Loading...
HomeMy WebLinkAboutGreen Bay Lead, Inc/Environmental Services/OPD 2011 CONTRACTOR AGREEMENT THIS AGREEMENT, made on the 11TH day of November, 2011 , by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and Green Bay Lead, Inc., 1594 Orchid Lane, Green Bay, WI 54313, hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor, for the consideration hereinafter named, enter into the following agreement. The Contractor's proposal is attached hereto and reflects the agreement of the parties except where it conflicts with this agreement, in which case this agreement shall prevail. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The Contractor shall assign the following individual to manage the project described in this contract: (Thomas D. Demerse- General Manager, Green Bay Lead, Inc.) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (Jon Urben - Director of General Services) ARTICLE III. SCOPE OF WORK The Contractor shall provide the services described in the Contractor's "Environmental Services Proposal" dated 11/11/11 . If anything in the Contractor's proposal conflicts with this agreement, the provisions in this agreement shall govern. The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the 1 City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed by December 21 , 2011 . ARTICLE III. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $31,221.00, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto. Fee schedules shall be firm for the duration of this Agreement. B. Method of Payment. The Contractor shall submit itemized monthly statements for services. The City shall pay the Contractor within 30 calendar days after receipt of such statement. If any statement amount is disputed, the City may withhold payment of such amount and shall provide to Contractor a statement as to the reasons) for withholding payment. C. Additional Costs. Costs for additional services to be negotiated and set forth in a written amendment to this agreement executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE IV. CONTRACTOR TO HOLD CITY HARMLESS The Contractor covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the Contractor, his agents or assigns, his employees or his subcontractors related however remotely to the performance of this Contract or be caused or result from any violation of any law or administrative regulation, and shall indemnify or refund to the City all sums including court costs, attorney fees and punitive damages which the City 2 may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the City's written demand for indemnification or refund. ARTICLE V. INSURANCE The Contractor shall provide insurance for this project that includes the City of Oshkosh as an additional insured. The specific coverage required for this project are identified on a separate document. ARTICLE VI. TERMINATION A. For Cause. If the Contractor shall fail to fulfill in timely and proper manner any of the obligations under this Agreement, the City shall have the right to terminate this Agreement by written notice to the Contractor. In this event, the Contractor shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The City may terminate this contract at any time by giving written notice to the Contractor no later than 10 calendar days before the termination date. If the City terminates under this paragraph, then the Contractor shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the Agreement and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this Agreement. In the Presence of: CONTRACTOR /CONSULTANT By: (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) 3 . ......... CITY OF OSHKOSH �1! a By: ./1f----% �Il! Mark A. ohloff, City Manager / n ILit And:ef' IW� �- ms's) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necess- ary provisions have been made to _ 1 l pay the liability which will accrue 11�..`Alli ,11 ,Il under this contract. ity to • -' City Corfip�r 4 GREEN BAY LEAD, INC. 1594 ORCHID LANE GREEN BAY, WI 54313 PHONE (920) 494-9413 FAX (920) 499-1314 ENVIRONMENTAL SERVICES PROPOSAL November 11, 2011 Proposal#:1111 PROPOSAL SUBMITTED TO: Oshkosh Police Department 420 Jackson St. Oshkosh, WI 54903 Attention: Sgt. Todd Wrage (920) 236-5757 GREEN BAY LEAD,INC. 1594 Orchid Lane Green Bay,WI 54313 GREEN BAY LEAD, INC. 1594 ORCHID LANE GREEN BAY, WI 54313 PHONE (920)494-9413 FAX(920)499-1314 Oshkosh Police Dept. Date: November 11, 2011 Oshkosh, WI Proposal No.1111 RE: Range cleaning/rebuild, HEPA filter replacement, hazardous waste disposal. Attn.: Sgt. Wrage At your request we are pleased to submit the following proposal for your approval. EXECUTIVE SUNL'VIARY In January of 2009,Green Bay Lead,Inc.put in a proposal to repair the Dura-Bloc backstop and replace filters for the firing range. In June of 2011 Green Bay Lead,Inc. was asked to look at the range again and submit a proposal to bring the range to specification. During our inspection in July 2011 it was determined that the range had been repaired by the previous owner and in dangerous condition. Green Bay Lead, Inc.sent photos of the backstop to Range Systems, the company that installed the range and asked for a breakdown of needed repairs. Mr. Steve Thomas of Range Systems said the following: "The general consensus seems to be to remove and replace the old Dura Bloc,remove the old compression system, remove and replace the Dura Panel, and install our current self-adjusting compression system. This assumes the AR500 back plate is not damaged. Once removal of old components is completed the new compression systems and Dura Panel can be installed to the cleaned AR500 back plate. New Dura Bloc can be stacked and secured with the new self-adjusting compression system." During the inspection in July, Green Bay Lead,Inc.also performed OSHA required air monitoring in the range and in the filter room. It was determined that at the firing line the shooters were not exposed to lead dust above the OSHA Action Level of 30 micrograms per cubic meter(ug/m3),the level of lead determined by the air monitor worn by Sgt.Wrage was<10 ug/m3. It was determined that the filter bank will require replacement hepa and pre filters,this is because the air monitoring in the filter bank was determined to contain 35 ug/m3 of lead dust. Using the recommendation of Range Systems and the air monitoring performed by Green Bay Lead,Inc. we have determined the following course of action is required to bring your range into specification and make it OSHA compliant. WORK PROPOSED&AMOUNT GREEN BAY LEAD,INC.proposes to complete the following work. Price includes labor,materials, hazardous waste transportation and disposal. All work performed in accordance with OSHA 29 CFR 1926.62 Lead Exposure in Construction. FIRING RANGE: 1. Remove and replace with new, 108 Dura-Blocks. 2. Remove and replace 41 Dura Panels on the AR500 back plate. 3. Install 12 self-adjusting compression systems. 4. HEPA vacuum walls,floor, furniture,including the viewing room and,gun cleaning room. 2 5. Remove and replace with new, 10 hepa filters and 10 pre filters. 6. Hepa vacuum the filter bank and filter room. 7. Supply DOT approved hazardous waste Gaylord boxes for transportation and disposal of 104 Dura Blocs,41 Dura Panels, 10 hepa filters, 10 pre filters and all cleaning supplies. COST BREAKDOWN: 1. One hundred four Dura-Blocks at$79.00 each.=$8216.00 2. Shipping 639.00 3. Forty-one Dura-Panels at$47.00 each= 1927.00 4. Shipping 318.00 5. Ten hepa and pre filters. 2376.00 6. Hazardous waste transportation 9845.00 &disposal. 7. Labor 7900.00 $31,221.00 INVESTMENT STRUCTURE Lump sum amount based on the site investigation conducted by Tom Demerse. This proposal is valid for 45 days... SUPPLEMENTARY CONDITIONS TO GENERAL PROJECT 1. Green Bay Lead,Inc.will perform all OSHA required air monitoring of employees. 2. All HEPA and pre-filters supplied by the Green Bay Lead,Inc.. 3. Access to the range during work is limited to employees of Green Bay Lead,Inc. 4. Green Bay Lead,Inc. is responsible for all waste disposal. 5. Green Bay Lead,Inc. will have in place a site-specific lead exposure OSHA Compliance Program. 6. Green Bay Lead, Inc. will carry Workers Comp. and General Liability Policies. 7. All employees of Green Bay Lead,Inc.will be trained in the following OSHA Standards. a. 29 CFR 1926.62 Lead Exposure in Construction Standard b. 29 CFR 1910.1025 General Industry Standard c. 29 CFR 1910.134 Respirator Protection Standard d. 29 CFR 1910.133 Personal Protective Equipment e. 29 CFR 1910.45 Noise Exposure Standard f. 29 CFR 1910.28 Safety Requirements for Scaffolding g. 29 CFR 1910.1200 Hazard Communication Standard. • TERMS AND CONDITIONS The following conditions are hereby made a part of the proposal on the preceding page or the reverse side of this sheet and are to be considered a part of the contract entered into between us by the signing of the acceptance and approval on the reverse side and the performance of each of which shall be a condition precedent to any right of claim or recovery hereunder: 3 This contract constitutes the entire agreement between Green Bay Lead,Inc.(Contractor),an equal opportunity employer,and Buyer(named on preceding page or reverse side of this sheet.) TIME: The contractor is to receive notice in writing at least 30(thirty)business days before Contractor is required to have men and materials on the job site,once started,Contractor will be permitted to complete without interruption,except as may be specifically agreed upon in writing. CHANGE IN THE WORK:The Buyer may order changes or additions to the work within the general scope of the contract. Such changes shall be authorized by one of the following: (1)written Change Order signed by the Buyer or Buyer's agent, or(2)Extra Work Order or Completion Notice signed by the Buyer or Buyer's agent. The cost from a change in the work shall be determined by Contractor's cost of labor, material,equipment and reasonable overhead and profit. STORAGE AND SERVICE: Buyer will furnish,without cost to Contractor,a convenient room on the premises that can be kept locked,in which to Store materials and equipment. Buyer will supply all necessary heat,light,electricity,elevator or hoist service and water. MOVEMENT OF PROPERTY: Unless specifically stated otherwise in this contract, Buyer is responsible for moving and replacing furniture and equipment for our access to the work area. PAYMENT: Payment of all or any part of the amount of this contract which may be due or become due Contractor shall in no way be contingent upon the acceptance of work done by others and over which Contractor has no control. No responsibility is hereby assumes for work done by anyone other than by Contractor. Payment is due paid within thirty(30)calendar days from date of invoice. Payments due and unpaid shall bear interest on the 30 day at a rate of 1.5%per month or the legal rate prevailing at the place where the project is located. UNFORESEEN CONDITIONS:This contract is based on visual conditions. Buyer must be immediately notified should unforeseen conditions arise that could not reasonably be determined by visual inspection prior to starting work.Additional work must be approved in writing by the buyer. SANDBLASTING: If sandblasting is to be performed,diligence and care shall be used to protect underlying and adjoining surfaces. WOOD FINISHING: The color and grain of natural hardwoods is never uniform or totally predictable. Influenced in its growth patterns by mineral content of the soil, weather and forest climate,each hardwood tree of the same species will always produce veneers of unique appearance,color and grain variations. The finish product you receive will enhance these natural characteristics and will be a commercially acceptable wood finish. Finish product excludes any warranty on the shrinkage and/or swelling conditions of the wood. SCAFFOLDING: If scaffolding or swing staging is required to do this work, it will be furnished by Contractor unless otherwise arranged. Permission to work on or over adjoining property to perform this contract shall be secured by Buyer at no cost to Contractor. CONTINGENCIES: All agreements herein contained are contingent upon availability of specified materials,strikes,boycotts,accidents,inclement weather,earthquakes or other Acts of God which the Contractor could not have reasonably foreseen or provided for or against. BUYER PURCHASE ORDER: If a purchase order is issued by Buyer,none of its terms and conditions shall modify or supercede the terms and conditions of this contract. 4 ACCEPTANCE OF PROPOSAL November 11, 2011 Proposal #: 1111 Authorization by: 7 tamab D.(e.nexae Thomas D. Demerse General Manager The above ENVIRONMENTAL SERVICES proposal is accepted as quoted and you are authorized to proceed with the work specified, Payments will be made as outlined above. Date: Signature: Print Name: Title: Please sign and return one(1)copy of this proposal acceptance,or a P.O. 5 (1:1•D . OJHKOJH ON THE WATER Insurance Requirements for the City of Oshkosh Revised: March 31, 2011 Original: January 14, 2011 1/14/11 City of Oshkosh insurance Requirements INTRODUCTION It is important that the City of Oshkosh is adequately protected from loss due to the negligence of others (contractors, suppliers, vendors, etc.) who are working for, with, or on behalf of the City of Oshkosh. To help achieve this goal, the City of Oshkosh requires that other parties carry a certain level of insurance that will protect, defend and indemnify the City from losses arising out of their activities or from their products. The following standards have been established to help provide direction and consistency for City of Oshkosh Departments. Until the appropriate certificate of insurance verifying the required coverage is obtained, the City of Oshkosh will NOT be issuing a license, permit or entering into a contract. Insurance requirements for jobs or activities such as asbestos abatement, pollution clean up, oil recycling, hazardous waste removal, or any new contract or activity where it is not clear what level of insurance should be required will be determined by the City Attorney and the Safety & Risk Management Coordinator. The City Attorney and/or the Safety & Risk Management Coordinator are responsible for the review of all certificates of insurance to determine if they meet the insurance requirements. There may be times when an organization or contractor can not meet the insurance requirements. Any significant variance from the standards must be authorized by the City Attorney and/or the Safety & Risk Management Coordinator. 1114111 INSURANCE STANDARDS INDEX I. Contractor's Insurance with Bond&Property Insurance Requirements II. Contractor's Insurance with Bond Requirements(excluding Property Insurance Requirements) III. Contractor's Insurance (excluding Bond and Property Insurance Requirements) IV. Professional Services Liability Insurance Requirements V. Pollution Exposures Liability Insurance Requirements (Must be combined with I,II,or!!!above for proper coverage) VI. Street/ Sidewalk Obstruction/Sidewalk Layers/Curb Cut Contractors/ Work In Right-Of-Way Licenses Insurance Requirements VII. Housing Improvement Programs/Block Grants Construction Insurance Requirements VIII. Special Events Insurance Requirements IX. Razing and Removal of Buildings and Material Insurance Requirements 1/14)11 CITY OF OSHKOSH INSURANCE REQUIREMENTS III. CONTRACTOR'S INSURANCE REQUIREMENTS (excluding Bond and Property insurance Requirements) The Contractor shall not commence work on subcontract until proof of insurance required of the Subcontractor 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. INSURANCE REQUIREMENTS FOR CONTRACTOR--LIABILITY, A. Commercial General Liability coverage at least as broad as Insurance Services Office Commercial General Liability Form, including coverage for Products Liability, Completed Operations, Contractual Liability, and Explosion, Collapse, Underground coverage with the following minimum limits and coverage: 1. Each Occurrence limit $1,000,000 2. Personal and Advertising Injury limit $1,000,000 3. General aggregate limit(other than Products-Completed Operations) per project $2,000,000 4. Products-Completed Operations aggregate $2,000,000 5. Fire Damage limit--any one fire $50,000 6. Medical Expense limit—any one person $5,000 7. Watercraft Liability, (Protection & Indemnity coverage)"if' the project work includes the use of, or operation of any watercraft, then Watercraft Liability insurance must be in force with a limit of$1,000,000 per occurrence for Bodily Injury and Property Damage. 8. Products-Completed Operations coverage must be carried for two years after acceptance of completed work. B. Automobile Liability coverage at least as broad as Insurance Services Office Business Automobile Form, with minimum limits of $1,000,000 combined single limit per accident for Bodily Injury and Property Damage, provided on a Symbol#1-"Any Auto" basis. C. Workers' Compensation as required by the State of Wisconsin, and Employers Liability insurance with sufficient limits to meet underlying Umbrella Liability insurance requirements. If applicable for the work coverage must include Maritime (Jones Act) or Longshoremen's and Harbor Workers Act coverage. D. Umbrella Liability providing coverage at least as broad as the underlying 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. III - 1 1/14/11 E. Aircraft Liability, "if"the project work includes the use of, or operation of any aircraft or helicopter, then Aircraft Liability insurance must be in force with a limit of $3,000,000 per occurrence for Bodily Injury and Property Damage including Passenger liability and including liability for any slung cargo. F. Builder's Risk / Installation Floater / Contractor's Equipment or Property - The contractor is responsible for loss and coverage for these exposures. City of Oshkosh will not assume responsibility for loss, including loss of use, for damage to property, materials, tools, equipment, and items of a similar nature which are being either used in the work being performed by the contractor or its subcontractors or are to be built, installed, or erected by the contractor or its subcontractors. G. Also, see requirements under Section 3. 2. INSURANCE REQUIREMENTS FOR SUBCONTRACTOR All subcontractors shall be required to obtain Commercial General Liability (if applicable Watercraft liability), Automobile Liability, Workers' Compensation and Employers Liability, (if applicable Aircraft liability) insurance. This insurance shall be as broad and with the same limits as those required per Contractor requirements, excluding Umbrella Liability, contained in Section 1 above. • 3. APPLICABLE TO CONTRACTORS I SUBCONTRACTORS/SUB-SUB CONTRACTORS 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 include Products—Completed Operations equivalent to ISO form CG 20 37 for a minimum of 2 years after acceptance of work. This does no apply to Workers Compensation Policies. 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 OP ID:DN • DATE(MM10UlYYYY) A�R� CERTIFICATE OF LIABILITY INSURANCE 11,11!11 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED,the policy(Ies) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement, A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s), CONTACT PRODUCER 920-921-9000 NAME: McClone Insurance Group-FIX 920-921-G142 PHO N°,E,�; I FAX N°>: 885 Western Avenue Suite 100 EMAIL Fond du Lac,WI 54935 ADDRESS: Patrick McClone PRODUCER GRELE .1 CUSTOMER ID#• INSURERISI AFFORDING COVERAGE NAIC# _ INSURED GREEN BAY LEAD,INC. MAURER A:Endurance American Specialty Tom Demerse INSURER B:Society Insurance 1594 Orchid Lane INSURER C: Green Bay,WI 54313 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN€SSUED 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, i EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. —� ILTR URANCE ADDL SUFI* POLICY EFR ' POLICY EXP LIMITS TYPE OF INS ,,-;I WS/D p(11.1CY NUMBER IMMIDDIYYYYI IMM/oD(YYYY1 GENERAL LIABILITY EACH OCCURRENCE $ 2,000,000 04/28111 04128112 OAMAGETORENTED 6U,000 i A X COMMERCIAL GENER(�AL LIABILITY X ECC101di}6832 PREMISES(Ea occurrence) 1 CLAIMS•MADE l }OCCUR MED EXP(Any one person) _$ 5,000 PERSONAL&ADV INJURY $ 2,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LMIT APPLIES PER _PRODUCTS•COMPIOP AGO-"$-'_- 2,000,000 POLICY' 1 F LOG 6 , AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Eeacoident) B ANY AUTO CAP 483337 02/24/11 02/24/12 BODILY INJURY{Per person) t — BODILY OWNED AUTOS BODILY INJURY(Per accident) t X SCHEDULED AUTOS ~PROPERTY DAMAGE $ (Per aocidenl) X HIRED AUTOS _—` $ X NON-OWNED AUTOS S ■ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MACE AGGREGATE B DEDUCTIBLE $ RETENTION S (WC STATU• CTH WORKERS COMPENSATION II TORY LIMITS IT ER AND EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ ANY PROPRIETORfPARTNERIEXECUTIVE I N N f A OFFICER!MEMBER EXCLUDED? I E.L.DISEASE-EA EMPLOYEE $ (Mandatory in NH) I[Mawr under E.L.DISEASE-POLICY LIMIT ,$ DESCRIPTION OF OPERATIONS below 2,000,000 A POLLUTION i PROF ECC101006532 04/28/11 04/28/12 Pollution Prof Llab 2,000,000 DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES{Attach ACORD 101 Additional Remoras Schedule,IT more space is required) THE CITY OF OSHKOSH,ITS OFFICERS COUNCIL MEMBERS ,AGENTS EMPLOYEES AND TO WORK PERFORMED VOLUNTEERS BAY LEA . 30 LIABILITY SDNOTICE OF CANCELLATION(EXCEPT IN THE EVENT OF NON-PAYMENT OF PREMIUM AND THEN A 10 DAY NOTICE)APPLIES 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, CITY CLERK / PO BOX 1130 AUTHORIZED REPRESENTATIVE OSHKOSH,WI 549031130 Patrick McClone 1 ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009109) The ACORD name and logo are registered marks of ACORD