations hazard". i f I i r f I Insurance Standard V111 SAMPLE CERTIFICATE ! hloaso indloalo somowhoto on this cortiRcato,the ooMmot orproloct N a CCS 20 V 07 04 ®ISO Properties,Ino.,2004 page 1 of 9 D I t i REQUEST FOR QUOTATION We are submitting herewith for your consideration an invitation to quote: RAZE AND REMOVAL OF STRUCTURES 302 MERRITT AVE AND 503 WAUGOO AVE., OSHKOSH WI 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 corner: "R/R 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, 2016 The City reserves 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 Jon G Urben, General Services Manager, Room 302, City Hall, or telephone (920) 236-5100. Mark A Rohloff City Manager PUBLISH: NOVEMBER 3, 2016 I i EXHIBIT A QUOTATION FOR: CITY OF OSHKOSH, WISCONSIN PLEASE QUOTE EACH PROPERTY SEPARATELY Price Quote On: Demolition and Removal at: Address: 302 Merritt Ave Oshkosh WI 54901 Quoted Price $ Quote for removing sanitary sewer lateral from property line to the City's main in the right of way if necessary: $ Demolition materials and debris will be disposed of at (the City must be notified of any changes): Name of Landfill: Address of Landfill: 1 L-)U 12A ► Operator of Landfill: Operator Address: lob w. Liv t bsk `� ° ' O i s'y Telephone number: Price Quote On: Demolition and Removal at: Address: 503 Waugoo Ave Oshkosh Wl 54901 Quoted Price: $ 6 Quote for removing sanitary sewer la.f~eral from property line to the City's main in the right of way if necessary: $ 1 ,�o 0. C> Demolition materials and debris will be disposed of at (the City must be notified of any changes): Name of Landfill: to Ikln�11A, lo.jF,Y Address of Landfill: h 15 LJ . L-tlI 7JArl 1. 1, j S s Operator of Landfill: i a�J Operator Address: 166 L,-), '05A4_1'k Telephone number: 2 a z 2 - I R5-0 Demolition Quotation Form - 1 I 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 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 a ached 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. CJI Name of Person, rim or orporation Authorized Signature and Ui Print Name and Title .t2 ej If Address of Person, Firm, or Corporation City State Zip Code 8Z) 3 �q —q6bb Telephone Number i i Demolition Quotation Form - 2 CERTIFICATE OF LIABILITY INSURANCE MIDD/YYYY) 11/29/2/29/2 016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Yvonne Alliance Insurance PHON No, •9206850900 AA/X Ne, 9206850444 103 W Main St EMAIL ADDREss:yvonne@pLofessionalinsuranceplanner.com PRODUCER Omro WI 5963 _US --------------•---- INSURER(S)AFFORDING COVERAGE NAIC N INSURED INSURER A: Pekin Insurance Schultz Contracting INSURER B: West Bend N9458 Ridge Rd INSURER C: _ Van Dyne WI 54979 JNSLIRER INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ----------- --""— ADDL -- POLICY EFF EXP LTR TY PE OF INSURANCE SUER POLICY NUMBER MM/DD/YYYY MM/ODY/YYYY LIMITS A GENERAL LI-ABILITY EACH OCCURRENCE $1,0 ,000 X COMMERCIAL GENERAL LIABILITY CL0134579 12/02/15 12/02/17 DAMAGETORENTED 00 100,000 FX-1 � PREMIE (Ea occurrence) $100,000 CLAIMS-MADE L- I OCCUR MED EXP Any one person $5,000 -- ----- ----•- PERSONAL&ADV INJURY $1,000,000 -- GENERAL AGGREGATE S2,000,000 _G_EN'LAGGREGATELIMITAPPLIESPER: PRODUCTS-COMP/OPAGG $2,000,000 POLICY X PRO- LDC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A ANYAUTO 0OP671298 12/19/15 12/19/17 (Eaaccidert) 81,000,000 ALL OWNED AUTOS BODILY INJURY(Per person) 3 —lI SCHEDULED BODILY INJURY(Per accident) $ _ HIRED AUTOS PROPERTY DAMAGE g (Per accident) NON-OVVNED AUTOS $ g X UMBRELLA LIAB X OCCUR A OU671297 04/11/16 04/11/17 EACH OCCURRENCE g2,000,000 EXCESS LIAB _ CLAIMS•MADE AGGREGATE $ DEDUCTIBLE 10,000 g X RETENTION $ g - BWORKERS COMPENSATION N,C STATU- 0TH- AND EMPLOYERS'LIABILITY Y 1 N WCO206401 12/10/15 12/10/17 XJ IC-y ANY PROPRIETOWPARTNERIEXECUTIVE E.L EACH ACCIDENT $100,000 OFFICER/MEMBER EXCLUDED? a N/A _ (Mandahrry in NH) E.L.DISEASE-EA EMPLOYE g 100,000 If yes,describe under DESCRIPTION OF OPERATIONS below r E.L.DISEASE-POLICY LIMIT $500,000 DESCRIPTION OF OPERATIONS r LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Additional Insureds per attached endorsements. Certificates of Insurance acceptable to the RDA of the City of Oshkosh shall be submitted prior to commencement of the work to the applicable City Department.These certificates shall contain a provision that coverage afforded under the policies will of be canceled or non renewed until at least 30 days prior written nolcie has been given to the City Clerk-City of Oshkosh CERTIFICATE HOLDER CANCELLATION Redevelopment Authority of the SHOULD ANY HE ABOVE DESCRIBE ICIES BE CANCELLED BEFORE City of Oshkosh Attn: City Clerk THE EXPI TIO DATE THER OF, ICE WILL BE DELIVERED IN 215 Church Ave ACCORD CE ITHTHE POL P I I S. PO Box 1130 AUTHORIZEb RE ESENTATWE Oshkosh WI 54903-1130 ©1988-200 "ORDRPORA ION. Alrights reserved. ACORD 25(2009/09) The ACORD name and loglrg gis re arks of ACO POLICY NUMBER: CLO134579 COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As required by contract Any and all job sites Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section If — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its insured only applies to the extent permitted by intended use any person or organization law; and other than another contractor or subcontractor engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. i I CG 20 10 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 2 E I C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 ©Insurance Services Office, Inc.,2012 CG 20 10 04 13 i f,�tl !,r ,� �, � � 3 x, �IijF r t i