Loading...
HomeMy WebLinkAboutStrand ASsociates/James Road Detention 12-08 CITY OF OSHKOSH DEPARTMENT OF PUBLIC WORKS 215 CHURCH AVENUE, P.O. BOX 1130, OSHKOSH, WI 54903-1130 PHONE: (920) 236-5065 FAX (920)236-5068 LETTER OF TRANSMITTAL To: Mr. Matt Yentz Date: December 7, 2012 Strand Associates, Inc. Subject: Executed Agreement 910 West Wingra Drive Construction-Related Services Madison, WI 53715 James Road Area Detention Basin Contract 12-08 Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos El Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 1 Executed Agreement These are being transmitted as indicated below: ❑ For Approval ® For Your Use ❑ As Requested ❑ For Review&Comment Remarks: Enclosed is a copy of the executed agreement for the construction-related services for the James Road Area Detention Basin. A Purchase Order will be submitted to you shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions, please contact us. City Attorney's Office—Copy City Clerk's Office—Original cc: _ File—Original Signed: _Mk /� Traci.T-ylor I:IEngineering112-08 James Road Area Detention Basin\Project_Information\Correspondence\LOTs112-08 LOT-Strand Executed Agreement-CRS_12-7-12.docx AGREEMENT THIS AGREEMENT, made on the (0 day of , 2012, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and STRAND ASSOCIATES, INC., 910 West Wingra Drive, Madison, WI 53715, party of the second part, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, enter into the following Agreement, for Construction Related Services related to the City of Oshkosh Contract 12-08 —James Road Area Detention Basin. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the project described in this Agreement: Matthew Yentz, P.E., Project Manager 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: James Rabe, P.E., CPESC, Civil Engineering Supervisor ARTICLE III. SCOPE OF SERVICES The CONSULTANT will provide the following services to the CITY for the entirety of Contract 12-08 — James Road Area Detention Basin: 1. Review shop drawings, interpret and clarify Contract Documents, prepare change orders and field orders for signature as necessary, review applications for payment and make payment recommendation to CITY, and provide general engineering services under the authority given to CONSULTANT in the Contract Documents. I.\Engineering\12-08 James Road Area Detention Basin\Project Information\Contract Info112-08 Strand CRS Agreement_11-13-12.docx Page 1 of 5 2. Provide a resident project representative for part-time observation of wetland restoration construction only. In furnishing observation services, CONSULTANT's efforts will be directed toward determining for CITY that the completed project will, in general, conform to the Contract Documents; but CONSULTANT will not supervise, direct, or have control over the Contractor's work and will not be responsible for the Contractor's construction means, methods, techniques, sequences, procedures, or health and safety precautions or programs, or for the Contractor's failure to perform the construction work in accordance with the Contract Documents. 3. Provide record drawings in AutoCAD, portable document file (.PDF), and paper format based on information compiled from Contractor's records. CONSULTANT is providing drafting services only for record drawings based on the records presented to CONSULTANT by Contractor and CITY. ARTICLE IV. 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 services, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with the services within a reasonable time period. The CITY agrees that all reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSTULTANT as a part of Agreement are intended to be used only for the original construction of the James Road Area Detention Basin. Any future re-use for other purposes is at the CITY's risk. The CITY will retain the services of a geotechnical consultant separate from this Agreement to provide any necessary geotechnical evaluations and recommendations. The CITY will perform construction staking to mark the location, alignment, elevation and grade of the work. The CITY will perform part-time observation of construction. ARTICLE V. TIME OF COMPLETION The services to be performed under this Agreement shall be commenced and the services completed by December 31, 2013. I:1Engineenng112-08 James Road Area Detention Basin\Project_Information\Contract Info112-08 Strand CRS Agreement_11-13-12.docx Page 2 of 5 The CONSULTANT shall perform the services under this Agreement with reasonable diligence and expediency consistent with sound professional practices. The CITY agrees that 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. If an adjustment to schedule is required due to circumstances out of the CONSULTANT's control, the CONSULTANT may be entitled to an adjustment in compensation. ARTICLE VI. 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: • Hourly Rate plus Expenses basis, an amount Not to Exceed $81,000 (Eighty One Thousand Dollars). B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT 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 CONSULTANT a statement as to the reason(s) for withholding payment. C. Third Party Costs. The CITY will contract directly with third parties for any services that may be required as a part of the Contract. The CONSULTANT shall solicit proposals as necessary and provide sufficient information to the CITY that will allow it to enter into the third party contracts. The CONSULTANT shall include the City of Oshkosh Insurance Requirements and Contractor Safety documents in all solicitations of proposals. 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. I:IEngineenng112-08 James Road Area Detention BasirSProject_Information\Contract Info112-08 Strand CRS Agreement_11-13-12.docx Page 3 of 5 F. 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 services covered under the subject amendment. ARTICLE VII. CONSULTANT TO HOLD CITY HARMLESS The CONSULTANT 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 CONSULTANT, his agents or assigns, his employees, or his sub- consultants related however remotely to the performance of this Agreement 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 CITY's written demand for indemnification or refund. ARTICLE VIII. INSURANCE The CONSULTANT shall hold insurance as required by the CITY. Specific requirements are attached and incorporated into this Agreement. ARTICLE IX. 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 10 calendar days before the termination date. The CONSULTANT may request a meeting upon receiving notice that the CITY intends to terminate this Agreement, the CITY may or may not grant the request. 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. I:IEngineenng112-08 James Road Area Detention Basin\Project_Information\Contract Info112-0B Strand CRS Agreement_11-13-12.docx Page 4 of 5 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: CONSULTANT Lk SO �-' _ -4 By: ,U4 1. fc Color c-v�4.-a-�r (Seal of CONSULTANT (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: lz-- �. ° ✓ (Witness) Mark A. Rohloff, CITY Manager And: 1,14 ,.4,4 (Witness) = - -111 • .•,' I ' Clerk wahi li T the( , APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which f` which will accrue under this Agreement. TY Attorney ge_V-4z)CD CITY Comp t lller 1:1Engineering\12-08 James Road Area Detention Basin\Project Information\Contract Info\12-08 Strand CRS Agreement_11-13-12.docx Page 5 of 5 12/21/11 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. 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 2. 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 proiect/location 3. BUSINESS AUTOMOBILE COVERAGE A. $1,000,000 combined single limit for Bodily Injury and Property Damage each accident B. Must cover liability for Symbol#1 -"Any Auto" — including Owned, Non-Owned and Hired Automobile Liability. III - 1 12/21/11 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 5. 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 the General Liability and Business Automobile Liability coverage 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 the 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 A°` CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DDIYYY) 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). PRODUCER CONTACT Insurance Agency contact NAME: Agent's Insurance Ins information,including street PHONE Intact information. FAX address and PO Box if (A/C.No Ext): A/C.No): applicable. E-MAIL ADDRESS: - INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: ABC Insurance Company NAIC# INSURED Insured's contact information, INSURER B: XYZ Insurance Company NAIC# including name,address and NAIC# phone number. INSURER C: LMN Insurance Company INSURER D: Insurer(s)must have a minimum A.M.Best rating of A- ,— and a Financial Performance Rating of V1 or better. INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFY THIS IS TO POLICIES ND CATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION TO O POLICY ION OF ANY CO TRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TIHIS 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 I ADDL SUBR POLICY EFF ! POLICY EXP LTR I TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYY) 1 (MM/DD/YYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $COMMERCIAL GENERAL LIABILITY 1,000,000 n ® I I I General Liability Policy Number` `Policy effective and expiration date. DAMAGE TO RENTED I PREMISES(Ea occurrence) $50,000 ®1: --" A I❑,CLAIMS-MADE i®;OCCUR MED EXP(My one person) $5,000 ISO FORM CG 20 37 OR EQUIVALENT PERSONAL&ADV INJURY $1,000,000 ® I GENERAL AGGREGATE $2,000,000 `GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS–COMP/OP AGG $2,000,000 PRO-1 n $ ❑'POLICY ®JECTI TI: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $1,000,000 Egi ANY AUTO ® ❑ Auto Liability Policy Number I I Policy effective and expiration date.' BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ B ❑;AUTOS 1❑i AUTOS NON-OWNED j PROPERTY DAMAGE ❑HIRED AUTOS i 1 (Per accident) �_ _ $ € L❑'; AUTOS n. Eo` $ UMBRELLA LIAB OCCUR ® ❑ EACH OCCURRENCE $2,000,000 A EXCESS LIAB i CLAIMS-MADE Umbrella Liability Policy Number I `Policy effective and expiration date. AGGREGATE $2,000,000 I❑DED [Z]RETENTION s$10,000 i $ ? ❑ ❑ ® O WC STATU- C AND EMPLOYERS'LIABILITY TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE .OFFICE/MEMBER EXCLUDED? Y I N I Workers Compensation Policy IPo/icy effective and expiration date.` E.L.EACH ACCIDENT $100,000 :(Mandatory in NH) N Number YE E.L.DISEASE–EA EMPLOYEE $100,000 If yes,describe under 1 YEE :DESCRIPTION OF OPERATIONS below E.L.DISEASE–POLICY LIMIT $500,000 A 'PROFESSIONAL LIABILITY ® ❑ $1,000,000 EACH CLAIM Professional Liability Policy 'Policy effective and expiration date.' $1,000,000 ANNUAL AGGREGATE Number DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Additional Insureds on the Commercial General Liability and Automobile Liability arising out of project work shall be City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers. 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 Ill THE SHOULD IANY IOF THE AB VE DESCRIBED POLICIES S BEL AN ED IN PO CELLED BEFORE Church Avenue SAMPLE CERTIFICATE ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 1130 Please indicate somewhere on this Oshkosh,WI 54903-1130 certificate,the contract or project# AUTHORIZED REPRESENTATIVE 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 OP ID: SS .. T L CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 11/26/12 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). PRODUCER Phone: 608-831-9700 arm' Sue Simoneau KLEIN INSURANCE GROUP Fax: 608-831-4777 PHONE 608-831-9700 FAX 608-831-4777 702 N HIGH POINT RD,STE 201 (ac.No.Eat): (ac,No): PO BOX 45470 E-MAIL ssimoneau @kleinins.com MADISON,WI 53744-5470 PRODUCER STRAA01 Richard A.Hagen CUSTOMER ID#: INSURERS)AFFORDING COVERAGE NAIC# INSURED Strand Associates, Inc.& INSURER A:General Casualty Insurance Co. 24414 PEH Engineers INSURER B:Regent Insurance Co. Shawn Cannon INSURER C:CNA Insurance Companies 20443 910 W Wingra Dr Madison,WI 53715 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 ADDL SUER POLICY NUMBER (MM/DD//YYYY) (MIDDY/YYYY) LIMITS LTR INSR WVD GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY X CFB0113607 01/01/12 01/01/13 PREMISES EaEoccu ence) $ 100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 5,000 X XCU COV.inc. PERSONAL&ADV INJURY $ 1,000,000 X BlktContractual GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 7 POLICY X 'j: LOC $ AUTOMOBILE LIABILITY X COMBINED SINGLE LIMIT $ 1,000,000 CBA0113607 01/01/12 01/01/13 (Ea accident) B X ANY AUTO BODILY INJURY(Per person) $ X ALL OWNED AUTOS BODILY INJURY(Per accident) $ SCHEDULED AUTOS PROPERTY DAMAGE $ X HIRED AUTOS (Per accident) X NON-OWNED AUTOS $ $ X UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE „, $ 2,000,000 A CCU0133607 01/01/12 01/01/13 DEDUCTIBLE — $ X RETENTION $ 10,000 $ WORKERS COMPENSATION X WC STAT 0TH- AND EMPLOYERS'LIABILITY TORY LIMIU-TS ER IA A ANY PROPRIETOR/PARTNER/EXECUTIVE Y I N CWC 0650748 01/01/12 01/01/13 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Professional Liab. AEH11397-40-97 07/11/12 07/11/13 Occur. 1,000,000 &Pollution Liab. 'FULL PRIOR ACTS Aggregate 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) PROJECT: Contract 12-08 CRS Agreement City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers are additional insureds on the Commercial General Liability and Automobile Liability arising out of project work as per written agreement. SEE NOTES CERTIFICATE HOLDER CANCELLATION CITYO02 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Oshkosh ATTN: City Clerk AUTHORIZED REPRESENTATIVE 215 Church Avenue PO Box 1130 %-. "4 ! 'Oshkosh,WI 54903-1130 ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 25(2009/09) The ACORD name and logo are registered marks of ACORD HOLDER CODE CITY002 STRAA01 PAGE 2 NOTEPAD: INSURED'SNAME Strand Associates, Inc. & OP ID: SS DATE 11/26/12 Policies will not be canceled or non-renewed until at least thirty (30) days prior written notice has been given to the City Clerk- City of Oshkosh.