Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Speedy Clean Drain & Sewer
AGREEMENT This AGREEMENT, made on the J 11day of 2019, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and SPEEDY CLEAN DRAIN & SEWER, INC.,1380 Earl Street, Menasha, WI 54952, party of the second part, hereinafter referred to as the CONSULTANT, WTI'NESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SANITARY AND STORM SEWER MAIN AND LATERAL TELEVISING FOR 2020 CAPITAL IMPROVEMENT PROJECTS. ARTICLE I PROTECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Bill Peotter - President 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 AGREEMENT: Mike Blank - Construction Management Supervisor ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. k\Engirieeri�\I&I Work\Sanitary Laterals\Te g\2no\RFP\Speedy Cl— Agreement-M0 Page of Telev.,,, _11-22-19.d= Services included in the Other Miscellaneous Projects section of the CITY's Proposal Cost Breakdown will be detailed further within individual Task Order Authorizations. A sample Task Order Authorization form is attached to this AGREEMENT. All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall become property of the CITY upon payment for those documents by the CITY to the CONSULTANT, and shall remain the property of the CITY. ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re -perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST FINANCIAL CONSIDERATIONS AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties the CONSULTANT makes no warranty the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others the CONSULTANT reasonably relied upon and are incorporated into the record drawings. ARTICLE VH- CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. L\6+t@leering\1& I Work\Sudtuy lateral\Telov ing\2020\R \SPeedY Qean Agreement-2020 Page 2of7 Televiv�ll-Y2-19daat To prevent any unreasonable delay in the CONSULTANT'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 VIII, ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. The CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY -furnished equipment and/or materials associated with CONSULTANT's services. Upon request, the CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Request for Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees the CONSULTANT is not responsible for damages arising directly or I:\6ngh..ig\I&I Woek\SmtW UW' \Televising\2M0\RW\Speedy Ck-Ageament-M Page 3of7 Teke ing_11-22-19.d= indirectly from any delays for causes beyond the CONSULTANT's control. For the purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. Crl Y's Request for Proposal dated October 18, 2019 and attached hereto 3. CONSULTANT's Proposal dated November 4, 2019 and attached hereto In the event any provision in any of the above component parts of this AGREEMENT 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. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $125,432.75 (One Hundred Twenty Five Four Hundred Thirty Two Dollars and Seventy Five Cents). B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (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 CONSULTANT a statement as to the reason(s) for withholding payment. I:\&%h1eering\t&I Work\SattiUry Laterals\Televising\nM\RFP\Spredy dean Agreement -NM Telev .W_11-M-19.d= Page 4 of 7 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. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s) not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands to the proportionate extent caused by or resulting from the intentionally wrongful or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify the CITY for all sums including court costs, attorney fees, and damages of any kind which the CITY may be obliged or adjudged to pay on any such claims or demands upon the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re -use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. L\E�gcdng\I&I Work\Sa,6tary[awa1.\Tdwin9\=0\UP\Speedy dean Ag--e -2(20 Tel ,..,&_11-22-19.d= Page 5 of 7 ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT 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 CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT 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. ARTICLE XVI RE -USE OF PROTECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. The CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re -use, change, or alteration of these project documents. ARTICLE XVII. SUSPENSION DELAY OR INTERRUPTION OF WORK The CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of the CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. I:\Enpraring\l Work\Sanitary laterals\TekaMg\2 \kFP\Speedy Cleo'Ag—m -2020 Page 6of7 Telev,,ir_IJ-M-19.d. ARTICLE XVIII. NO THIRD -PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the CITY and CONSULTANT and has no third -party beneficiaries. In the Presence of: (Seal of Consultant if a Corporation) (Witness) (Witness) APPROVED: 06Lg�� City A omey CONSULTANT By: M (Specify Title) (Specify Title) CITY OF OSHKOSH By: Malk A. Rohloff, City Manager And: l Pamela R. Ubrig, City Clerk I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. v— City Comptroll L\P.nghrc g\l&I Work\Sm tary Laterals\Televising\WM\UP\Speedy❑ =Agreement-2020 Page 7 of 7 Televising_1142-19.do PROJECT AUTHORIZATION NUMBER ("Task Order') Owner: City of Oshkosh Department Public Works Authorized Office: 215 Church Avenue P.O. Box 1130 Oshkosh Wisconsin 54903-1130 Owner -Authorized Representative: Mike Blank Construction Management Supervisor Contract: 2020 CIP Sanitary and Storm Sewer Main and Lateral Televising City of Oshkosh Contract Number: Consultant's Project Number: The authorizing office requires performance of the following described Services: Form of Compensation: ® Unit Rate Not -to -Exceed: Additional Terms and Conditions: None Authorized Services shall be performed in accordance with the terms and provisions of the agreement between Consultant and the City of Oshkosh dated . This Project Authorization shall be effective only upon date of signature of an authorized representative of the City of Oshkosh. CONSULTANT Signature: Name: Title: Date: CITY OF OSHKOSH Signature: Name: Mike Blank Title: Construction Management Supervisor Date: c\c a.. ,i a1j & 1 wo'klee L y Task Order Page 1 of 1 AutlLll-M-19.do Cityof Oshkosh October 18, 2019 Mr. Bill Peotter Speedy Clean Drain & Sewer 1380 Earl Street Menasha, WI 54952 E-Mail: info@speedycleaninc.com RE: Request for Proposal for Sanitary and Storm Sewer Main and Lateral Televising for 2020 Capital Improvement Projects Dear Mr. Peotter, The City of Oshkosh is hereby requesting proposals be submitted for sanitary and storm sewer main and lateral televising of its 2020 Capital Improvement Projects. The proposal shall include at a minimum: related project experience and a breakdown of costs as requested in the enclosed Scope of Services. The proposals will be reviewed for completeness and how well it is demonstrated the needs of the City of Oshkosh can be met. The award of this work will not be based solely on the cost of the proposal. Questions regarding this Request for Proposal shall be e-mailed to me at mblank@ci.oshkosh.wi.us (with the subject heading of "2020 Sanitary and Storm Sewer Main and Lateral Televising RFP Questions) by 12:00 noon on Monday, October 28, 2019. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposal by 4:30 p.m. on Tuesday, October 29, 2019. Please submit four (4) copies of the proposal to Tracy Taylor no later than 4:00 p.m. on Friday, November 1, 2019. It is anticipated the award of this agreement will be made by Tuesday, November 12, 2019. Please ensure you have the proper insurance paperwork, so the award is not delayed. Enclosed with this letter are copies of the Scope of Services, Proposal Cost Breakdown, Site Maps, Sample Standard Engineering Services Agreement, and City of Oshkosh Insurance Requirements. The information contained within these attachments shall become a part of the Agreement with the Consultant selected to perform these services. I:\Engineering\I @ I Work\Sanitary Laterals\Televising\2020\UP\cover Letters\Speedy clean Ltr 1 -18-19.doer Page 1 of 2 City Hall, 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 http://WWW.ci.oshkosh.wi.us If you have any questions, please do not hesitate to contact us. Sincere Mike Blank Construction Management Supervisor MB/tit Enclosures cc: James Rabe, P.E., CPESC, Director of Public Works Steven M. Gohde, P.E., Assistant Director of Public Works Justin Gierach, P.E, Engineering Division Manager / City Engineer I:\Engineering\I h I Work\Sanitary Laterals jelevising\2020\ UP\Cover Letrera\Speedy Clean Ltr_1048-19.doa Page 2 Of 2 City of r,A Oshkosh October 18, 2019 Mr. David Alexander Visu-Sewer, Inc. W230 N4855 Betker Drive Pewaukee, WI 53072 E-Mail: david@visu-sewer.com RE: Request for Proposal for Sanitary and Storm Sewer Main and Lateral Televising for 2020 Capital Improvement Projects Dear Mr. Alexander, The City of Oshkosh is hereby requesting proposals be submitted for sanitary and storm sewer main and lateral televising of its 2020 Capital Improvement Projects. The proposal shall include at a minimum: related project experience and a breakdown of costs as requested in the enclosed Scope of Services. The proposals will be reviewed for completeness and how well it is demonstrated the needs of the City of Oshkosh can be met. The award of this work will not be based solely on the cost of the proposal. Questions regarding this Request for Proposal shall be e-mailed to me at mblank@ci.oshkosh.wi.us (with the subject heading of "2020 Sanitary and Storm Sewer Main and Lateral Televising RFP Questions") by 12:00 noon on Monday, October 28, 2019. The questions and appropriate responses will be distributed to all parties receiving this Request for Proposal by 4:30 p.m. on Tuesday, October 29, 2019. Please submit four (4) copies of the proposal to Tracy Taylor no later than 4:00 p.m. on Friday, November 1, 2019. It is anticipated the award of this agreement will be made by Tuesday, November 12, 2019. Please ensure you have the proper insurance paperwork, so the award is not delayed. Enclosed with this letter are copies of the Scope of Services, Proposal Cost Breakdown, Site Maps, Sample Standard Engineering Services Agreement, and City of Oshkosh Insurance Requirements. The information contained within these attachments shall become a part of the Agreement with the Consultant selected to perform these services. I:\Engi.ring\I k I W.k\Snbtary Laterals\Telev ing\2020\UP\Laver Lemn\Visu-Sewer U 1 18-19.daa Page 1 of 2 City Hall, 215 Church Avenue P.O. Box 1130 Oshkosh, WI 54903-1130 http://www.ci.oshkosh.wi.us If you have any questions, please do not hesitate to contact us. Sincerely, Mike Blank Construction Management Supervisor Ms/ttt Enclosures cc: James Rabe, P.E., CPESC, Director of Public Works Steven M. Gohde, P.E., Assistant Director of Public Works Justin Gierach, RE, Engineering Division Manager / City Engineer l:\ErOmvnng\l & 1 Work\Sanitary Laterals\Telcvising\2020\RFP\over Letters\ Visu-Sewer Ltr 10-1g-19.doex Page 2 of 2 SCOPE OF SERVICES FOR SANITARY AND STORM SEWER MAIN AND LATERAL TELEVISING 2020 CAPITAL IMPROVEMENT PROJECTS 1. The scope of this agreement consists of furnishing all labor, equipment, materials, electrical power, and traffic control necessary to provide sanitary and storm sewer main and lateral televising as indicated herein. A. Approximately 43,000 feet of sanitary and storm sewer main and 350 sanitary and storm laterals are anticipated for the following 2020 Capital Improvement Program: i. Oregon Street (Sanitary and Storm) a. Oregon Street (West 21� Avenue to West 2811, Avenue). ii. Snell Road (Sanitary and Storm) a. Snell Road (Jackson Street to Moser Street). iii. West 28th Avenue (Sanitary and Storm) a. West 281h Avenue (Oregon Street to the end of West 281s Avenue). iv. Washington Avenue (Sanitary and Storm) a. Washington Avenue (Lake Shore Drive to Hazel Street). v. North Main Street (Sanitary and Storm) a. North Main Street (Snell Road to the detention basin). vi. North Meadow Street and North Eagle Street (Sanitary and Storm) a. North Meadow Street (Witzel Avenue to Southland Avenue). b. North Eagle Street (Witzel Avenue to Southland Avenue). vii. East Murdock Avenue (Storm) a. Harrison Street to Bowen Street. viii. East 14th Avenue (Storm) a. South Main Street to Bowen Street. ix. East South Park Avenue (Storm) a. South Main Street to Pioneer Drive. x. South Main Street (Storm) a. East 141h Avenue to East South Park Avenue. xi. Other Miscellaneous Projects a. Miscellaneous other locations to be possibly added at a later date. xii. Including at least one (1) parcel on all cross streets and ends, which may include more than one (1) main line segment. All laterals in a segment shall be televised. B. Heavy cleaning where approved by the Engineer. C. Bagging and dewatering of the selected storm sewer outfalls. 2. The City of Oshkosh will perform the following tasks: A. Provide an engineering staff member to assist in locating all manholes. i. Engineering Staff will be available Monday through Friday (except recognized City Holidays) from 8:00 a.m. to 4:30 p.m. B. Pre -clean sanitary sewer mains. i. The City will clean the first time. If a second cleaning is required, the Consultant shall be on site to ensure enough cleaning has been completed for the necessary videoing operations (Consultant would assist with videoing while cleaning is being done). 1:\Engi Bering\1 k 1 Work\Sanitary Latera1s\Te1evising\20W\RFP\S0W with main lire televisingj0-18-19.doc Page I of 5 a. If it is determined by the Engineer that "Heavy Cleaning" is needed, the City will pay for Heavy Cleaning under that Item. C. Provide initial notification to property owners of televising work that will be taking place. 3. Television Inspection A. The Consultant shall furnish all labor, equipment, and materials necessary to perform closed circuit television inspection of sanitary and storm sewer main line and laterals within designated main line sections. B. Laterals shall be televised as far as possible. If the lateral camera cannot go further than ten feet (10') beyond the road right-of-way (usually back of sidewalk), then the Consultant shall make arrangements with the property owner to televise the remaining portion of the lateral from inside the building. C. The Consultant shall have access to equipment necessary to perform televising in mains less than thirty six inches (36") in size for the sanitary and thirty eight inches by sixty inches (38" x 60") in size for the storm sewer. D. The view seen by the television camera shall be transmitted to a monitor located inside a mobile TV studio, which has the capabilities to produce a DVD copy. The Consultant's mobile studio shall be large enough to accommodate up to three (3) people for the purpose of viewing the monitor while the inspection is in progress. The City shall have access to view the television screen at all times. E. Televising shall be in compliance with NASSCO's PACP. F. Technicians shall be PACP-certified by NASSCO. Consultant shall submit verification of certification prior to commencing work. G. Provide five (5) working days' notice to the City prior to commencing work. H. Provide three (3) working days' notice to the City if sanitary and storm sewer mains cannot be accessed and need to be cleaned. 4. Display A. The "Work Order" shall consist of the following information and shall be displayed at the beginning and end of the segment. The Work Order shall be displayed for a minimum of fifteen (15) seconds or as long as it takes to say the information at the beginning. This Work Order shall be displayed once again at the end of the segment for a minimum of five (5) seconds. The computerized voice shall not be used for the beginning and ending Work Order information. Work Order Display — Laterals Address: Manhole ID that main line camera is in: Distance from manhole: Sewer Lateral Type: "Sanitary Lateral". Weather: Date: Name of Technician: Work Order Dis1lav — M4 ain Line Tag-IDll: (both manholes ID N's _date). City: L\Engineering\1 & I Work\Sanitary Latera1s\Te1evising\2020\RFP\S0W with main liM televising_10-111-19.doa Page 2 of 5 Street Block: Upstream MH: ID #. Downstream MH: ID #. Camera Direction: Sewer Use: Weather: Date: Name of Technician: Comments: The counter and date shall be displayed for the entire length of the segment. The Consultant shall display all incidents for a minimum of five (5) seconds. The computerized voice also may not be used for incidents. 5. Folder and File Naming A. Files should be organized per street with the Folder titled as follows: "Street Name" (i.e. West 24th Avenue). B. Within the street name folder, there shall be a manhole segment folder containing the mainline inspection report and each lateral report within a particular segment. C. Each lateral shall be an individual folder within the manhole segment folder and shall be titled as follows: 'Building Address — lateral distance at the main from manhole MH manhole#" (i.e. 564 W 241h Ave — 251ftMH0821). D. Each lateral folder shall contain both the lateral report and video footage of the particular Building Address. E. Alternates to this filing system shall be approved by Engineer. 6. Project Deliverables A. Schedule of Project Deliverables i. Oregon Street: Friday, December 20, 2019 by 4:30 p.m. ii. Snell Road: Friday, January 17, 2020 by 4:30 p.m. iii. West 2811, Avenue: Friday, December 20, 2019 by 4:30 p.m. iv. Washington Avenue: Friday, February 14, 2020 by 4:30 p.m. v. North Main Street: Friday, January 17, 2020 by 4:30 p.m. vi. North Meadow Street and North Eagle Street: Friday, February 14, 2020 by 4:30 p.m. vii. East Murdock Avenue: Thursday, December 19, 2019 by 4:30 p.m. viii. East 14th Avenue: Thursday, December 19, 2019 by 4:30 p.m. ix. East South Park Avenue: Thursday, December 19, 2019 by 4:30 p.m. x. South Main Street: Thursday, December 19, 2019 by 4:30 p.m. B. Main Line Inspection Report i. The report shall include information consistent with NASSCO PACP. C. Lateral Inspection Report i. The lateral report shall include the distance from manhole at the main; material type; any transitions or restrictions in the pipe with their respective locations; repairs that have been done to the pipe; locations of dips, cracks, roots, or any other defects; and locations of any taps/connections. The report shall also include any other pertinent information found during televising and information consistent with NASSCO PACP. L\Engineering\I & 1 Work\Sanitary LateraMTelevising\2020\RM SOW with main line teleAsinL_10-18-19.doo Page 3 of 5 D. Video i. The video recording shall be in a format viewable via Windows Media Player. ii. See Paragraph 4 for video display requirements. E. The Consultant shall deliver one (1) external hard drive copy by the dates indicated above. The external hard drive will become the property of the City of Oshkosh. The cost of furnishing, producing, programming, copying, and any other miscellaneous costs shall be included in the proposed price for televising. F. The Consultant shall also deliver one (1) bound copy of the reports organized per City area and street. G. Provide lateral locations at the City of Oshkosh right-of-way (typically back of sidewalk). This is to be done with a device capable of tracing the location of the camera head. The lateral location is then to be marked where it crosses the right-of-way with a pink paint mark on the sidewalk and with a six-inch (6") survey stake pounded flush with the existing ground. A lath shall then be placed behind the stake with the corresponding address written on it. The lath shall also be painted "pink' along with the stake top. Once a block is completed and located, contact the City so GPS shots can be taken. 7. Traffic Control A. All streets are to remain open to traffic. The Consultant will be responsible to furnish all necessary barricades, flares or flashers, flag persons, etc. to provide adequate traffic control and still maintain the accesses as described herein. The signs shall conform to Sections 637 and 643 of the State of Wisconsin Standard Specifications for Highway and Structure Construction. S. Proposal Cost Breakdown A. Sanitary Sewer Manhole Set-up (each) i. Set-up cost to include any time and expenses required in order to gain entry into the sanitary sewer manhole and travel through the sewer main. ii. Should the Consultant televise multiple segments in a row from one (1) manhole, only one (1) set-up will be considered. Estimated quantities are one (1) set-up per segment. iii. This cost to also include mobilization, daily travel, and traffic control. B. Sanitary Sewer Main Line Televising i. Includes all costs associated with providing sanitary sewer main line television inspection as described above. C. Sanitary Sewer Lateral Launch (each) i. Cost to include effort to launch lateral camera from main line camera into the sanitary sewer lateral. ii. Only one (1) launch per lateral done from the main will be paid. D. Sanitary Sewer Lateral Televising (linear foot) i. Cost to include televising of the sanitary sewer lateral from the main as described above. ii. Cost to provide deliverables as described above. E. Sanitary Sewer Lateral Televising from Inside the Building Set-up (each) i. Set-up cost to include any time and expense required in order to gain entry into the sanitary sewer lateral from inside the building. 1:\Engineering\I k 1 Work\Samtary Latera1s\Te1evising\2020\RFP\SOW with main lire televising_10-15-19.docx Page 4 of 5 ii. Only one (1) set-up per sanitary sewer lateral will be considered. Estimated quantities are calculated as twenty-five percent (25%) of the anticipated Lateral Launches. iii. Cost to include coordination with property owners and set-up. F. Sanitary Sewer Lateral Televising from Inside the Building (linear foot) i. Includes all costs necessary to televise the lateral from inside the building with same requirements, including deliverables, as described above. ii. Cost to include coordination with property owners, footage, and deliverables. iii. Estimated quantities are calculated as twenty-five (25%) of the estimated Lateral Footage quantity. G. Storm Sewer Manhole Set-up (each) i. Set-up cost to include any time and expenses required in order to gain entry into the storm sewer manhole and travel through the sewer main. ii. Should the Consultant televise multiple segments in a row from one (1) manhole, only one (1) set-up will be considered. Estimated quantities are one (1) set-up per segment. iii. This cost to also include mobilization, daily travel, and traffic control. H. Storm Sewer Main Line Televising i. Includes all costs associated with providing storm sewer main line television inspection as described above. I. Storm Sewer Lateral Launch (each) i. Cost to include effort to launch lateral camera from main line camera into the storm sewer lateral. ii. Only one (1) launch per lateral done from the main will be paid. J. Storm Sewer Lateral Televising (linear foot) i. Cost to include televising of the storm sewer lateral from the main as described above. ii. Cost to provide deliverables as described above. K. Heavy Cleaning less than thirty-six inches (36") diameter (linear foot) i. Cost to include the mobilization of the necessary equipment, setup, cleaning sanitary or storm sewers, and restoration of the site. L. Heavy Cleaning greater than or equal to thirty-six inches (36") diameter (linear foot) i. Cost to include the mobilization of the necessary equipment, setup, cleaning sanitary or storm sewers, and restoration of the site. M. Outfall bagging and dewatering (each) i. Cost to include the mobilization of the necessary equipment, setup, dewatering, and restoration of the site. ii. East 141h Avenue has a 5' x 8' box storm sewer that the Street Division will supply and install a steel plate at the end. Consultant shall coordinate with the Street Division allowing a one (1) week notice for plate installation. Consultant shall perform all de - watering, as necessary. 9. Additional Information A. This agreement will be per the City of Oshkosh Agreement form only. A sample agreement form is attached to this Request for Proposal. B. All quantities in the cost breakdown are estimated and are not guaranteed. C. The proposals will be reviewed for completeness and how well it is demonstrated the needs of the City of Oshkosh can be met. The award of this work will not be based solely on cost of the proposal. 1:\Engineering\l k 1 Work\Sawtary Latemis\Televising\2020\6 MOW v th main line televisirg_10-18-19.doc Page 5 of 5 PROPOSAL COST BREAKDOWN FOR SANITARY AND STORM SEWER MAIN AND LATERAL TELEVISING 2020 CAPITAL IMPROVEMENT PROJECTS OREGON STREET ITEM DESCRIPTION UNIT EST. UNIT PRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 25 $ $ Sanitary Sewer Main Line 2. Televising L.F. 4,800 $ $ 3. Sanitary Sewer Lateral Launch Each 55 $ $ Sanitary Sewer Lateral 4. Televising L.F. 3,300 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 10 $ $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 600 $ $ 7. Storm Sewer Manhole Set-up Each 30 $ $ Storm Sewer Main Line 8. Televising L.F. 4,000 $ $ 9. Storm Sewer Lateral Launch Each 15 $ $ 10. Storm Sewer Lateral Televising L.F. 2,325 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 1,000 $ $ Heavy Cleaning greater than or 12. equal to 36" diameter L.F. 400 $ $ SUBTOTAL: OREGON STREET h\Engineering\I & I Work\Sanitary Laterals\Televising\ 2020HPP\Proposal Cost 6reakdov n 10-18-19.docx Page 1 of 9 SNELL ROAD ITEM DESCRIPTION UNIT EST, UNIT PRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 20 $ $ Sanitary Sewer Main Line 2. Televising L.F. 4,100 $ $ 3. Sanitary Sewer Lateral Launch Each 30 $ $ Sanitary Sewer Lateral 4. Televising L.F. 3,000 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 10 $ $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 1,000 1 $ $ 7. 1 Storm Sewer Manhole Set-up Each 15 $ $ Storm Sewer Main Line 8. Televising L.F. 1,700 $ $ 9. Storm Sewer Lateral Launch Each 10 $ $ 10. Storm Sewer Lateral Televising L.F. 1,000 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 500 $ $ SUBTOTAL: SNELL ROAD 1:\Engin ring\I & I Work\Samtary 1.atersis\Televising\2U20\RFP\Proposal Cost Bmakdoavn_1&1&19.doa Page 2 of 9 WEST 28TH AVENUE ITEM DESCRIPTION UNIT EST. UNIT PRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 15 $ $ Sanitary Sewer Main Line 2. Televising L.F. 2,600 $ $ 3. 1 Sanitary Sewer Lateral Launch Each 20 $ $ Sanitary Sewer Lateral 4. Televising L.F. 3,000 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 5 $ $ Sanitary Sewer Lateral Televising 6. 1 from Inside the Building L.F. 750 $ $ 7. Storm Sewer Manhole Set-up Each 21 $ $ Storm Sewer Main Line 8. Televising L.F. 1,800 $ $ 9. Storm Sewer Lateral Launch Each 10 $ $ 10. Storm Sewer Lateral Televising L.F. 1,500 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 550 1$ $ 12. Outfall Bagging 27' RCP Each 1 I $ $ SUBTOTAL: WEST 28TH AVENUE 1:\Engineering\I&1 Work\Sardtary Laterals\Telev ing\2020\RFP\Proposa1 CostBreakdow IMM9.don Page 3 of WASHINGTON AVENUE ITEM DESCRIPTION UNIT EST, UNIT PRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 17 $ $ Sanitary Sewer Main Line 2. Televising L.F. 2,650 $ $ 3. Sanitary Sewer Lateral Launch Each 50 $ $ Sanitary Sewer Lateral 4. Televising L.F. 4,000 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 10 $ $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 800 $ $ T Storm Sewer Manhole Set-up Each 15 $ $ Storm Sewer Main Line S. Televising L.F. 2,100 $ $ 9. Storm Sewer Lateral Launch Each 15 $ $ 10. Storm Sewer Lateral Televising L.F. 1,200 $ $ 11. Heavy Cleaning less than 36" diameter L.F. 650 $ $ 12. Outfall Bagging 24" x 35" CMP Each 1 $ $ SUBTOTAL: WASHINGTON AVENUE l:\Engineenng\I & I Work\Sanitary Laterals \Televising\ 2020\RFP\ Proposal Cost Breakdown 10-18-19.dorx Page 4 of 9 NORTH MAIN STREET ITEM DESCRIP#Line EST, UNIT PRICE TOTAL PRICE QTY. 1. Sanitar Sewer MaSet-up 16 $ $ Sanitary Sewer Ma2. Televisin .. 4,850 $ $ 3. Sanitary Sewer Lateral Launch Each 25 $ $ Sanitary Sewer Lateral 4. Televising L.F. 3,500 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 10 $ $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 1,400 1 $ $ 7. 1 Storm Sewer Manhole Set-up Each 25 $ $ Storm Sewer Main Line 8. Televising L.F. 3,600 $ $ 9. Storm Sewer Lateral Launch Each 15 $ $ 10. Storm Sewer Lateral Televising L.F. 2,100 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 1,000 $ $ Heavy Cleaning greater than or 12. equal to 36" diameter I L.F. 300 $ $ SUBTOTAL: NORTH MAIN STREET L\Engieeering V& 1 Work\Sanitary Laterals\Televising\2020\ RFP\Propos'al Cost Breakdown 10-18-19.docx Page 5 of 9 NORTH MEADOW STREET AND NORTH EAGLE STREET ITEM DESCRIPTION UNIT EST, UNIT PRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 20 $ $ Sanitary Sewer Main Line 2. Televising L.F. 4,125 $ $ 3. Sanitary Sewer Lateral Launch Each 80 $ $ Sanitary Sewer Lateral 4. Televising L.F. 3,300 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 10 $ $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 1 600 $ $ 7. Storm Sewer Manhole Set-up Each 25 $ $ Storm Sewer Main Line 8. Televising L.F. 3,650 $ $ 9. Storm Sewer Lateral Launch Each 15 $ $ 10. Storm Sewer Lateral Televising L.F. 900 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 850 $ $ Heavy Cleaning greater than or 12. equal to 36" diameter L.F. 350 $ $ SUBTOTAL: NORTH MEADOW STREET AND NORTH EAGLE STREET L\Engineering\I&I Wurk\SaWtary Laterals\Televising\3@U\RFP\Pmposal Cost Brsakdow 1_ 1&19.docx Page 6of9 EAST MURDOCK AVENUE DESCRIPTION UNIT EST. QTY. LINIT PRICE TOTAL PRICE ITEM 1. Storm Sewer Manhole Set-up Each 10 $ $ 2. Storm Sewer Main Line Televising L.F. 1,500 Is $ 3. Heavy Cleaning less than 36" diameter L.F. 50 $ $ 4. Heavy Cleaning greater than or equal to 36" diameter L.F. 325 $ $ 5. Outfall Bagging 40" x 65" CMP Each 1 $ $ SUBTOTAL: EAST MURDOCK AVENUE EAST 14TH AVENUE, EAST SOUTH PARK AVENUE, AND SOUTH MAIN STREET DESCRIPTION UNIT EST. QTY. UNIT PRICE TOTAL PRICE ITEM 1. Storm Sewer Manhole Set-up Each 10 $ $ 2. Storm Sewer Main Line Televising L.F. 1,300 $ $ 3. Heavy Cleaning greater than or equal to 36" diameter L.F. 325 $ $ SUBTOTAL: EAST 14TH AVENUE, EAST SOUTH PARK AVENUE, AND SOUTH MAIN STREET k\Engineering\I & 1 Work\SaNeary Laterals \Televising\2820\RFP\Proposal Cost Breakdown_10-18-19.doa Page 7 of 9 OTHER MISCELLANEOUS PROJECTS DESCRIPTION UNIT EST. UNIT PRICE TOTAL PRICE ITEM QTY. 1. Sanitary Sewer Manhole Set-up Each 10 $ $ Sanitary Sewer Main Line 2. Televising L.F. 4,000 $ $ 3. Sanitary Sewer Lateral Launch Each 40 $ $ Sanitary Sewer Lateral 4. Televising L.F. 2,000 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 15 $ $ Sanitary Sewer Lateral Televising 6. from Inside the BuildingL.F. 750 $ $ r7. Heavy Cleaning less than 36" I diameter L.F. 800 $ $ SUBTOTAL: OTHER MISCELLANEOUS PROJECTS 1:\Engineering\l&1 Work\Samtary Laterals\Televising\2020\UP\ Proposal Cost Sreakd.a 118-19.don Page 8 of TOTALS SUBTOTAL: OREGON STREET SUBTOTAL: SNELL ROAD SUBTOTAL: WEST 28TH AVENUE SUBTOTAL: WASHINGTON AVENUE $ SUBTOTAL: NORTH MAIN STREET SUBTOTAL: NORTH MEADOW STREET AND NORTH EAGLE STREET SUBTOTAL: EAST MURDOCK AVENUE SUBTOTAL: EAST 14TH AVENUE, EAST SOUTH PARK AVENUE, AND SOUTH MAIN STREET SUBTOTAL: OTHER MISCELLANEOUS PROJECTS TOTALPROPOSALCOST $ 1:\Engineering\I & I Work\Samtary Laterals\Televising\2020\RFP\Proposal Cost Breakdown_103&19.dom Page 9 of 9 win W Z+ 3 � e L y c 3 m 3 m vdi E � r r E E 9 19 0 0 0 �i Yn to in a�; Smag os$ � s9@;% g2 agd Y 01 8$ Eygs8 ay3 :-� T NLL O C QP moL2c 9r PQ cQ N OIm gpgepqggp: >Ec a L g 3m 3€mE F i$ gv'E U y rno o Sa P a$s o E F+ C a og� E2Hcn F eim 3u CL C: Epi2 EEN' 2E@j E3 39-`8 ;moms m�F ago �oo'of eLo nags ug 3mEEEC u:aEEa e u. a.a .-°erli _ u •�... P KV r i� 3 mr v _ �5� J {q } t i I r III �reB 11 a m t ■�! y L 3 N V 3. Qi E E m 3 c`o o` w. N V N N .J as lotla as N aII ale' Y oLL < Ol O a .s.. -p N O > u v`m : s 3as L y Ot o "ao "a 'E 5 E U L E58 3 o S 0 o O 0 _ L ° 9 �QEee' Q ad n N .2+' C V cm"E 8� 4 E- W � o g — g5 wo V {EM �.� Er 2t`fi^v y6 g938 && s p O O s = Umm9 m3 F'P F• SEa., °g$ naEA m xrea�kjj atMAT i O O !✓J i t N �F $ R — Z ss'a OO Zat m N Zl •v 68a28 fV cm n nj � n 1� wo w M h � lh Q �Y 'wag IML — LLm NV O u1 C f W � sza� o m !I'%tl SL�PLt SAL i �q h L 3 E u° E `o c v1 in v'4i in 3� S+by` as III° Si Eta L $E eSE—S v o N osEgogS Sis d O >_ =E n9 sa a m N n c ma aE."-' F_ '-3-E U n G O C1 < -OE Sias# 3 '8 m$Ea L- O N u o-i =mmcg@ `� c=m 71 2; C a ce aEm°a EE uE' o U rn a 1 8 o O W Ee� AEfr6ea '! =�g sEf ffipp �a n�S� gc V g 3 r`m E@ m5 iE 1S �NVA3 - e1 ...... o o� A wt a'o a'an tc'w aa'w L£U L_ZLl £ZLL � SILL 60Lt SO BEL[- I C PO{ at N N I AVR N N ( N m B i..o avot g W � t802 aoa wFw N i^ �ura m i '° g aN+a uo.a Llll 10 12 h � N M M 1 N1803,_ v, U Iry '_e 0 scar ----- _loS 8L'14Y — ® A'OC6 a, me 0 y O L 3 E $ E E E 3 00 go CSc �1E e- g 5� 8m $a gsm8. Et Laa^ S oLL i8 mac g y" P ON 0 N O Q s 5, �s8aae s ada Ll .0 ILIIcn u .o aE s8 0_ .98 U n' O O < ass Esg@E"$ g<<z a W ae� Aem.e E 9 c o za€ oog=' g gn u m id U w ege 111g ri .Sa+ o O $ p u=�s-os $ ° mead 9y,8 ca ugg 9�E�mG_c gpy 6Qa egg C > Z3 a) N � O+-, r I(D L L a) a) U CO O U— w z+N 3 3 y E N O E E E O VI O V1 C N C UI EE=a� s "; v;€oF FP amp a ; " d' &e N a: oLL ri C mgF N 0 e£ i Sag mm %.%nq4 s "" N qm uY L{p� 'ny Ev'E O O CC N u �9m-9• _E-B C N C O a$$ EaS a= H N U Of ^E€ .2-- C $aE fi lftE$ EE m 5 W Erg E4'g cCv€ E $$98 %i: aTi°e:g om gs$3 am= uE5_gs a@F ;�xy • nmo�et x $ 2 E•x 9mZp appp 6sa ug�m u$=_grnEg :5 rEEz !�! Cc ©:l-f 2k«!! z�� � C F-1�/ lr�i� Z+- ;�! & k 2 « � . . � � » s � ± \ JI a \\ »�� \. . ]I § _ ~ z ; zzz! Su AW > a) CO _N " NCO+' LCC� (Q 0 G LL I a�i y O E E Gi E vi E u� 3 in 3 rn 41 � I s ( • i i a Don 0 L 1 $ p @s ll-' c_ ass eE Egca° $ OIL � � i% E•c�Y ym u n N O am O qu'Dtn BSc N - xeg §5o gse a r •% v� HM Sm E6E 12 N N O'>_. = ao$'o axe$` a fla 8a O N i�,`- `i aae aQ S gq � �+ C .aE Qg=`a= 'SN xU I W Erig SSi$ Ea nat$ vo L .68 goy o�.Eno R$F OE3-.' F 5°geEot 2= n�Wffi °9 Ung 5`nrn E@ nm5 IEEE a O =3 y t m 3 h m E d € Ea_° 5 O ixN O C UI !1 ■ I., syz es aPs �E E2 O5o 1i Y�v ;Bv, 4md Y aS $gN OLL rl RE'S° wSw i, N 0 C I5 S�3 •fl N t Ng.-e— 4 nE v LA .N e e �6e b: Eup i H N Q E uo iwR n.E --E V O v 9v$ EoaaE 33`S wgS a� V-L 6 ZO£ _nE=a� aQ g° MC O V tf `ms-`S°Qa0 `Q EEum m C �+ C tea' wE$°'f :F °2�i' W W 'E CPS ES 3m5 c U .S.5 :Ss ma ogs`sS SE was S9EEa` w°uS u�5 °$p 4em5 �Ei Uug 3`mr—El M iE H �r I' — N N M OOEC .p E t$- ilYi �21 N N N O O N a M _ � M OL 0 2` P N N al N M h OL M o � N N b M Jl g a= Sdmso ES 229 Q$ E] o €u VU. Sm E�y Y 2 Etg �` 09 a2 (L 3 oP £ Y 011 c) is c _nc mm =S N N CO xy` _QaeE sm Up � m .N rc e$ M at �« mga L 0 _s _Ea�•a ;a e - c� r'I N 01 o ny RE A E.3 3 mm S� 2 N L O C o g 8 asalfl 'u Q'-e � L ¢ -U' .a m So ..0 O 8 W; �s seg `S En" Ni-' C Sa€ aEm=-1 cE C U 01 SmE A;j it SE VI l!J `~ Efra °flEBa e E€� smm$—a gaF S��`mi °eF sa;at boa s2 s =�8 sm e ON 3 o:EAEH n"' F a2 :s E5 -- I I �M i I 11 _.... ....... ., I I i I V I i l ITt ! � Q EQQ ! & k ! . � . z+- §k§§ |EB ! Z+: §){{ Z+- 1 75 | E 2 | y a L E 3 O E E E E N B `o N `o YI N YI 3P i9 �a CP otP [ mVa 'os E'=R� Sn 'E 'Y s's=ag - ass a :$ s;€agS aem Y � P 5 NLL N N rn c3 tE �dy9Q9@ 5mpE y L Y Wyiypq it. . � L Q a9 u€myn� o m�E V o 0 L .21 s9E9 s1 a o C �+ C FS" Ea, Fm_ i E - n d U LU Er£ EE$�s"E Ea 53-P c N @gig fi¢ o� $FE!9 N E:T SmPe o" . ge E'mg U '�aP Sgm F- Ex n`m5 iaEi a m r Z 1 d 2 m oaoo i w eK ooLE ' :, oSLf 9 o4Lf Z#Doi£ , c �- 1 � AtlM 13S213WWf1 m u h Lp sbLE LRS£ZE , 'Z4 Ni.f U 60Z£' Z# Lot£' lry i I' ?a 6VL£ z# seLA z# EZLE z# fi91E f za LoLE i IIIII`.I[E�pN- ]p 66LE E# S£LE E# EELE E# 60LE E# L01£ } Pd 646E N{%L£I jb#CZ4C "Was.2 b#LOLE 94L£ ISVLC 9L[£ 9lL£ R I I I i v e 099E m d ZfiLS 001E V, � N m O � = N _ 899C �N 9l N > N tl N d N N N W � e y L 3 E N E 2' r fA N UI VI 22 ga IE Ca IIE's e8 ds gS Bsv Y � va a8 as E=m aLL N 'C 0 W Ym s`yYg9z9 s°g s.vaay T'i N OI a a6 Eeg$E S3 ag$ U 00 L O C i 9.p$ 3-& 9c `m3a° VAC 6 -U'F E.E.F oe 2 M O E Zi C O ve g'g EESeg§ ni Y V O y U C gE ti��L�y E, EE m`o$ a5 N W EgF gESSiQ E'. t9s: �gfl _3es g" .-H HIM Sa M@EE 0 t y c 3 E 3 E vp E E 3 2 0 `0 c c in �n 8 �n w Z+- 3 Es Sad. . -Q rns" N N esoeY €� >ee •tea N O '� e$�a m5E NC c m8@ aEP.^ ++ U C 8°= �Bo3 F Ka ss° 'E° o p ^a�vE ofl `58 U) �e� um5 -s sEF' meg9 5g u3� �SEnEe nw5 r@Ed e N �=� •�O$ERST ��, P P-� N � OOL£ 0 OC J W COMM � 1�o BSLE 45LE a m S PARKVIEW CT gam_ � LLLE fi0L£Jim Is <+_ / S \ /) » \ \� \ / )) t) /( / / \!§. /5{\ k| k k a f In 2 :§i 5 /§\ q� 9` ;dg|) /e . . ku/)I/!b u# \ /e@ R t§ a \§§/S2 !& §G§ G{g§ \INIS N003HO _ G \:\mow Ll � � SM EE !!\! z+- `, a) co Q o O C O w U) c W m J w z+m 3 y w c 3 a c m � u�i u'gi c Ln c Ln J 38 E£Sia @9 3�8 '_`Pa �g ^sL Y N r-I h I N H ILA Mn <' 9j'8.ga ego aW+ O > 3 E: ==enz4 sE =gs I� L o yq Mfs.`@ N OI o :o" Eye =9 o: gee 9C O N " -BE I `wIngHff a w v rn `a"F as d C a0S �Ei�=� E_3m mass O W Se s"eke` H � $3 ORE 3gr F° n�m_ EEEg / OZb $ ° X m 7'C6SHORED 1 p.W 40F m N P B O EL rWT.: Oe LAMPERTST ^ M aW ( bop a Ngig L C1 J i� M n P _ S -- g'\ y%Y- ti N Im m' N filBt N — w Q r IW_ 1 N P 1 •� S2 o ^ aae� tv m o� e_ `* 1S WNIl e ^ m C Q c: o O y+ ^- C C) W CO CD N VJ J w z+_ 3 a�i o mg ,dn E N N N N PyyE &q "s ate_ u? Ei $m V _ m mLL N N N as :keom@ '8a N N o o� Ea El e'E U cn Ec $ $� nl r�EE m$B? aE mm$ec ,A C C O gg§ E35S9€ N U 'pl6E Ys$a d C am` EcSEg$ E-^ mc$ O W EE mE °c cg �i EM cG^ $ U_mma_S m$ OE$Be ocv iaEm'm EF Emgo 5 w�o 20 Uc , ; E 6�$ 9e@c $$= $ sd$ 3:r:E� :5 4c dE`n r m CY) vm- ,0'98l 00 7— I!7 P') of CY) r r CY). 8 c Q C C J HU-s _& E-oaf m Y ^n`sa 3 a QS E.gg Eg ago y b Y Et- S. CD3g .0 N :ti rc s- �3Y�gew :go O> `ms`8: VI En E U ~ O C a S$ Ec9 `.L o Eas, o L iSEE 9F ='S3n (1) d C g - EIS a& EE `aS s o O W :� G ov" uZ Vg1i, rm_g 8 o'i8is $m Sm mmea9 '�> ee$3 iga Ea `88 39Is Un� 5`mrnEC um5 rg Is N !h [� N h N M 1 N 71-11 w_ _ N [ h N I� N C S L u I O N c-nf bZb � � OZ4 b —1 AGREEMENT This AGREEMENT, made on the day of , 2019, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT'S NAME, address party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for SANITARY AND STORM SEWER MAIN AND LATERAL TELEVISING FOR 2020 CAPITAL IMPROVEMENT PROJECTS. ARTICLE I. PROTECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Name - Title 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 H. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Mike Blank - Construction Management Supervisor ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CTI'Y'S Request for Proposal. The CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. L\ EngiM ringU & I Work\Sawtary Latemis\Televising\2o20\RFP\Sample Agreement Fob 1618- Page 1 of % 19.d. Services included in the Other Miscellaneous Projects section of the CITY's Proposal Cost Breakdown will be detailed further within individual Task Order Authorizations. A sample Task Order Authorization form is attached to this AGREEMENT. All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall become property of the CITY upon payment for those documents by the CITY to the CONSULTANT, and shall remain the property of the CITY. ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re -perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST, FINANCIAL CONSIDERATIONS, AND SCHEDULES h1 providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties the CONSULTANT makes no warranty the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others the CONSULTANT reasonably relied upon and are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. 1:\Engineering\I&I Work\S.tltary Literals\Telmmg\2020\"P\Sample Agreement F.m 1618- Page 2Of% 19.doa To prevent any unreasonable delay in the CONSULTANT'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 VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. The CITY recognizes CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE The CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. The CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY -furnished equipment and/or materials associated with CONSULTANT's services. Upon request, the CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Request for Proposal. The CONSULTANT shall perform the services under this AGREEMENT with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees the CONSULTANT is not responsible for damages arising directly or indirectly from any delays for causes beyond the CONSULTANT's control. For the 1:\ Engineering\! & 1 Work\Sa ltary Laterals\Televising\2U20\RFP\Sample Agreement Fob 1418- Page 3 of 7 19.do. purposes of this AGREEMENT, such causes include, but are not limited to, strikes or other labor disputes, severe weather disruptions or other natural disasters, failure of performance by the CITY, or discovery of any hazardous substances or differing site conditions. If the delays resulting from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, the CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CITY's Request for Proposal dated and attached hereto 3. CONSULTANT's Proposal dated and attached hereto In the event any provision in any of the above component parts of this AGREEMENT 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. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $ ( Dollars). • Attached fee schedule(s) shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (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 CONSULTANT a statement as to the reason(s) for withholding payment. L\Enginaenng\I k 1 Work\Sanitary Laterals\Televi5ing\2020\RFP\Sample Agreement Fonn_30.18- Page 4 of 7 19.doe 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. D. Indirect Costs. Indirect costs such as computer time, printing, copying, cell phone charges, telephone charges, and equipment rental shall be considered overhead and shall not be invoiced separately to the PROJECT. E. Expenses. Expenses may be billed with up to a maximum of 10% mark-up. All invoices with expenses shall include supporting documentation of the expense. Failure to include the supporting documentation will result in the reduction of payments by the amount of those expense(s) not including documentation. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands to the proportionate extent caused by or resulting from the intentionally wrongful or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors related to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regulation, and shall indemnify the CITY for all sums including court costs, attorney fees, and damages of any kind which the CITY may be obliged or adjudged to pay on any such claims or demands upon the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re -use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. l:\Engim nng\I k 1 Work\g rotary IaWm1s\Te1eAs1ng\2020\"P\5amp1e Agreement Porm_lMS- 19.dov Page 5 Of % ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT 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 CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT 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. ARTICLE XVI. RE -USE OF PROTECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. The CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re -use, change, or alteration of these project documents. ARTICLE XVII. SUSPENSION, DELAY, OR INTERRUPTION OF WORK The CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of the CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. 1: \Engineering\I & I Work\Samtary Laterals\Telev sing\2020\UP\Sample Agreement Fob 10.18- Page 6 Of % 19.Goa ARTICLE XVIIL NO THIRD -PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than the CITY and CONSULTANT and has no third -party beneficiaries. hi the Presence of: (Seal of Consultant if a Corporation) 1407Ll MUM/:jTN M 0 (Specify Title) (Specify Title) CITY OF OSHKOSH C� (Witness) Mark A. Rohloff, City Manager And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller 1:\Engineering\l h 1 Work\Sanitary Laterals\Televising\2020\RM5emp1e Agreement Form_10-]8- 19.d. Page 7 of 7 PROJECT AUTHORIZATION NUMBER ("Task Order") Owner: City of Oshkosh Department Public Works Authorized Office: 215 Church Avenue, P.O. Box 1130, Oshkosh Wisconsin 54903-1130 Owner -Authorized Representative: Mike Blank, Construction Management Supervisor Contract: 2020 CIP Sanitary and Storm Sewer Main and Lateral Televising City of Oshkosh Contract Number: Consultants Project Number: The authorizing office requires performance of the following described Services: Form of Compensation: ® Unit Rate Not -to -Exceed: $ Additional Terms and Conditions: None Authorized Services shall be performed in accordance with the terms and provisions of the agreement between Consultant and the City of Oshkosh dated This Project Authorization shall be effective only upon date of signature of an authorized representative of the City of Oshkosh. CONSULTANT Signature: Name: Title: Date: CITY OF OSHKOSH Signature: Name: Mike Blank Title: Construction Management Supervisor Date: I:\ neering\I k I Work\Sardrzry Laterals\TdeNsing\2020\W\Sample Task Order Page 1 of 1 Au 10-18-19.doa 4/14/14 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES LIABILITY INSURANCE REQUIREMENTS The Contractor shall not commence work on contract until proof of insurance required has been provided to the applicable City department before the contract or purchase order is considered for approval by the City. It is hereby agreed and understood that the insurance required by the 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 entire job is completed and the length of time that is specified, if any, in the contract or listed below whichever is longer. 1. 2. 3. PROFESSIONAL LIABILITY A. Limits (1) $1,000,000 each claim (2) $1,000,000 annual aggregate B. Must continue coverage for 2 years after final acceptance for service/job GENERAL LIABILITY COVERAGE A. Commercial General Liability (1) $1,000,000 each occurrence limit (2) $1,000,000 personal liability and advertising injury (3) $2,000,000 general aggregate (4) $2,000,000 products — completed operations aggregate B. Claims made form of coverage is not acceptable. C. Insurance must include: (1) Premises and Operations Liability (2) Contractual Liability (3) Personal Injury (4) Explosion, collapse and underground coverage (5) Products/Completed Operations must be carried for 2 years after acceptance of completed work (6) The general aggregate must apply separately to this project/location BUSINESS AUTOMOBILE COVERAGE— If this exposure shall exist: A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident Must cover liability for Symbol #1 - "Any Auto" — including Owned, Non -Owned and Hired Automobile Liability. 4114/14 4. WORKERS COMPENSATION AND EMPLOYERS LIABILITY — "If' required by Wisconsin State Statute or any Workers Compensation Statutes of a different state. A. Must carry coverage for Statutory Workers Compensation and an Employers Liability limit of: (1) $100,000 Each Accident (2) $500,000 Disease Policy Limit (3) $100,000 Disease — Each Employee S. UMBRELLA LIABILITY - If exposure exists, provide coverage at least as broad as the underlying Commercial 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. 6. ADDITIONAL PROVISIONS A. Acceptability of Insurers - Insurance is to be placed with insurers who have an A.M. Best 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. B. Additional Insured Requirements — The following must be named as additional insureds on all Liability Policies for liability arising out of project work - City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. On the Commercial General Liability Policy, the additional insured coverage must be ISO form CG 20 10 07 04 or its equivalent and also include Products — Completed Operations ISO form CG 20 37 07 04 or its equivalent for a minimum of 2 years after acceptance of work. This does not apply to Professional Liability, Workers Compensation and Employers Liability. C. Certificates of Insurance acceptable to 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 not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk — City of Oshkosh. III - 2 "C0 R�4 CERTIFICATE OF LIABILITY INSURANCE 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 Insurance Agency contact information, including street address and PO Box if applicable. Iosured's contact infon including name, addre phone number. Insurance Agent's contact information. LMN Insurance NUMBER: NAIC 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 AMY 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 ; SUBR LTR i TYPE OF INSURANCE I INSR i WVD I I POLICY EFF POLICY NUMBER MMIDD POLICY EXP MM/DDIYYV _ ___ 1 I LIMITS 'GENERAL LIABILITY 1 _ ® QQMMERQIAL GENERAL LIABILITY ® El I A ❑;C AIMS-MADE;®IOCCUR General Liability Policy Number I Policy effective antl ezpiralmn date. EACH OCCURRENCE __ _ DAMAGE TO RENTED (Ee occunenee) ! $ 1,000,000 $ 50,000 MED EXP (Any one person) $5,000 PERSONAL &ADV INJURY $1,000.000 ®I ISO FORM CG 2037 OR EQUIVALENT j ! _ _ _ _ GENERAL AGGREGATE $ 2.000,000 PRODUCTS —COMPIOP AGG � $ 2,000.000 GEN L AGGREGATE LIMIT APPLIES PER i ❑.POLICY,�ETIJLOC $ .AUTOMOBILE LIABILITY I ANY AUTO ® ❑ Aufo liability Policy Number Policy effective and expiration tlafe. COMBINED SINGLE LIMIT Ea accident) $ 1.000,000 BODILY INJURY (Por person) $ (BODILY INJURY Per accident) I $ ALL B AUTOS OWNED ❑j ASCHUTOS UTO''. ❑,, HIRED AUTOSL❑ NON -OWNED AUTOS � 'PROPERTY DAMAGE '1(per acddeM) $ ®'.UMBRELLA LIAR ® OCCUR ® ❑�rEACH A ❑!EXCESS LIAR ❑ CLAIMSMADE Umbrella Lability Polity Number (Policy effective and expiration date. ❑IDEO®iRETENTION$10,000 OCCURRENCE $ 2,000,000 'AGGREGATE I $ C !WORKERS COMPENSATION AND EMPLO ERS' LWBILIITY ❑ ❑ ANYPROPRIETOR/PARTNER/EXECUTIVE i OFFICEIMEMBER EXCLUDED? YIN 1 .(Mandatory in NH) N I ! If yes, describeunder ®TORYLMITS WC STATU- ❑ OER- E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE —' $100,000 $ 100,000 workers Compensation Policy re PoficyelfeNiva andexpiretion date. E.L. DISEASE -POLICY LIMIT $ 500.000 DESCRIPTION OF OPERATIONS below A ,PROFESSIONAL LIABILITY •i ❑ :; ❑ 1$1,000,000 EACH CLAIM ,$1,000,000 ANNUAL AGGREGATE I Pro/essional Lie6dity Policy Policy effective and expiration data. DESCRIPTION OF OPERATIONS I LOCATIONS VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) Additional Insureds per attached endorsements. Certificates of Insurance acceptable to 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 not be canceled or non renewed until at least 30 days' prior written notice has been given to the City Clerk - City of Oshkosh. CERTIFICATE HOLDER CANCELLATION City of Oshkosh, Attn: City Clerk Insurance Standard III SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION DATE, THEREOF, NOTICE WILL BE DELIVERED IN PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh, WI 54903.1130 Please indicate somewhere on this AUTHORIZED REPRESENTATIVE certificate, the contract or project # this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 20 10 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 SCHEDULE Name Of Additional Insured Person(s) Or Organ izations : 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 II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insured(s) at the location(s) design- nated above. Insurance Standard ll1 SAMPLE CERTIFICATE Please indicate somewhere on this certificate, the contract or project # this certificate is B. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which 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. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 O POLICY NUMBER: POOa COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location And Description Of Completed 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. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury', "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". Insurance Standard I// SAMPLE CERTIFICATE Please indicate somewhere on this certificate, the contract or project # this certificate is for CG 20 37 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 ❑ Taylor, Tracy L From: Taylor, Tracy L Sent: Tuesday, October 29, 2019 11:28 AM To: 'Info at Speedy Clean' Cc: Blank, Michael E.; Rabe, James E.; Gierach, Justin; Gohde, Steven M. Subject: RE: Request for Proposal for Sanitary and Storm Sewer Main and Lateral Televising for 2020 CIP There were no questions received. Please remember that proposals are due by 4:00 p.m. on Friday, November 1, 2019. Tracy L. Taylor Department of Public Works City of Oshkosh 920.236.5195 Follow us: Web I Facebook I Twitter From: Taylor, Tracy L Sent: Friday, October 18, 2019 11:18 AM To:'Info at Speedy Clean' <info@speedycleaninc.com> Cc: Blank, Michael E. <mblank@ci.oshkosh.wi.us>; Rabe, James E. <jrabe@ci.oshkosh.wi.us>; Gierach, Justin <jgierach@ci.oshkosh.wi.us>; Gohde, Steven M. <sgohde@ci.oshkosh.wi.us> Subject: Request for Proposal for Sanitary and Storm Sewer Main and Lateral Televising for 2020 CIP Attached is our Request for Proposals for 2020 CIP Sanitary and Storm Sewer Main and Lateral Televising, Please note that questions are due by 12:00 noon on Monday, October 28, 2019 and proposals are due by 4:00 p.m. on Friday, November 1, 2019. If you have any questions, please contact us. Tracy L. Taylor Department of Public Works City of Oshkosh 920.236.5195 Follow us: Web I Facebook I Twitter Oshkosh RECEIVED PFE6�' LEAI INC ■ 1380 EARL STREET MENASHA, WI 54952 92o-734-4707 80a3714707 ,.., d l November 4, 2019 City of Oshkosh 215 Church Ave Oshkosh, WI54903 NOV -¢ 2019 DEPTOp OSHKOSy PUBLIC WORKS SHW YOUR FULL SERU/CEDRA/N & SEG/ER PROFESS/ONA�SC�NSIj�( 6GEAN/N6 TF4EU/S/N6 P/PE PATCH/Na (-/PPf 11YDRO-EXCA1i77NG &1fTER jcmA/O FAR//7 L/NES DE-SCf/L/N6 Thank you for the opportunity to bid on the 2020 Oshkosh Capital Improvement Project. Speedy Clean has three CCTV trucks equipped with systems less than 5 years old the most up to date equipment including several different cameras specifically designed for inspection of municipal sewer and industrial drain lines. This allows us to schedule multiple crews daily throughout the year. We continue to operate with the latest technology in main line and lateral launching technology from CUES including Pan & Tilt Lateral Cameras that limit the need to gain access to private residences to complete inspections. This amount of new equipment, as well as great support and employees, allows Speedy Clean to continually meet deadlines on schedule and on time. Our crews inspect over one million feet annually, including thousands of laterals. We have over 65 years combined experience in the CCTV industry. The qualifications and experience we have allows us to produce an exceptional product. Our CCTV technicians are NASSCO PACP, LAPC and MACP certified. All of our jobs are completed under NASSCO guidelines and held digitally for 5 years. We specialize in working directly with engineers and planners to gather important information specific to each project. Our CCTV operators understand that each project has a purpose and we work diligently to obtain the information the customer is seeking. Brad Winkler— CCTV Manager. Brad is our lead camera operator televising sanitary and storm sewers, lateral launching and line locating. He came to us with background in surveying and a degree in Power Engineering. Brad is proficient in all aspects of the televising division, detail oriented and very knowledgeable in his position. He works directly with Bill, the president, in bidding, schedules jobs working directly with the municipalities, contractors and engineers in order to best understand the purpose of their particular project. He is the trainer of new hires for the CCTV department. Brad is NASSCO PACP, LAPC & MACP certified. COMMERCIAL * INDUSTRIAL * MUNICIPAL * RESIDENTIAL Paul Ebben — CCTV operator. Paul came to us with a degree in Business & Sports Management from UW- Ripon. He has been a CCTV technician since starting with us and is proficient in all aspects of the televising, lateral launching and line locating. Paul also works directly with contractors and engineers. He is NASSCO PACP, LAPC & MACP certified. Blake Peotter — CCTV operator, CIPP (cured in place pipe patch) installer and Service Technician. Blake is experienced in several areas of the company. Blake started with us part time during his junior and senior year of high school and joined full-time after graduation. Blake is proficient in all aspects of the CCTV department. He spent 3 years working exclusively in the camera truck televising, lateral launching and line locating and is experienced in working with the contractors and engineers. He is NASSCO PACP, LAPC & MACP certified. In the past 3 years, he has become one of our top cured in place pipe (CIPP) repair technicians. Matt Stuckrath- CCTV operator. Matt has been a CCTV technician since starting with us in 2017. He has advanced to the televising and lateral launching part of the operation and is proficient in line locating. Ben Matson — CCTV support staff. Ben has worked in several areas of Speedy Clean and is currently working the back of the truck. He is proficient in line locating and learning the televising and launching part of the operation. Speedy Clean has secured the contract for Capital Improvement Project for the past 5 years (2015, 2016 & 2017, 2018, & 2019) with the City of Oshkosh. This is a pre-construction/planning project and consists of televising main line and lateral launching of sanitary and storm sewers. The project starts in December and is completed by the following March/April and consists of launching 200-500 laterals for each contract. We complete similar projects annually for the Village of Little Chute, Village of Combined Locks, Village of Fox Crossing, City of Kaukauna and McMahon Engineering. In 2019, we have completed several storm and sanitary sewer locating projects for underground utility construction for RK Enterprises, Neyers Construction, Michels Corp., M.J. Electric, and InterCon Construction. We also perform acceptance televising for contractors including PTS Construction, Carl Bowers Construction, Don Hietpas & Sons, Feaker & Sons as well as many others. Thank you, Brad Winkler CCTV Manager ®RAIN & SEWER 920-734-4707 800-371-4707 wwwsoeedydean'nc com November 1, 2019 YOUR FULL SERU/CEDRA/N& SE/,�/ER PROFESS/ONALS CLEAN/A1GDRO-E.YCUAi/NGP/PWfrA FRyPJ JETT/NGRECEjVED FARM LINES DE-SCA6/NG NOV _ 2 019 DrPT op OS KOSH BLIC RK HZK,OSH WfSC Wp S C • 35,4P �^ SIN Enclosed please find 4 copies of the RFP for Sanitary and Storm Sewer Main and Lateral Televising for 2020 Capital Improvement Projects. William Peotter President COMMERICAL * INDUSTRIAL * MUNICIPAL * RESIDENTIAL PROPOSAL COST BREAKDOWN FOR SANITARY AND STORM SEWAIMAIN - AND LATERAL TELEVISING NO 2020 CAPITAL IMPROVEMENT PROJECZ rpT OF V _ 12019 OSxKOSHU(I C 4, W OREGON STREET " Op SCO KS ITEM DESCRIPTION UNIT EST. LWIT PRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Eachh $ d 5f $ '510J 5 `� Sanitary Sewer Main Line F4800 2. TelevisingL.F.$ �� $ 3. Sanitary Sewer Lateral Launch Each 55 $ lle90 $ Sanitary Sewer Lateral 4. Televising L.F. 3,300 $ $ D Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 10 $ D $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 600 $ 0 y $ (/ 7. Storm Sewer Manhole Set-up Each 30 $ ao- c5 w $ Za 7 � 0 Storm Sewer Main Line 8. Telev s n L.F. 4,000 _ $ $ 9. Storm Sewer Lateral Launch Each 15 $ /UU ' $ ,6UU^ 10. Storm Sewer Lateral Televising L.F. 2,325 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 1,000 $ 0 $ Heavy Cleaning greater than or 12. equal to 36" diameter L.F. 400 $ 0 $ SUBTOTAL: OREGON STREET 1.'\Engineering\I&I Work\SamWy Laterals\Televising\2020\1ZFP\Proposal Cost Breakdow 10-18.19.do Page I of 9 SNELL ROAD ITEM DESCRIPTIONT7�-�ff= EST. UNIT PRICE TOTAL PRICE QTY. I. Sanit Sewer Manhole Set-up Each 20 $ p7oi 5 w $ L4 5o Sanitary Sewer Main Line 2. Televisin L.F. 4,100 $ ' $ s 3. Sanitary Sewer Lateral Launch Each 30 $ $ Sanitary Sewer Lateral 4. Televising L.F. 3,000 $ O $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-upEach 10 $ 0 $ V Sanitary Sewer Lateral Televising 6. from Inside the Buildin L.F. 1,000 $ $ 0 7. Storm Sewer Manhole Set-up Each 15 $ pS a $ Storm Sewer Main Line 8. Televising L.F. 1,700 $ y $ S 9. Storm Sewer Lateral Launch Each 10 $ 0 v r $ UQ0 10. Storm Sewer Lateral Televising .F. 1,000 $ �/ $ Heavy Cleaning less than 36" rL 11. diameter .F. 500 $ D $ SUBTOTAL: SNELL ROAD I:\Baglneering\I&1Work\Sanitary Larenis\Telex+ mg\2020\RFP\Pmposal Cast Bma 0 101&19.doa Page 2 of 9 WEST 28TH AVENUE ITEM DESCRIPTION UNIT EST. UNIT PRICE TOTAL PRICE QTY. I. Sanit Sewer Manhole Set-upEach 15 $ a 5 W $ 7S Sanitary Sewer Main Line 2. Telev sin L.F. 2,600 $ i{S $ 1170 3. Sanitary Sewer Lateral Launch Each 20 Sanitary Sewer Lateral 4. Televising L.F. 3,000 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 5 $ o $ (� Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 750 $ $ U 7. wer Manhole Set-up ETelevising Each 21 $ a 6 $ il 7 S wer Main Line 8. L.F. 1,800 _ $ s �S $ 9. Storm Sewer Lateral Launch Each 10 $ 1 o y $ U0 10. Storm Sewer Lateral Televising L.F. 1,500 $ V $ Heavy Cleaning less than 36" 11. diameter L.F. 550 $ ® $ o 12. Outfall Ba 27" RCP Each 1 $ V J $ SUBTOTAL: WEST 28TH AVENUE IAEngineering\I&1 Work\SaWtary Lat ak\relevlsing\2W0\RFP\Propoul Cost Breakdown-10.18-19.doa $ l 3 , 83 Ur Page 3 of 9 WASHINGTON AVENUE ITEM DESCRIPTION UNIT EST. UNIT PRICE TOTAL PRICE QTY. I. Sanitary Sewer Manhole Set-u Each 17 $ a x $ S w Sanitary Sewer Main Line 2. Televising L.F. 2,650 _ $ L4 U $ 3. Sanitary Sewer Lateral Launch Each 50 $ U v $ Sanitary Sewer Lateral 4. Televisin L.F. 4,000 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 10 $ 0 $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 800 pp�� $ V $ 7. Storm Sewer Manhole Set-up Each 15 4 $ � $ 3 3 7 1 Storm Sewer Main Line 8. Televising L.F. 2,100 _ $ S $ 9. Storm Sewer Lateral Launch Each 15 $ O � $ 1,5oo Q 10. Storm Sewer Lateral Televising L.F. 1,200 $ 0 $ (� Heavy Cleaning less than 36" 11. diameter L.F. 650 $ © $ (� 12. Outfall Bagging 24" x 35" CMP Each 1 $ S $ —ISO -5D SUBTOTAL: WASHINGTON AVENUE I:\Engineering\I&I Wmk\Smtery Lateals\Telemmg=O\RFP\Paposel Cost BaakdOw mia-is.d.« Page 4of9 NORTH MAIN STREET ITEM DESCRIPTION UNIT EST. UNIT PRICE TOTAL PRICE QTY. 1. Sanitary Sewer Manhole Set-up Each 16 $ p?j v VV � Sanitary Sewer Main Line 2. Televising$ L.F. 4,850 J IP `7J 2J 5U $ �! 3. Sanitary Sewer Lateral Launch Each 25 $ w $ a,56-0 Sanitary Sewer Lateral 4. Televising L.F. 3,500 $ 0 $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 10 $ $ U Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 1,400 $ $ 7. Storm Sewer Manhole Set-up Each 25 v �S • $ � 5 Storm Sewer Main Line 8. Televising,L.F. 3,600 $ L4 $ G .� 9. Storm Sewer Lateral Launch Each 15 $ x $ m 10. Storm Sewer Lateral Televising L.F. 2,100 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 1,000 r, $ U $ (� Heavy Cleaning greater than or 12. e ual to 36" diameter L.F. 300 ``ll $ C f $ (� SUBTOTAL: NORTH MAIN STREET 1:\Eng nearing\I & I Work\Sarutary Laterals\Televising\2020\RFP\Proposal Cost BmakdoNJm&19.doa Page 5 of 9 NORTH MEADOW STREET AND NORTH EAGLE STREET TTEM DESCRIPTION UNIT EST. UNIT PRICE TOTAL PRICE QTr. I. Sanit Sewer Manhole Set-up Each 20 $ c%� 5 $ Sanitary Sewer Main Line 2. Televisor L.F. 4,125 $ . $ �4 3. Sanit Sewer Lateral Launch Each 80 $ �� " $ aw Sanitary Sewer Lateral 4. Televisin L.F. 3,300 $ $ 0 Sanitary Sewer Lateral Televising 5. From Inside the Build n Set-u Each 10 $ $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 600 $ $ Q 7. Storm Sewer Manhole Set-up Each 25 $ p7a S" $ oZ 5h Storm Sewer Main Line 8. Televising L.F. 3,650 , 1 $ i $ / q,! 50 9. Storm Sewer Lateral Launch Each 15 $ U $ 10. Storm Sewer Lateral Televising L.F. 900 $ $ Heavy Cleaning less than 36" 11. diameter L.F. 850 $ 0 $ Q Heavy Cleaning greater than or 12. equal to 36" diameter L.F. 350 $ $ D SUBTOTAL: NORTH MEADOW STREET AND NORTH EAGLE STREET L\Engineering\I&1 Work\Smta Laterals\Telemmg\22p\RFP\Pmposal Cost Braekdo�10-1&19.do $�3,1a3"s Page 6 of 9 EAST MURDOCK AVENUE ITEM DESCRIPTION UNIT I EST, UNIT PRICE QTY. 1. Storm —Sewer Set-u Each 10 Storm Sewer Main Line 2. Televisin L.F. 1,500 Heavy Cleaning less than 36" 3. diameter L.F. 50 Heavy Cleaning greater than or 4. a ual to 36" diameter L.F. 325 5. Outfall Bagging40" x 6F CMP Each 1 SUBTOTAL: EAST MURDOCK AVENUE 1 I EAST 14 H AVENUE, EAST SOUTH PARK AVENUE, AND SOUTH MAIN STREET u rtvi 1. DESCRIPTION Storm Sewer Manhole Set-u UNIT EST. UNTT PRICE QnY Each 10 Storm Sewer Main Line 2. Televisin L.F. 1,300 $ \ $ Heavy Cleaning greater than or 3. equal to 36" diameter L.F. 325 V. SUBTOTAL: EAST 14TH AVENUE, EAST SOUTH PARK AVENUE, AND SOUTH MAIN STREET I:\8ngineavig\I&I Work\Se W, Laz,,,*\releming\2028\Rt \pmp.W Csl Br-W- 21418-19.d.a TOTAL PRICE TOTAL PRICE Page 7 of 9 OTHER MISCELLANEOUS PROJECTS TTEM DESCRIPTION UNIT EST. UNIT PRICE TOTAL PRICE QTY. 1. SanitarySewer Manhole Set-upEach 10 $ (�G 5 FJ $ S Sanitary Sewer Main Line 2. TelevisingL.F. 4,000 r Is J $ ,90 w 3. SanitarySewer Lateral Launch Each 40 $ $ " Sanitary Sewer Lateral 4. TelevisingL.F. 2,000 $ $ Sanitary Sewer Lateral Televising 5. From Inside the Building Set-up Each 15 $ Q $ Sanitary Sewer Lateral Televising 6. from Inside the Building L.F. 750 $ ® $ Heavy Cleaning less than 36" 7. diameter L.F. 800 $ $ SUBTOTAL: OTHER MISCELLANEOUS PROJECTS 1:\Fngi -6-9\I&I Wock\Sanitary L.Wa \Td]e ing\2020\RFP\Proposal Cost Breakdow I4IB-19.doa Page 8of9 TOTALS SUBTOTAL: OREGON STREET $_a 3+ 3 5 411 SUBTOTAL: SNELL ROAD SUBTOTAL: WEST 28TH AVENUE $ / g 8a0 �' SUBTOTAL: WASHINGTON AVENUE $ / / t S� SD SUBTOTAL: NORTH MAIN STREET $ ' 7 a27 5v SUBTOTAL: NORTH MEADOW STREET AND 15- NORTH EAGLE STREET SUBTOTAL: EAST MURDOCK AVENUE 's y, c/ %U 41 SUBTOTAL: EAST 14TH AVENUE, EAST SOUTH PARK $ ! jy.zT v AVENUE, AND SOUTH MAIN STREET SUBTOTAL: OTHER MISCELLANEOUS PROJECTS TOTAL PROPOSAL COST $l�2Jr 41- s�S� L\Engine g\I&I Work\5v taryLa[eak\Televi ing\2@0\RFP\Pmposal CostBmakdow 10.18-19.doa Page 9 of 9 CERTIFICATE OF LIABILITY INSURANCE DAM(k1M/OD/YYYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 06/2019 CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endowed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holdGF;K$eu of such endorsement(s). PRODUCER - - Hierl Insurance, Inc NpMEACT Ashleigh Asleson 325 Trowbridge Drive R•� D P"No (820) 821-5921 (AM No) - MAIL. (920) 9214i238 SS: aaslesen�hlerLCOm P. O. Box 948 n 1Q FOntl tlU Lac LO 1 J INSURERS) AFFORDING COVERAGE NAIL C V WI 54937 INSURERA: Clncinnall lnSUranCe Company 10677 NSURED ,(a'WVi INSURER B: Docrely InsUfanCe Speedy Clean, Inc. ®�' pu'aL DIyj1Ti 1 Capitol Specialty 1380 Earl Street D%1PT osklt W1 INSURER c: P p cialty Insurance 059 INSURERo: L Menasha WI 54952 - COVERAGES INSURER THIS IS TO CERTIFY THATTHE POLICIES OF INSURANCE LISTED,BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A OVEISIFOR THE OC L RY 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 I TYPE OF INSURANCE INSO WVD POLICYNUMSER MMNCDII'YYY POLICY X COMMERCIAL GENERALLIASILITY LIMITS OCCUR CLUMS-MADEPD EACH OCCURRENCE I $ 1,000,000 Deductible X 1,000 PD Deductible TO REMISES Eaaawnance g 5DD,000 A Y EPPOO81072 06/29/2019 06/29/2020 MED EXP (An one on ars $ 10,000 PERSONALBADV INJURY $ 1,D00,000 GEN'POLICY GATE U ROAPPLIES PER: POLICY © GENERALAGGREGATE $ 2,000,000 JECTT LOC PRODUCTS-COMP/OPAGG $ 2.000,000 OTHER: AUTOMOBILE OABILITY SINGLE UMIT $ 11000,000 X ANYAUTO Ee acdtleD A OWNED F7 SCHEDULED Y EBA0081W2 BODILYINJURY(Perperson) $ AUTOS ONLY AUTOS 06/29/2019 06/29/2020 HIRED NON -OWNED BODILY INJURY (Per accident) s AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE $ Per acddern X UMBRELLA DAB X OCCUR $ A EXCESS UAB CLAIMS -MADE EPPOO81072 06/29/2019 05/29/2020 EACH OCCURRENCE $ 6,000.000 DIED X RETENTIONS 0 AGGREGATE $ 6.000,000 WORKERS COMPENSATION $ AND EMPLOYERS' LIABILITY YIN X STATUTE ERµ B ANY OFFICERIMEMBER EXCLUDED ECUI'IVE El OB/29/2018 Oe/29/2020 NIA WC408703 E.L EACH ACCIDENT $ 100,000 (Mandatory in NH) If yes, deewibe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - EA EMPLOYEE g 100,000 E.L DISEASE -POLICY LIMIT g 500,000 Contractors Pollution Liability C EV20182133 06/29/2018 06/28/2020 Aggregate Limit 2,000,000 DESCRIPTION OF OPERRTIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be stashed if more space Is required) Each CPL Incident Limit 1,000,000 2 YEAR CONTRACT RE: 2020 Capital improvement project City of Oshkosh, and its oMcers, Council members, agents, employees and authorized volunteers are listed as an additional insured with respects to the above named insureds general liability on a primary & noncontributory basis via Form GA472 and automobile liability As Forms AA4171 &AA4174, but only as their interest applies. (The GA472 conforms to CG 2010 and or CG 2037) A 30 day Cancellation notice applies. CERTIFICATE HOLDER City of Oshkosh 215 Church Avenue PO Box 1130 Oshkosh WI 54903 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 ©1 All Hurts „_...,.., riariie aria logo are registered marks of ACORD