Loading...
HomeMy WebLinkAboutED Chase/Roof Repairs 2012 CONTRA CTOR AGREEMENT THIS AGREEMENT, made on the 13th day of August, 2012, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and E.D. Chase, 5001 Green Valley Road, Oshkosh WI 54904 hereinafter referred to as the CONTRACTOR, WITNESSETH: That the City and the Contractor,for the consideration hereinafter named, enter into the following Agreement. The CITY'S Bid Specifications and Insurance requirements are attached hereto and incorporated into this Agreement. The Contractor's proposal is also attached hereto and reflects the agreement of the parties except where it conflicts with the CITY'S terms within this agreement, in which case the CITY'S Bid Specifications, Insurance requirements, and other terms of 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: (Terry Buss, 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 contract: (Jon Urben, General Services Bureau Manager) ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Bid Specifications dated July 12, 2012, attached hereto as Exhibit A, and the Contractor's "Project Bid Proposal Form" dated July 30, 2012, attached hereto as Exhibit B. Both Exhibit A and B are incorporated into this Agreement. If anything in the Contractor's proposal conflicts with the CITY'S Bid Specifications or with this agreement,the CITY'S Bid Specifications and the provisions in this agreement shall govern. 1 The Contractor may provide additional products and/or services if such products/services are requested in writing by the Authorized Representative of the City. ARTICLE IV. CITY RESPONSIBLITIES The City shall furnish, at the Contractor's request, such information as is needed by the Contractor to aid in the progress of the project, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the Contractor's work the City will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE V. TIME OF COMPLETION The work to be performed under this contract shall be commenced and the work completed by Monday, December 31, 2012. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $22,850.00, 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 reason(s) 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 VII. 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 may be obliged or adjudged to pay on any such claims or demands within thirty (30) days of the date of the 2 City's written demand for indemnification or refund. ARTICLE VIII. 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 is identified in the CITY'S Bid Specifications dated July 12, 2012, attached hereto as Exhibit A and fully incorporated into this Agreement. The Contractor is responsible for meeting all insurance requirements. The CITY does not waive this requirement due to its inaction or delayed action in the event that the Contractor's actual insurance coverage varies from the Insurance required. ARTICLE IX. 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 `81-~6 - E. D. Chase Co INc. By: Terry W. Buss, President (Seal of Contractor (Specify Title) 8-28-1 2 if a Corporation.) By: (Specify Title) 3 CITY OF OSHKOSH 1 / v- By: 1-34.-74--67/t----.--/I C '�tz� '_;"7 - // L =(, A. Rohloff, City Manager ( Aitne . ) –.__ __ r j1/CCTS,(t'',^ - "> ( i e3.- ° And: N (Witness) Pamela R. Ubrig, City C rk (I AP'ROVED: I hereby certify that the necess- ary provisions have been made to I pay the liability which will accrue Y ►i,a, , I ∎1 1 A ._.01 under this contract. --" ` ity Att• le P-(22W4, ---'" -- 1 City Comptroller./ 4 QUOTE TABULATION VARIOUS ROOF REPAIRS QUOTES OPENED JULY 30, 2012 VENDOR INFORMATION VENDOR INFORMATION VENDOR INFORMATION Pioneer Roofing LLC E.D. Chase WJ Woodruff Roofing 151 Maple Street 5001 Green Valley Road Contractors Inc BUILDING BREADOWN PO Box 277 Oshkosh WI 54904 279 Forest Ave PO Box 763 Johnson Creek WI 53038 Fond du Lac WI 54936-0763 City Hall $1,180.00 $900.00 $750.00 Convention Center $7,488.00 $1,600.00 $3,800.00 Golf Course&Irrigation Pump House $7,657.00 $3,100.00 $8,700.00 #1 Grand Opera House $1,045.00 $1,600.00 $400.00 Water Filtration Plant $1,489.00 $800.00 $950.00 No bid unable to repair Oshkosh Public Museum $2,540.00 $1,700.00 either the steep or flat roofing Murdock Lift Station $1,972.00 $1,550.00 $1,200.00 Wastewater A&B,Admin, Digester $7,782.00 $8,400.00 $12,300.00 and Solids Buildings Water Distibution Center $3,297.00 $3,200.00 $4,800.00 Unit Pricing-Latent conditons or $80.00/hr $70.0/hr $75.00/hr additional work Material(Contractor cost)plus 25% 15% 15% TOTAL $34,450.00 $22,850.00 $32,900.00 .............. 07/30/2012 01 : 18pm �������� #913 _Page 01 FAX • inge No. 1 of Pages 5001 Green Valley Road Phone(920)235-5220 `� Oshkosh,'WI5490-¢ Fax (920)235_$,' 30 S�, 2 c / Z tbuss(aedchase.com ! 0 \70//1/1/ Z{ 2 ,ifi 1 ,sa),.l G, ,e6=; z)o r� /YID'- .f 4 7 4Cc_S-e ri� JQ i0/c 1-- / 2 C ÷-P Qv© 9 7-7 1r■ 3 ) eer 71r C:`e . 4 u K- c.._ p . g\c_ -a._c ,, „peovc , . . , <---7-7:. z cl„t.,1 . i___________________.._._._. _. /------7 _c_A_- -- , . , ..., . ,... 7 • 07/30/2012 01 : 18pm #913 Page 02 V i` U li Psi QUOTE FORM a —sr int SPECIALTY ENGINEERING GROUP LLC N89W 16785 APPLETON Ave,SUITE 201 4 MENOMONEE FALLS,WI 53052 T 262.253.4700 r 262.253.4701 www.str-seg.com 2012 CITY-WIDE REPAIR PACKAGE CITY OF OSHKOSH OSIKOSH,'WISCONSIN SEG Project No. 12082 QUOTATIONS DUE: 2:00pm,Monday,July 30,2012 TO: Mr.yon Urben—City of Oshkosh We E. D. Chase Co.. , Inc. (an individual) (a corporation)(a partnership)(Cross out inapplicable) 5001 Green Valley Road Street Oshkosh - 54904 City State Zip Code hereby agree to execute the offered contract and to provide all labor and material required for the construction of the project designated above, for the prices hereinafter set fbrtb,in strict accordanec with the Defect List prepared by Specialty Engineering Group. SINGLE RARE O rr OTr. BASE QUOTE: ALL WORK required to perform all repairs as indicated on project documents forthesomof: Twenty six thousand one hundred dollars (Dollars) (written amount) ($ 26, 100. 00 ) (numorical amount) 07/30/2012 01 : 18pm #913 Page 03 Vrit rtlQU'OT'E FORM .; Per building quote breakdown: Oshkosh City Hall $ 9 0 0. 0 0 (Dollars) City Center Conventloa Center $1 , 6 0 0.0 0 (Dollars) Fire Stations 16& 17 $3,250. 00 (Dollars) Golf Garage&Irrigation Pump House f 1 3,r 1 0.0..0 0 (Dollars) Grand Opera House $1 .600. 00 (Dollars) Water Filtration $ 800.00 (Dollars) Public Museum $1 , 7 0 0.0 0 (Dollars) Murdock Lift Station $1 , 5 5 0.0 0 (Dollars) Wastewater A&B,Adndn,Digester $8,400.00 (Dollars) &Solids Buildings $3,200.00 Water Distribution (Dollars) *Please note all repairs must be billed individually as listed above UNIT PRIQ G 1. For latent conditions or additional work: Time(per man-hour) 3 7 0. 0 0 Material(Contractor cost)plus 1 5 TO SUBMIT OUOTATIONS: Deadline for quotations is 2:9Opm,Monday,July 30,2012 Fax: (920)236-5090 Mail: City of Oshkosh Purchasing,215 Church Avenue,PO Box 1130,Oshkosh,WI 54903-1130 Email: luna rady(r lcl_oshkosh.wius All quotations must be F.O.B.Destination and include cost of handling and freight to delivery point. Page 2 of 3 #913 Page 04 07/30/2012 01 : 18pm it d��°' QUOTE FORM ►�r_ - ME : .11 0 TYON ► • or CT :ORK The undersigned agrees, if awarded the contract, to start and fully complete the Work on or prior to Monday, December 31,2012. • BY SIGNING THIS QUOTE FORM THE BIDDER HAS KNOWLEDGE OF THE FOLLOWING: 1. That said Bidder has examined the drawings and specifications,earefi fly prepared the quote form,and has checked the same in detail before submitting said quote. 2. The Bidder will furnish all necessary materials, labor, tools, machinery, apparatus, and other means of construction in the manner provided in the applicable specifications,and at the time stated in the contract. 3.. Included with this quote is the Bidder/Contractor Pre-Qualification Form. 4. Included with this quote is our current Certificate of Insurance. E. D. Chase Co. , Inc. (E�rm Numc) 920-235-5220 (Telephony Number) 920-235-8330 (Seal,if quote is by a corporation) (Fax Numbs) tbuss@cdchase.com (e-mail&ddreye) Date: 7-30,12 /A) BY (Sigeaum of et) Terry W. Buss, President 0100 Page 3 of 3 #913 Page 05 07/30/2012 01 : 18pm • al. CONTRACTOR/BIDDER QUALIFICATION FORM 1 Company Information Company Ntunc; E. D. Chase Co. Inc. Complete Address: 5001 Green Valley Rd. Oshkosh, WI 54904 phatne;r 920-235-5220 Fax; 920-235-8330 State Contractor's License#. 1109964 State Public Works Contractor's License#: Other Applicable Licenses: Union Affiliation; N/A Work Trades Performed Roofing Type of Company:gj;Corporation[j Partnership[I Sole Proprietorship Federal Tax YD#: 3 9-1 2 9 31 1 4 Company Contact; Terry W.Bus s Email Address: thus s @ edchas e.com Date Formed: 1921 Number of Employees:Salaried: Hourly: ! Bank Reference —MIL=k 111 N. Main St. Oshkosh, WI Lenders Name and Address Connie Bartel 920-424-4260 Lending Officers Name and Phone Number • Completed Projects List four(4)representative protean completed in the lest live(*years Protect Name Contracting Company Contact Name/Phone# Contract Amount 2 million ion SCA Tissue 780 000.00 Avl Tnriz 650 000.00 Current Projects List tour(4)representative projects currently under canstniction Project Name Contracting Company Contact Nume/Phone# Contract Amount Oshkosh West 210, 000. 00 FOnd du Lac Sch.Onl4 -. 1 50, 000. 00 Suring SchQO1s 680 000.00 - . - . . - , 11 111 11 #913 Page 06 07/30/2012 01 : 18pm it tt1t Trade References List three(3)of your subcontractors or suppliers Company Name Address Phone# Contact Name Roofers Mart 414-462-9600 920-687-1771 Client References List three(3)clients Company Name Address Phone# Context Name Ryan Meyers „� Oshkosh Corp Roger Rozek Winneconne Schools Steve Smith Georgia Pacific • Other Information In the past five years has your company Coiled to complete a contract or had a contact terminated? []YesjNo la the past five years,has your company had any liens filed against it by say subcontractors a Suppliers? l]Yes4 No Has your company over had liquidated damages assessed against it?[]Yes 10 . Has your company or any of its employees been Involved in a lawsuit related to a project?[J Yes/(}No Has your company been investigated roar any violations of local,state,or federal laws?[1 Yee g];No Has your company or any of its employee's been Investigated for violation of any labor laws? []Yes4TN0 Provide a detailed description of the circumstances behind any"yes"answers given above below: • { -.. i 07/30/2012 01 : 18pm #913 Page 07 • ri 31 Gl NHL „A'°'�'°' CERTIFICATE OF LIABILITY INSURANCE l DATE(MM/ ) 071E5/2012 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 pollcy(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 c certificate holder In lieu of such endorsement(s). PRODUCER CONTACT cs Aon Risk Services Central, Ins. NAME: b Green Nay WI office {WC.No_Es); (Y2D) 417-7123 FAX Nu.)a (92D) 43).•5345 m` 111 N. Washington street, Suite 300 E.MANL o lo P. 0. Box 23004 ADDRESS: _ Green Bay wI 54305-3004 USA INSURERS)AFFORDING COVERAGE MAIO$ INSURED INSIIRERA: ACUITY, A MUtUal Insurance Company 14184 E- O. Chase company, Inc. INSURERS; 5001 Green valley Road oshkosh WI 54904 USA INSURER C: INSURER D: INSURER E: INSURER F; �T COVERAGES CERTIFICATE NUMBER:570049985245 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. Limits shown are as requested LTR TYPE OP INSURANCE �R-WVD POLICY NUMBER PIyOV ITYYY) ig/OICY G7tr LIMITS GENERAL LIABILITY K76/81 i0/o1/2011 10/01/1012 EAC4t occuRRENeE~~ 51,000,000 Package CAA AUN CO K f1reD 5250,000 X COMLLERCIAL GENERAL IJAaILITY PROMISES rte occltr1911Ce) CLAt,G.MAUB q OCCUR MED EXP(My oos per) 510,000 PERSONAL S ADV INJURY 51,000,000 `c _ GENERAL AGLiHHEOATE 53,000,000 N GERI AGGREGAYF IJMIT APPLIES PER: PRODUOTS-COMP/OP AGG 53,000,000 —PU4tCY N "-1 ECaT I .' LOG - - A AUTOMDRILE UADILITY K76/8/ 10/01/2011 10/01/2012 COMeLNFn SINGLE LEE r + Package (6a a�.i4leW $1,000,D00 )X ANY AUTO •- BODILY INJURY(Pm pc,snn) 0 Z — ALL OWNED SCHEDULED BODILY INJURY(Pm'fIUidell0 es AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE v — AUTOS (Psi EoclosntJ g rr� ti A x UMBRELLA use OCCUR K7678 10/01/2011 10/01 1 EAOHoccuRRENce S5, ,uvu 000 U — EXCESS LIAO ^, CLAIMS-MADE Package AGGREGATE 55,000,000 mot IRETENTIoN --- A WORKERS COMPENSATION AND K76787 10701/1011 20/x1/2012 XX l T C sTA u-I 107i- EMPLOYERS'LIABILIM MIT I i. ANY PROPRIETOR/PARTNER'EXECUTIVE Y Package EL.EACH ACCIDENT S100,000 OFFICER/MEMBER EXCLUDED? P41 N IA (Mandsiory IS NM E.L.DISEASE-EA EMPLOYEE 5100,000 S yyeess niY,ea EL.DISEASE-POLICY LIMIT 5500,000-._ DEB�RIPTIDN bF OPFRAT[OtJ6 wow iii• DESCRIPTION OF OPERATIONS I LOCAViONB I VEHICLES(Attach ACDRD 701,AddKJa al Romulus 5CM5UIS,N ma.space I.'*Rated) -it; CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIREO POLICIES BE CANCELLED BEFORE THE �'■ EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED mi ACCORDANCE rem THE POLICY PROVISIONS. 1L- . -air AUTHORIZED REPRESENTATIVE s cl6e�/6ltiC !9 1zz4 ✓I�L0. g • mill 01988.2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD AUG-01-2012 16 25 Ron 9204316333 P.01/01 �' CERTIFICATE OF LIABILITY INSURANCE DAYOMWI DoDI2YYY) 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 m 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). E 0 PRODUCER CONTACT Y7 Aon Risk Services Central, Inc. PHONE IFAx Green Bay WI office (NC.Nth Eat): (920) 437-7123 INC Ne)- (920) 431-6345 9 111 N. washington Street, suite 300 E-MAIL ADDRESS: '3 P .0. Box 23004 Green Bay wi 54305-3004 USA INSURER(S)AFFORDING COVERAGE NAIC A ENSURED INSURERA ACUITY. A Mutual Insurance Company _ 14184 E. D. Chase Company, Inc. INSURERS: 5001 Green Valley Road Oshkosh WI 54904 USA INSURER O: INSURER 0: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:570047190758 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 SY PAID CLAIMS- Limits shown are as requested LTR TYPE OE INSURANCE . R VINO POLICY NUMBER MM.o MMIOOIYYY WAITS A f eNERAL MA6 1LITY Y K7T787- I t r t t ' EACH OCCURRENCE $1,000.000 1 Package pou.tke 12?R6Rrtn 5250,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea atturrenee) oLAMCS.MADE El OCCUR WO Eal(Any one person) $10,000 1—C PERSONAL&ADV INJURY $1,000,000 m GENERALAGGREGATE 53,000,000 S. GEM-AGGRE�GA�TE LIMIT APPLIES PER PRODUCTS•COMP/OP AGG 53,000,000 r;_� POLICY 1 x 1�j --l LOC A AUTOMOBILE LIABILITY Y K76787 10/01/2011 10/01/2012 COMBINED SINGLE LIEST $1,000,000 w Package (Ea amid ant) .. , 1-- X ANY AUTO BODILY INJURY(Per person) o — ALL OWNED SCHEDULED BODILY INJURY(Per accident) .....� AUTOS Me AUTOS PROPERTY DAMAGE ni NON-OWNED 47 HIRED AUTOS ■AUTOS •(par Rttidant) - F. II z ta A X UMBRELLA LIAB OCCUR Y K76787 L r 11 11 0 0 0 2 EACH OCCURRENCE 8,664,000 C) — Package AGGREGATE 55,000,000 Excess LIAR -� MAW-MADE DED I (RETENTION . ' A WORKERS COMPENSATION AND K76787 10/01/2011 10/01/2012 ^ I TORY sail.� 10T EMPLOYERS'UABILITY YIN Package 1 ANY PROPRETOR I PARTNER I EXECUTNE Irf E.L.EACH ACCIDENT $100,000 OFFICERIMEMEER EXCLUDCD? I ^ 1 N I A - (Mandaiery in NH) L_ t E.L.DISEASE-EA EMPLOYEE $100,000 IT yyp�ys louden under DESCRIPTION OF OPERATIONS haloes --- E.L.=BASE-POLICY:Mir 5500,000 2 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 151,Additional Romanis Sthadulo,M more sparse is required) ADDITIONAL INSURED ON THE GENERAL LIABILITY, AUTO & UMBRELLA POLICIES CITY OF OSHKOSH AND ITS OFFICERS, COUNCIL MEMBERS. . AGENTS, EMPLOYEES AND AUTHORIZED VOLUNTEERS AS RESPECTS THE WORK BEING DONE PER BLANKET ADDITIONAL INSURED ENDORSEMENT, AS REQUIRED BY WRITTEN CONTRACT. ENDORSED POLICIES WILL INCLUDE A 30 DAY NOTICE OF CANCELLATION / NONRENEWAL FOR ANY REASON OTHER :!. THAN NONPAYMENT OF PREMIUM, PROVIDED TO THOSE PARTIES INDICATED IN THE WRITTEN CONTRACT. , SA CERTIFICATE HOLDER CANCELLATION '- SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ..rr CITY OF OSHKOSH AUTHORIZED REPRESENTATIVE �s ATTN: CITY CLERK �.. 215 CHURCH AVENUE c �' t Z.i * Or PO BOX 1130 OSHKOSH WI 54903-1130 usA _ NI ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD TOTAL P.01 Best's Credit Rating Center - Company Information for ACUITY A Mutual Insurance Co... Page 1 of 2 rr ii l II i'G ii-r , Ratings & Criteria Center Regional Centers:Asia-Pacific I Canada I Europe,Middle East and Africa Home I About Us I Contact Us I Sitemap For ratings andprodud access Login I Sign-up Ratings&Criteria . ACUITYA Mutual Insurance Company ER Print this page »Home Methodology A.M.Best#:000468 NAIC 6:14184 FEIN#:390491540 Bests Credit Ratings+ Address:P.O.Box 58 Assigned to R....WI *i#8,R•Bne »Finandal Strength Rating Sheboygan,WI 53082-0058 companies ur r • »Issuer Credit Rating that have,in » United States A+ °'i 'Or Debt Rating our opinion, Advanced Search Web:www.acuity.com »About Bests Credit Ratings+ Phone:920-458-9131 a superior ability to meet their Get a Credit Rating+ Fax:920-458-1618 ongoing insurance obligations. a Best's Special Reports --- -- -- - »Add Bests Credit RatingsSearch `Best's Credit Ratings To Your Site Financial Strength Rating View Definition _ Best's Credit Rating Analyst »BeslMark for Secure-Rated Insurers Rating: A+(Superior) Office:A.M.Best Company »Contact an Analyst Financial Size Category: XI($750 Milton to$1 Billion) Financial Analyst AdrienneTortoriello »Awards and Recognitions Outlook: Stable Managing Senior Financial Analyst:Jennifer Marshall, News&Analysis„ Action: Affirmed CPCU,ARM Products&Services Effective Date: January 31,2012 u Denotes Under Review Bests Rating Industry Information Corporate Issuer Credit Rating View Definition Regulatory Affairs » Long-Term: as Support&Resources ,F Outlook: Stable Action: Affirmed Conferences and Events Date: January 31,2012 Find a Best'.-Credit Rating I Reports and News Enter a Company Name 'CM Best's News and Analysis site for the latest news and press releases for this company and its A.M.Best Group. »Advanced Search AMB Credit Report-Insurance Professional-includes Best's Financial Strength Rating and rationale along with comprehensive analytical commentary,detailed business overview and key financial data. S,y„,- .gaxry Report Revision Date:7/31/2012(represents the latest significant change). Historical Reports are available in AMB Credit Report-Insurance Professional Archive. View Rating Definitions Select one. r Best's Executive Summary Reports(Financial Overview)-available in three versions,these presentation style . reports feature balance sheet,income statement,key financial performance tests including profitability,liquidity and reserve analysis. Data Status:2012 Best's Statement File-P/C,US Contains data compiled as of 7/19/2012 Quality Cross Checked. • Single Company-five years of financial data specifically on this company. • Comparison -side-by-side financial analysis of this company with a peer group of up to five other companies you select. • Composite -evaluate this company's financials against a peer group composite.Report displays both the average and total composite of your selected peer group. Best's Key Rating Guide Presentation Report-includes Best's Financial Strength Rating and financial data as pr;'r provided in the most current edition of Best's Key Rating Guide products.(Quality Cross Checked). - AMB Credit Report-Business Professional-provides three years of key financial data presented with colorful charts and tables.Each report also features the latest Best's Ratings,Rating Rationale and an excerpt from our Business Review commentary. Data Status:Contains data compiled as of 7/19/2012 Quality Cross Checked. Financial and Analytical Products Best's Key Rating Guide-P/C,US&Canada Best's Statement File-P/C.US Best's Statement File-Global Best's Insurance Reports-P/C,US&Canada Best's State Line-P/C.US Best's Executive Summary Report-Comparison—Property/Casualty Best's Executive Summary Report-Composite-Property/Casualty Best's Regulatory Center Best's Insurance Expense Exhibit(IEE)-P/C.US Best's Schedule F(Reinsurance)-P/C.US Best's Schedule D(Municipal Bonds)-US Best's Schedule D(Common Stocks)-US_ Best's Corporate Changes and Retirements-P/C,US/CN http://www3.ambest.com/ratings/entities/SearchResults.aspx?URatingId=2227864&b1=0&... 8/1/2012