Loading...
HomeMy WebLinkAboutDavel Engineering and Environmental Inc-certified survey map agreement 2018 'b? e . CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 21.5 CHURCH AVENUE,P.O.BOX 1.130,OSHKOSH,Wl 54903-1130 PHONE: (920)236-5065 FAX(920)236-5068 LETTER OF TRANSMITTAL To: _Scott Anderson,P.L.S. Date: October 8, 2018 Davel En eerie and Environmental Subject: Executed Agreement for Certified 1.811 Racine Street Survey Map No. 1 and No. 2 Menasha, WI 54952 Please find: M Attached ❑ Under Separate Cover F1 Copy of Letter M Contracts n Amendment n Report ❑ Agenda F1 Meeting Notes n Photos n Mylars n Change Order ❑ Plans ❑ Specifications n Estimates n Diskette E] Zip Disk El Other. Descri ion 1. Executed Agreement These are being transmitted as indicated below: n For Approval For Your Use F1 As Requested ❑ For Review&Comment Remarks: Enclosed is a copy of the executed agreement for Certified Survey Map No. 1. and.No. 2. A City of Oshkosh Purchase Order will follow shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions, please contact us, City Clerk's Office—Original --t—'. cc: —File—Original Signed: V'6� Trae. ayloro hEngineering\2018 CONTRAM\18-04 Conc Paving&UtM Project Information\Contract Info\Consultant Agreements\Dave]Eng\18-04 Davel Eng LOT-Executed Agreement,10-8- 18.docx AGREEMENT This AGREEMENT, made on the _L clay of 2018, by and between the ei� CITY oi, OSHKOSH, party of the first part, hereinafter referred to as CITY, and RAVEL ENGINEERING AND ENVIRONMENTAL, INC., 1811. Racine Street, Menasha, WI 54952, party of the second part,hereinafter referred to as the CONSULTANT, WITNESSETI+ The CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following AGREEMENT for CERTIFIED SURVEY MAPS NO. 1, (4 LOT — INCLUDING THE HOWARD)AND NO.2 (INCLUDING THE YMCA). ARTICLE 1. PROTECT--MAN-AGE,R A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Scott Andersen,P.L.S.—Professional Land Surveyor 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 11, CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Steven M.Gohde,P.E.—Assistant Director of Public Works ARTICI,E 111. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's Proposals. 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. 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. L\Engineering\2018 CONTRAUS\18-04 Conc Paving& Page 1 of 6 Info\Comithant Agreements\194)4 Davel Lang,Agreement-CSM#1&#Zj7-24-18.docx 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 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. 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. 1:\Engineering\2018CONTRAC'rS\18-04(,'onc Paving do Util\Project—Inforniatioli\Colitract Page 2 of 6 lnfo\Consultant Agrcements\18-04 Davel Eng Agreement-CSM#1&42-9-24-18A,xx 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 CONSULTANT's Proposals. 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 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. CONSULTANT's Proposals dated September 13,2018 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. 1:\Engineering\2018 CONTRACTS\1"4 Cone Paving&Util\Project-Informatioll\Contract Page 3 of 6 lnfo\Cowsultant Agmwments\18-04 Dawl Eng Agmement-CSM#1&42_9-24-18,docx 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: • Lump Sum Not to Exceed$7,060(Seven Thousand Sixty Dollars). 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. 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. 1:\Engineering\2018 CONTRACrS\18-04 Cone Paving&Wit\Project-Infomation\Contract Page 4 of 6 Info\Consultant Agreements\18 04 Davel Eng Agreement-CSM#1&42-9-24-18,doex 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 Reqidrernents. 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 PROJECT 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 XVIL 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\2018 CONTRACTS\18-04 Conc Paving&lJtil\Project-Inforniatioll\c)ntract Page 5 of 6 Ho\Consultant Agreements\18-04 Davel Eng Agreement-CSM#1&#2-9-24-18.docx 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: CONSULTANT By: (Seal of Consultant if a Corporation) (Specify Title) By: /--"U-061/1__ VJIL,e-I� Specify Tit pecify Title) CITY OF KO By: (Witness) arnes KO By: CPESC,Director of Public Works L\Engineering\2018 CONTRACrS\18-04 Conc Paving&tJti]\Project—Infomition\Colitract Page 6 of 6 Info\Consultant Agreements\18-04 Davel Ung Agreement-CSM#1&#2_9-24-18.docx RECEIVED SEP 21 2018 DEPT OF PUBLIC WORKS September 13, 2018 pS}iICpSFI, WISCONSIN PROPOSAL To: City of Oshkosh Attn: Steve Gohde 215 Church Ave Oshkosh, WI 54903-1130 Telephone: (920) 236-5065 E-mail: sgohde@ci.oshkosh,wi.us From: Scott Andersen, PLS Davel Engineering and Environmental, Inc. 1811 Racine Street Menasha, WI 54952 Telephone: (920) 560-6569 Fax: (920) 830-9595 E-mail: scott@_davel.pro Project: CSM #1 (4 Lot— including The Howard) — City of Oshkosh Description: Certified Survey Map Dear Mr. Gohde: Thank you for the opportunity to provide you with this proposal for professional services to be provided for the above referenced property located in the City of Oshkosh, Winnebago County. I am looking forward to providing you with a quality survey. I have summarized below the scope of services and related fees for the professional services to be provided by Davel Engineering and Environmental, Inc. Scope of Services Phase & Description 1. Certified Survey Map A. Legal research of deeds, easements etc B. Field Survey of existing boundary(s) C. Prepare Certified Survey Map legal document D. Review CSM with Owner E. Submit CSM to local agency for review and approval F. Property Corner Monumentation G. Map all existing Buildings H. Map all existing Pavement Proposal CSM#1 —CSM City of Oshkosh Page 2 of 2 Fee Summary A bill for services rendered will be submitted to the client monthly as the project progresses. The fees outlined below reflect fixed fees. Fees cover all labor and materials necessary to perform the above work. Professional Services: 1. Certified Survey Map $ 2,750 Reimbursable Expense Estimate: 1. ROD Recording Fee $ 30 Out of Scope Work 1. Agency Meetings Responsibility of the Owner 1. Governmental Review and Recording Fees (See Reimbursable Expense Estimate Above) 2. Providing access to property 3. Attend Agency Meetings related to CSM Review 4. Copy of the current Deed Additional Services Additional services if requested in writing by the Owner will be billed according to the agreed upon fee. Schedule I can begin work on this project as soon as I receive a signed copy of this agreement. If you have any questions about this proposal or your project, please let me know. I would be happy to meet with you to go over this proposal, project, or my qualifications in detail. Sincerely, Scott R. Andersen, PLS Professional Land Surveyor REcl IVED SEP 2 1 Z018 September 13, 2018 DEPT OF PUBLIC WORKS OSHKOSH, WISCONSIN PROPOSAL To: City of Oshkosh Attn: Steve Gohde 215 Church Ave Oshkosh, WI 54903-1130 Telephone: (920) 236-5065 E-mail: sgohde@ci.oshkosh,wi.us From: Scott Andersen, PLS Davel Engineering and Environmental, Inc. 1811 Racine Street Menasha, WI 54952 Telephone: (920) 560-6569 Fax: (920) 830-9595 E-mail: scott@davel.pro Project: CSM #2 (including The YMCA) -City of Oshkosh Description: Certified Survey Map Dear Mr. Gohde: Thank you for the opportunity to provide you with this proposal for professional services to be provided for the above referenced property located in the City of Oshkosh, Winnebago County. I am looking forward to providing you with a quality survey. I have summarized below the scope of services and related fees for the professional services to be provided by Davel Engineering and Environmental, Inc. Scope of Services Phase & Description 1. Certified Survey Map A. Legal research of deeds, easements etc B. Field Survey of existing boundary(s) C. Prepare Certified Survey Map legal document D. Review CSM with Owner E. Submit CSM to local agency for review and approval F. Property Corner Monumentation G. Map all existing Buildings H. Map all existing Pavement Proposal CSM#2—CSM City of Oshkosh Page 2 of 2 Fee Summary A bill for services rendered will be submitted to the client monthly as the project progresses. The fees outlined below reflect fixed fees. Fees cover all labor and materials necessary to perform the above work. Professional Services: 1. Certified Survey Map $ 4,250 Reimbursable Expense Estimate: 1. ROD Recording Fee $ 30 Out of Scope Work 1. Agency Meetings Responsibility of the Owner 1. Governmental Review and Recording Fees (See Reimbursable Expense Estimate Above) 2. Providing access to property 3. Attend Agency Meetings related to CSM Review 4. Copy of the current Deed Additional Services Additional services if requested in writing by the Owner will be billed according to the agreed upon fee. Schedule I can begin work on this project as soon as I receive a signed copy of this agreement. If you have any questions about this proposal or your project, please let me know. I would be happy to meet with you to go over this proposal, project, or my qualifications in detail. Sincerely, Scott R. Andersen, PILS Professional Land Surveyor DATE(MMIDD/Y'YYY) AC R" CERTIFICATE OF LIABILITY INSURANCE 9/26/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON,THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ios)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Hall&Company U NAME:_.,..__Jim Ledbetter _ 1966010#h Ave NE ` PHO E Ext) 360-626-2019_._ �a,c No):360-598.3703 E-MAIL Poulsbo WA 98370a� ADDREss: 'ledbetter hallandcomp .com INSURERS AFFORDING COVERAGE NAIC# 11 FFdd INSURERA:Liberty Insurance Underwriters Inc. 19917 INSURED Davel Engineering & Environme rttcov V� �,C0NA 1141 INsuRERB: 1811 Racine Street vkjos�A'W wsURERC: Menasha WI 54952 O INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:312307648 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE _---- w ADDLSUBR POLICYNUMBER J MM1iD1YYYY MMDDYYXYY LIMITS LTR COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES Ea MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ .._ POLICY JECTPRO- ly LOC PRODUCTS-COMP/OP AGG a $��,__ OTHER: $ .. .. AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ H Ea accident ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON�OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Par accident UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER DTH- AND EMPLOYERS'LIABILITY YIN ANYPROPRIETOR/PARTNER/EXECUTIVE ❑ N/A E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional Liab:Claims Made AEX1024080004 2119/2018 2/19/2019 $2,000,000 Per Claim $4,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached it more space is required) Additional Insured Status is not available on Professional Liability Policy, CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Oshkosh ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1130 Oshkosh WI 54903-1130 AUTHORIZED REPRESENTATIVE USA ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 0 CERTIFICATE OF LIABILITY INSURANCE AC(--)RL> DATE(MM/DDNYYY) 1 09/26/2018 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Mayer&Associates ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 130 Main Street Suite 105 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Menasha,W1. 54952 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Secura Insurance Companies Davel Engineering&Envirorimental,IMCEIVED INSURER B: Secura Insurance Companies 1811 Racine St. INSURER C: Secura Insurance Companies Menasha,Wi.54952 SEP 2 6 2018 INSURER D: Secure Insurance Companies I INSURERE: COVERAGES 49. "IlA_414 THE POLICIES OF INSURANCE LISTED BELOW % NA%I�EE'dfs IN NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANO&IN14Z WR N WITH RESPECT TO WHICHTHIS 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.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSH AULrL P P8j+W1g11gWN LTR INSRD TYPE OF INSURANCE POLICY NUMBER (MW D LIMITS A A GENERAL LIABILITY 20-BP-003173870 02/04/2018 02/04/2019 EACH OCCURRENCE $ 2,000,000 COMMERCIAL GENERAL LIABILITY DAME TO RENTED -1 OCCUR PREMISES(Ea occurence) $ F/ M CLAIMS MADE MED EXP(Any one person) $ 5,000 Waiver of Subrogation PERSONAL&ADV INJURY $ Included Additional Insured Wrap GENERAL AGGREGATE $ 4,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 4,000,000 —] POLICY F-1 PROJECTF,/ L 0 C B A AUTOMOBILE LIABILITY 20-A-003173871 02/04/2018 02/04/2019 COMBINED SINGLE LIMIT $ 1,000,000 rf ANYAUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-FAACCIDENT $ ANYAUTO OTHERTHAN EAACC $ --I AUTO ONLY: AGG $ C A EXCESS/UMBRELLA LIABILITY 20-CU-003184683 02/04/2018 02/04/2019 EACH OCCURRENCE $ 1/1 OCCUR El CLAIMS MADE AGGREGATE $ 5,000,000 DEDUCTIBLE $ RETENTION $ 10,000 $ WL;6 IAl U D WORKERS COMPENSATION AND 20-WC-003173872 02/04/2018 02/04/2019 TORY LIMITS EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? IfXes,describo under E.L.DISEASE-EA EMPLOYEE $ 1,000,000 S EC,AL PROVISIONS below E.L.DISEASE.POLICY LIMIT $ 1,000,000 OTHER I UESCHIPYIDN OF OPERAI IONS I LOCATIONS I VEHIC45 I EXCLUSIONS ADDED BY ENUUH5h6hNT I SPECIAL PROVISIONS CERTIFICATE HOLDER CANCELLATION Department of Public Works SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Oshkosh DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE I Brian Becker ACORD 25(2001/08) 0 ACORD CORPORATION 1988