211003 - Wisconsin Dept. of Natural Resources - Multi Location
Municipal
Starts :  Sep 01, 2021 05:00 AM CST
Ends: Sep 15, 2021 10:00 AM CST

4 Items
Item # Description
Lot - PRACTICE PRACTICE

  • Practice Bidding on This Item
  • Please read, understand & ask questions about the auction terms & conditions prior to placing a bid.
  • What is AutoExtend? EXAMPLE: If you are bidding on an item scheduled to end at 10am and you place a bid at 9:59am - the auction will Autoextend to 10:09am - if another bid is placed at 10:04am the auction will again be Autoextended to 10:14am. This will continue until no bids are placed during the 10 minute Autoextend period.
  • Auction Ending Times: Auctions with multiple items use a Staggered ending time. Each item has its own ending time. If the auction is scheduled to end at 10:00am the first item is scheduled to end at 10am and each item after the first will end in a set staggered interval. An example is a 5 minute stagger, each item will end 5 minutes after the item before it. But, don't forget if an item is bid on in the last 10 minutes the AutoExtend will begin for that item. The following items will stay on the original scheduled staggered ending time (unless they too are Autoextended).
  • Outbid emails are only sent prior to the auction closing - once 10am hits on the auction close date - outbid emails are not sent.
  • Bidding Errors - Bidders are responsible for their actions, if you make an entry error you must call our office (608-437-2001) and the error will be examined to determine if it was an error and corrected by Wisconsin Surplus. Errors will not likely be corrected within the last 12 hours of the auction. If you are unsure how to bid or are new we strongly suggest you do not wait until the very end of the auction to bid.
  • Multiple Item Purchases - If you are the high bidder on multiple items you are responsible for paying for all items -- Bidders are NOT allowed to win mulitple items and then decide which item they want or if you didn't win an item but won several others you are required to pay for the items you did win. Behavior of this nature is not tolerated, if you win 3 items you pay for 3 items.
  • Lot - 45525 Fire Detection Tower to be Removed - Highland Tower

    Fire Detection Tower to be Removed - Highland Tower

  • ADDRESS: 11730S Fire Tower Road, Solon Springs, WI 54873
  • DESCRIPTION: 100 foot tall steel forest fire detection tower, including cab with steel roof. Base of tower is approx. 25 ft x 25 ft. on concrete footings. Cab is accessed a ladder. Tower was constructed in 1951, and the steel is in good condition. Low overhanging tree branches will need to be trimmed out to allow large truck entry. 30 feet of cleared work space is located around the tower base. Category II non-friable asbestos containing materials were found in the window glazing, and will require abatement prior to demo. Items not included: Trees and brush or other forest products, including firewood, unless approved in writing by the landowner. Click Documents Tab for PDFs of Topographical Map, Asbestos Report and Bidder Requirement documents.
  • ACCESS: Access is off from Fire Tower Rd. Fire Tower Rd is located 1.5 miles west of Hwy Y on Beauregard Lake Rd. in the Town of Highland. There is a two-track trail leading about 135 yards into the tower site.
  • FINAL SITE CONDITION: The fire tower and concrete footings must be successfully removed from the site within the designated timeframe. Concrete footings for the tower will be removed 2 feet below ground level with resulting holes backfilled. The access road and tower site will be restored to pre-project conditions. Any road improvements are the responsibility of the contractor including but not limited to grading, filling, and brushing. Road conditions may limit the timeframe of access by equipment into the tower site. If conditions deteriorate to an unacceptable amount as determined by the Department and the landowner, the work will cease until such time road conditions improve. Tear down structure and moving and transporting of materials will be done by the successful bidder within 90 days of the winning bid date. Some cutting of trees and brush, as agreed to with Department and property owner permission, to facilitate removal of the fire tower, may be allowed. All debris and solid waste caused or generated by the removal of the structure shall be disposed of in a manner that is satisfactory to the Department and landowner.
  • REMOVAL DEADLINE: December 15, 2021 - Work beyond this timeframe may be approved in writing only if agreed to by both the Department and the landowner.
  • REQUIREMENTS: Independent contractor readily equipped with tools and equipment, including personal protective equipment, to safely remove steel structure fire tower and restore site. Contractor must meet terms and conditions as specified in awarded bid agreement. Liability Insurance: The winning bidder shall procure and shall maintain during the life of this contract the following insurance: Contractor’s Public Liability Insurance in the amount of not less than $250,000 for injuries, including accidental death, to any one person, and subject to the same limit for each person, in an amount not less than $500,000 on account of one accident; Contractor’s Property Damage Insurance in the amount of not less than $100,000 or a combined single limit of at least $500,000. Comprehensive Automobile Liability Insurance for limits of not less than: bodily injury $250,000/$500,000; property damage $100,000 or a combined single limit of at least $500,000. The insurance provided under this article shall provide the indicated coverage for the Contractor and his/her subcontractors. This policy shall also include additional named insured parties, specifically, the 1.) State of Wisconsin Department of Natural Resources and its employees, and 2.) Jim Benson. The winning bidder shall furnish the DNR with a certificate of insurance listing the additional insureds prior to commencing work. $1000.00 performance bond, to be remitted to the DNR property manager prior to commencement of the project. The bond shall be released upon satisfactory inspection of the site by the Department after removal of the tower and footings, and restoration of the site to pre-project conditions. TERMS: The successful Bidder shall meet with the Department property manager prior to commencement of the fire tower project to ensure that the terms of the project are discussed and understood, to sign the bid conditions, and to provide the performance bond and proof of liability insurance, unless previously provided. Only the successful bidder can climb the fire tower, after providing proof of liability insurance and performance bond to the Department.
  • CONDITION: AS IS – TO BE REMOVED
  • CONTACT: Andy Wilcox at 715-308-1025 or Eric Sirrine at 715-329-0839 or andrew.wilcox@wisconsin.gov - Eric.sirrine@wisconsin.gov - Call/Email with questions and to schedule inspections. - Appointments are required, no walk-ins.

  • Lot - 46521 Fire Detection Tower to be Removed - Knapp Tower

    Fire Detection Tower to be Removed - Knapp Tower

  • ADDRESS: W3950 McKenna Rd, Knapp, WI
  • DESCRIPTION: 84 foot tall steel forest fire detection tower, including cab with steel roof. Base of tower is approx. 25 ft x 25 ft. on concrete footings. Cab is accessed via a foot ladder. Tower was constructed in the late 1930’s. Steel is in good condition. New cab installed via helicopter in 2008. No asbestos containing building material that will require removal prior to demolition were identified on the structure. Items not included: Trees and brush or other forest products, including firewood, unless approved in writing by the landowner. Click Documents Tab for PDFs of Topographical Map, Asbestos Report and Bidder Requirement documents.
  • ACCESS: Tower is located approx. ½ mile east of Potter Rd on the south side of Tower Rd. in the town of Knapp. Access is by foot trail to the top of Knapp Mound.
  • FINAL SITE CONDITION: The fire tower and concrete footings must be successfully removed from the site within the allotted timeframe. Concrete footings for the tower will be removed 2 feet below ground level with resulting holes backfilled. The access road and tower site will be restored to pre-project conditions. Any road improvements are the responsibility of the contractor including but not limited to grading, filling, and brushing. Road conditions may limit the timeframe of access by equipment into the tower site. If conditions deteriorate to an unacceptable amount as determined by the Department and the landowner, the work will cease until such time road conditions improve. Tear down structure and moving and transporting of materials will be done by the successful bidder within 90 days of the winning bid date. Some cutting of trees and brush, as agreed to with Department and property owner permission, to facilitate removal of the fire tower, may be allowed. All debris and solid waste caused or generated by the removal of the structure shall be disposed of in a manner that is satisfactory to the Department and landowner.
  • REMOVAL DEADLINE: December 15, 2021 - Work beyond this timeframe may be approved in writing only if agreed to by both the Department and the landowner.
  • REQUIREMENTS: Independent contractor readily equipped with tools and equipment, including personal protective equipment, to safely remove steel structure fire tower and restore site. Contractor must meet terms and conditions as specified in awarded bid agreement. Liability Insurance: The winning bidder shall procure and shall maintain during the life of this contract the following insurance: Contractor’s Public Liability Insurance in the amount of not less than $250,000 for injuries, including accidental death, to any one person, and subject to the same limit for each person, in an amount not less than $500,000 on account of one accident; Contractor’s Property Damage Insurance in the amount of not less than $100,000 or a combined single limit of at least $500,000. Comprehensive Automobile Liability Insurance for limits of not less than: bodily injury $250,000/$500,000; property damage $100,000 or a combined single limit of at least $500,000. The insurance provided under this article shall provide the indicated coverage for the Contractor and his/her subcontractors. This policy shall also include additional named insured parties, specifically, 1) the State of Wisconsin Department of Natural Resources and its employees; and 2.) Jackson County Forestry and Parks, and its employees. The winning bidder shall furnish the DNR with a certificate of insurance listing the additional insureds prior to commencing work. Additional Fees/Types: $1000.00 performance bond, to be remitted to the DNR property manager prior to commencement of the project. The bond shall be released upon satisfactory inspection of the site by the Department after removal of the tower and footings, and restoration of the site to pre-project conditions.
  • TERMS: The successful Bidder shall meet with the Department property manager (virtually or in-person) prior to commencement of the fire tower project to ensure that the terms of the project are discussed and understood, and to provide signed bid conditions, proof of liability insurance coverage, and the performance bond, if not previously provided. Only the successful bidder can climb the fire tower, after providing proof of liability insurance and performance bond to the Department.
  • CONDITION: AS IS – TO BE REMOVED
  • CONTACT: Megan Mickelson at (608) 633-5722 or Chris Semann at (608) 372-2811 or megan.mickelson@wisconsin.gov - christopher.semann@wisconsin.gov - Call/Email with questions and to schedule inspections. - Appointments are required, no walk-ins.

  • Lot - 46522 Fire Detection Tower to be Removed - Norway Tower

    Fire Detection Tower to be Removed - Norway Tower

  • ADDRESS: 32290 Buckley Ave., Warrens, Wisconsin 54666
  • DESCRIPTION: 80 foot tall steel forest fire detection tower, including cab with steel roof. Base of tower is approx. 25 ft x 25 ft. on concrete footings. Cab is accessed via a foot ladder - The fire tower was constructed in 2008. The steel frame and cab are in good condition. Items not included: Trees and brush or other forest products, including firewood, unless approved in writing by the landowner. Click Documents Tab for PDFs of Topographical Map, Asbestos Report and Bidder Requirement documents.
  • ACCESS: The access is 200 yards up a moderately sloped hillside, which is partially accessible by UTV.
  • FINAL SITE CONDITION: The fire tower and concrete footings must be successfully removed from the site within the allotted timeframe. Concrete footings for the tower will be removed 2 feet below ground level with resulting holes backfilled. The access road and tower site will be restored to pre-project conditions. Any road improvements are the responsibility of the contractor including but not limited to grading, filling, and brushing. Road conditions may limit the timeframe of access by equipment into the tower site. If conditions deteriorate to an unacceptable amount as determined by the Department and the landowner, the work will cease until such time road conditions improve. Tear down structure and moving and transporting of materials will be done by the successful bidder within 90 days of the winning bid date. Some cutting of trees and brush, as agreed to with Department and property owner permission, to facilitate removal of the fire tower, may be allowed. All debris and solid waste caused or generated by the removal of the structure shall be disposed of in a manner that is satisfactory to the Department and landowner.
  • REMOVAL DEADLINE: December 15, 2021 - Work beyond this timeframe may be approved in writing only if agreed to by both the Department and the landowner.
  • REQUIREMENTS: Independent contractor readily equipped with tools and equipment, including personal protective equipment, to safely remove steel structure fire tower and restore site. Contractor must meet terms and conditions as specified in awarded bid agreement. Liability Insurance: The winning bidder shall procure and shall maintain during the life of this contract the following insurance: Contractor’s Public Liability Insurance in the amount of not less than $250,000 for injuries, including accidental death, to any one person, and subject to the same limit for each person, in an amount not less than $500,000 on account of one accident; Contractor’s Property Damage Insurance in the amount of not less than $100,000 or a combined single limit of at least $500,000. Comprehensive Automobile Liability Insurance for limits of not less than: bodily injury $250,000/$500,000; property damage $100,000 or a combined single limit of at least $500,000. The insurance provided under this article shall provide the indicated coverage for the Contractor and his/her subcontractors. This policy shall also include additional named insured parties, specifically, 1) the State of Wisconsin Department of Natural Resources and its employees. The winning bidder shall furnish the DNR with a certificate of insurance listing the additional insureds prior to commencing work. Additional Fees/Types: $1000.00 performance bond, to be remitted to the DNR property manager prior to commencement of the project. The bond shall be released upon satisfactory inspection of the site by the Department after removal of the tower and footings, and restoration of the site to pre-project conditions.
  • TERMS: The successful Bidder shall meet with the Department property manager (virtually or in-person) prior to commencement of the fire tower project to ensure that the terms of the project are discussed and understood, and to provide signed bid conditions, proof of liability insurance coverage, and the performance bond, if not previously provided. Only the successful bidder can climb the fire tower, after providing proof of liability insurance and performance bond to the Department.
  • CONDITION: AS IS – TO BE REMOVED
  • CONTACT: Megan Mickelson at (608) 633-5722 or Chris Semann at (608) 372-2811 or megan.mickelson@wisconsin.gov - christopher.semann@wisconsin.gov - Call/Email with questions and to schedule inspections. - Appointments are required, no walk-ins.