Loading...
HomeMy WebLinkAboutBezio Animal Control Nuisance Animal Trapping-Stormwater 2016-2018ORIGINAL i 30� CONTRACTOR AGREEMENT: STORM WATER MANAGEMENT FACILITY NUISANCEANIMAL TRAPPING CITY OF OSHKOSH THIS AGREEMENT, made on the 201h day of May, 2016, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and BEZIO ANIMAL CONTROL, 5479 HAWTHORNE DRIVE, PULASKI, WI 54162, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, enter into the following agreement. The Contractor's proposal is attached hereto and reflects the agreement of the parties except where it conflicts with this agreement, in which case this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (Chris Bezio, Bezio Animal Control) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (John Ferris, Public Works/Engineering) ARTICLE III. SCOPE OF WORK The Contractor shall provide the services described in their bid proposal attached as Exhibit A. If anything in the Bid Form conflicts with the Bid Specifications, the provisions in the Bid Specifications shall govern. The Contractor may provide additional products and/or services if such 1 products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be for a three year term 2016-2018. ARTICLE III. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of unit prices set as per the contractor's bid proposal (Exhibit A) for documented actual services performed by the contractor per the bid specifications during 2016-2018, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE IV. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by 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 K violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE V. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The contractor's certificate of insurance for this project is attached as Exhibit B. ARTICLE VI. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. 3 In the Presence of: (Seal of Contractor if a Corporation.) APP -• D I i�i1�%►� . „w _ ' CONTRACTOR /CONSULTANT By: 4g _ ` OA✓I'�'-%yLI//�C/MiTi''� V e ZLO I�'i/AL iE//L�•N� (SpecifyTitle) IN (Specify Title) CITY OF OSHKOSH By: Mark A. Rohloff, City Manager And: �1� - Pamela R. Ubrig, City Clerk I hereby certify that the necess- ary provisions have been made to pay the liability which will accrue under this contract. D1 C. AM nr-^ City ComptroAe- r I ��14 11-'4 CITY OF OSHKOSH STORM WATER MANAGEMENT FACILITY NUISANCE ANIMAL TRAPPING BID PROPOSAL FORM PAGE 1 OF 2 From: 3,='--,7I:� A !,It M, AL (bidder's company name) BID PROPOSAL DEADLINE: 10:00 a.m., CST, Tuesday May 10, 2016 (late submittals will not be accepted). Addenda: We hereby acknowledge receipt of and have thoroughly examined the written addenda(s) issued prior to the Bid Opening Date in association with this project. These addenda(s) are number through , inclusive. We further understand that failure to fully list the numbers of all published Addenda(s) may cause our bid to be rejected, We, the undersigned, in compliance with the Invitation for Bids and having carefully examined the specifications for the proposed work and having determined all of the conditions of the work, the rules, regulations, laws, codes, ordinances, and other governing circumstances relating to this project, propose to furnish all labor, materials, and equipment necessary to complete the services described in the project documents to the Owner's satisfaction. By submitting this bid (or joint bid), we the undersigned, certify that each party thereto that this bid has been arrived at independently without consultation, communication, or agreement as to a matter relating to this bid and with any other bidder or with any competitor. 2016-2018 Nuisance Animal Trapping Proposal *These are estimated annual quantities. Awarded bidder will invoice City only for documented actual services performed, Total for 2016 + 2017 + 2018= Bid in Words: T� Ll(J r""-1` r s� � to Cst N .« �•-s )V.- AGc;wes .Jd�✓I� !ti �/r. Cid , 2016 2017 .. 2018 2016 Est. 2017 Est 2018 Est. Bid 2016 Est. Unit Total2Q17:E5t; Unit 'Total. ': 2018 Est. Unit Total Item Description QTY* Price PricePrice -Y.- QTY* Price Price 1 Mobilization 2 57e f 4� 1,a 2_ dna s 2 6D9 70'1 Setup, inspect, 2 maintain &remove 375 ��` tgS, 42.5 f Q: 475 ,r, °�37�ur_ traps 3 Remove &dispose 150 .1S�'r �•�'`` 175 r 200 S 7��a, - of trapped animals5 4 Dam Inspections 14 loo, 16 7 E, ?f 5 Dam Inspections Colony,�q Removal 20°1. �� 20. 20 /00A— a` Annual Totals7475, *These are estimated annual quantities. Awarded bidder will invoice City only for documented actual services performed, Total for 2016 + 2017 + 2018= Bid in Words: T� Ll(J r""-1` r s� � to Cst N .« �•-s )V.- AGc;wes .Jd�✓I� !ti �/r. Cid , CITY OF OSHKOSH STORM WATER MANAGEMENT FACILITY NUISANCE ANIMAL TRAPPING BID PROPOSAL FORM PAGE 2 OF 2 Submitted by: �= lQ-c.2 2016 Date _ Bezio Animal Control N Chris Bezio 5479 Hawthorne Drive Pulaski, WI 54162 920-822-3427 Name & Title of Person Submitting Bid Address of Company City State Zip Telephone Number D C 0 mcn W CD o D C J v O d J. �u m m 3 c 3 3 3 3 N Q N m o L a d N O "D N N (D CD0 n @ N CD O O O @ @ CD 9. N o' O d CD @ m � cn N �' p' q A m cn Z7 N N ZJ (� @ ° N v p CD N -m-1 O (D ZCD a Oo Z o 3 3 0 CD a @ 3 m m N O p N O 0 0 W N _ J O A 0 O m m N A (n o N cn m N J C N D O J N p U 69 69 0) C QJ w J O CD m N N (A - O W 69 69 (.J W N N 69 T N O EA O 69 fA EA W Cn T (D O O O 0o N O O cn m O n z WA O O O (O O O OO O C:) @O C cn N O N z o 0 A ro rn rn m 69 1 m <A fA EA umi OJ Z M N EA W v O N O O (n O -i cn D o n n o V <n w C: < o o 0 o V cn o O r <O O O ZZ o OO C O o AO co Z m T 0 z (DQ OJT7 'DN N 20 x Om C N 7 V N N O V a T N -' j < p < 3 "{ Z Co T 0 O T (n cn m o �' O o 0 °' V cn N cn N V m — o v m O CO .Z7 N 11 Adm wnco- D D N 0 N Cn J @ o mC^ N ;o O -{ D D Co D �A D 7 J 0� J o O O 7 N o m° O D m Z v V Z -< D � 69 69 W C � O o_ °N) 69 W o OwJ o vi 0 (A 69 Cl) ?. m m j 0) o 00. Oifi cn (n O 0 0 0 0 n @ 0 Z 10) 1 0 0 0 0 @ D m N 0 N 0 R: fA 69 rn m 8 m m z ri O N D1 64 01 N V O ,,N+ N V N G4 W V N O Cl) N @ CD m W O M O N O (n V O O 69 O O O m N Vt O V V O O OW OO N O O O O N O p O O o V Vt (n O O N O O O O O O O^ p� N O O N 00 A_ N O O N m O N D N) J m 00 - N p m N N O D C � -I cA by m C rn m J m . w A N O O N W 69 69 O O N W T N O @ 69N O Ut Vt cn O T w (D N m O (O O A O @ O O N O O) m EA (n O O O O O O O O @ @ N O W T m (o N69 to N m rA T 2<A m o 69 A @ O N .2 @ O 0) o N W O N O 69 W O V OV OO O V V O @ j N _ O K D1 O ( p O O _ 0 0 O 0 O 0 O 0 cllO — Ir R ACORO� CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) TYPE OF INSURANCE 05/13/2016 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(ies) 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 Brian Wasilew NAME: Safeguard Insurance Group, LLC AIC No E :92O-822-2400 A/C No): 920-822-2402 450 E Cedar St ADDRESS: brian@safeguardprotects.com PO BOX 769 MED EXP (Any one person) $ 5,000 INSURER(S) AFFORDING COVERAGE NAIC # Pulaski, WI 54162 INSURER A: West Bend INSURED Progressive INSURER B : 9 Chris Bezio DBA Bezio Animal Control PERSONAL&ADV INJURY $ 1,000,000 INSURER C: 5479 Hawthorne Dr. NSS 1875626 INSURER D: Pulaski, WI 54162 GEN'LAGGREGATE LIMITAPPLIES PER: POLICY ❑ JECT 7 LOC GENERAL AGGREGATE $ 2,000,000 INSURER E: INSURER F: 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 LTR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP FOLIC EXP LIMITS X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR EACH OCCURRENCE $ 1,000,000 AMAGR N 100,000 PREMISES Ea occurrence) $ MED EXP (Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 A X NSS 1875626 07/23/2015 07/23/2016 GEN'LAGGREGATE LIMITAPPLIES PER: POLICY ❑ JECT 7 LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED tSINGLE-LIMIT $ 1,000,000 BODILYINJURY (Per person) $ Incl. ANY AUTO B ALL OWNED SCHEDULED AUTOS X AUTOS X 03183255-0 06/18/2015 06/18/2016 BODILY INJURY Per accident) $ incl. ( NON -OWNED HIRED AUTOS AUTOS PROPERTY DAMAGE Per accident $ Incl. UMBRELLA LIAR HCLAIMS-MADE OCCUR EACH OCCURRENCE $ EXCESS LIAR AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/M EMBER EXCLUDED? N/A PER OTH- STATUTE ER E.L. EACH ACCIDENT $ E. L. DISEASE EA EMPLOYEE $ (Mandatory in NH) If yes, describe under E.L. DISEASE - POLICY LIMIT I $ DESCRIPTION OF OPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached H more space is required) Additional Insureds on the Commercial General Liability and Automobile Liability, shall be City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. City of Oshkosh, Attn: City Clerk 215 Church Avenue PO Box 1130 Oshkosh, WI 54903-1130 awn SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Jennifer Wasilew W Tants-ZUT4 AGUKU UUKPURATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Rating Services Home Rating Search: 5.-4401 » Advanced Search OR Print this page ---- Ratings . Recent Rating Activity A Search for a Rating Regional Centers Rating Process & Definitions , u Understanding Best's Ratings » Guide to Best's Ratings » Financial Strength Rating Guide u Issuer Credit Rating Guide u Issue Rating Guide » National Scale Rating Guide n Country Risk Information . Market Segment Outlook Rating Methodology Industry Research Industry & Market Centers Contact an Analyst Conferences & Events Awards & Recognitions Data Submission Center .- Regulatory Information „ Find a Best's Credit Rating i Frt.rat;,r�yhinyflsi5n n Advanced Search A.M. Best Rating Services Contact Information n 1 of 2 West Bend Mutual Insurance Company L?) Rating: AM. Best #: 000964 NAIC #: 15350 FEIN #: 390698170 Financial Size Category: Domiciliary Address 1900 South 18th Avenue Assigned to i. FitnnCW gorMir+ Tiding West Bend, WI 53095 insurance 66EST United States companies ., A IkoWlont June 30, 1922 _ that have, Web: www.thesilverlining.com in our opinion, an excellent ability Phone: 262-334-5571 to meet their ongoing insurance Fax: 262-334-9109 obligations. Financial Strength Rating View Definition Rating: A (Excellent) Financial Size Category: XI ($750 Million to $1 Billion) Outlook: Stable Action: Affirmed Effective Date: May 10, 2016 Initial Rating Date: June 30, 1922 Long -Term Issuer Credit Rating—View Definition Long -Term: a Outlook: Positive Action: Affirmed Effective Date: May 10, 2016 j Initial Rating Date: April 03, 2007 Best's Credit Rating Analyst Rating Issued by: A.M. Best Rating Services, Inc. Financial Analyst: Colette Fearon Vice President: Richard Attanasio Disclosure Information }l l View A.M. Best's Rating Disclosure Form ���---,,, A.M. Best Revises Issuer Credit Rating Outlook to Positive for West Bend Mutual Insurance Company May 10, 2016 i 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. Date TWO May 10, 2016 A.M. Best Revises Issuer Credit Rating Outlook to Positive for West Bend Mutual Insurance Companv May 24, 2012 A.M. Best Downgrades Issuer Credit Rating and Affirms Financial Strength Rating of West Bend Mutual Insurance Company May 04, 2011 A.M. Best Revises Outlook of Issuer Credit Rating to Negative and Affirms Ratings of West Bend Insurance Company Feb 11, 2011 A.M. Best Withdraws Ratings of West Bend Mutual Group Following Sale of Subsidiary Jul 20, 2010 A.M. Best Places Ratings of Michigan Insurance Company Under Review With Negative Implications Jul 20, 2010 A.M. Best Comments on Ratings of Donegal Insurance Group Peninsula Insurance Group and Donegal Group Inc. May 26, 2010 &M. Best Downgrades Ratings of West Bend Mutual Insurance Company