Loading...
HomeMy WebLinkAboutCentral Cleaning Service-GO Transit 2014 O121(,-1 MPL- CONTRACTOR AGREEMENT- CLEANING SERVICES FOR CITY OF OSHKOSH TRANSPORTATION DEPARTMENT (GO Transit) THIS AGREEMENT, made on the 25th of FEBRUARY, 2014, by and between the CITY OF OSHKOSH, party of the first ipart, hereinafter referred to as CITY, and CENTRAL CLEANING SERVICE, 256 W 8 "AVE., OSHKOSH WI 54902, 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: (ROBERT GONZALEZ, OWNER, CENTRAL CLEANING SERVICES) 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: (GREG MAXWELL, MAINTENANCE SUPERVISOR, CITY OF OSHKOSH TRANSPORTATION DEPARTMENT) 1 ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Specifications dated JANUARY 31, 2014, referred to as the "Invitation for Bid" for CLEANING SERVICES FOR THE CITY OF OSHKOSH TRANSIT DIVISION (GO TRANSIT) THIS ATTACHED AS EXHIBIT A and the Contractor's bid proposal form dated FEBRUARY 12, 2014. The Contractor's bid form is attached hereto as Exhibit B. 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 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 for three (3) years commencing on April 1, 2014. The funding for this service is contingent on federal, state and local funding sources. ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $71,343.00 (Seventy-one thousand, Three hundred, Forty three dollars and 00/100 cents.), 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. 2 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 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 Specifications dated JANUARY 31, 2014, referred to as the "Invitation for Bid" for CLEANING SERVICES FOR THE CITY OF OSHKOSH TRANSIT DIVISION (GO TRANSIT dated JANUARY 31, 2014 which is 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. ARTICLE X. FEDERAL AND STATE REGULATION 3 This agreement shall at all times be subject to the rules and regulations of the Wisconsin Department of Transportation and Federal Transit Administration, under the provisions of the Urban Mass Transportation Act of 1964, as amended. See Exhibit "A This document and any specified attachments contain all term, s 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 Aiti 44/e7e- 44;ni By. (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: ,/ (.7 Ma/rev----- rk iC A. Rohloff, City Manager (Witness) 4 (� And: . _ �_ 3 (Witness) Pamela R. Ubrig, Cit Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue bAi Mil ti� under this contract. City Ate" City Comp Iler,4 a-J' 4 EXHIBIT A 5 City of Oshkosh, Wisconsin Invitation for Bid For Cleaning Services City of Oshkosh Transit Division (GO TRANSIT) January 31, 2013 City of Oshkosh P.O. Box 1130 Oshkosh, Wisconsin 54903-1130 www.ci.oshkosh.wi.us CITY OF OSHKOSH PURCHASING DIVISION NOTICE TO VENDORS 1. NOTICE IS HEREBY GIVEN that bids will be received in the City Clerk's office, Room 104, City Hall, Oshkosh, Wisconsin, for: CLEANING SERVICES — GO TRANSIT, DUE NO LATER THAN 1:00 P.M. FRIDAY, FEBRUARY 14, 2014 at which time and place all bids will be publicly opened and read in Room 404 of City Hall. 2. It is the bidder's sole responsibility to insure that the bid is timely and received by the Purchasing Division prior to the deadline set forth in this notice. Receipt of bid by the mail system or other City departments does not constitute receipt of a bid by the Purchasing Division. 3. All bids must be submitted in an envelope sealed by the bidder or designated representative. All bids should be addressed to the City Manager, do City Clerk's Office, City Hall, 215 Church Avenue, P.O. Box 1130, Oshkosh WI 54903-1130. On the outside of the envelope, the bidder should distinctly indicate the name and address of the bidder and in the lower left corner should clearly indicate the envelope contains a sealed bid for: "CLEANING SERVICES — GO TRANSIT." Bids not complying with these instructions will not be considered submitted to the City, and shall be returned to the bidder unopened and unread. 4. Submission of bid documents by facsimile equipment or electronic mail (email)will not be accepted. 5. This notice establishes a time by which bids must be received by the Purchasing Division. No bids will be accepted after that deadline. 6. The City is not responsible for bids submitted in any other way except those submitted in strict conformance with these instructions. 7. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the City prior to the specified bid deadline. 8. All bids shall be binding for thirty-five (35) calendar days following the bid deadline date, unless the bidder(s), upon request of the General Services Manager, agrees to an extension. 9. If applicable, bidder must comply with all necessary insurance requirements, bid bond and/or performance bond as required of the project and as noted in the City of Oshkosh Insurance Requirements. 10. The City reserves the right to reject any and all bids and to waive any informality in the bids. 11. For specifications and further information concerning this invitation for bid contact Jon Urben, General Services Manager, email: jurben( ci.oshkosh.wi.us or telephone (920)236-5100. Mark A Rohloff, City Manager CITY OF OSHKOSH STANDARD TERMS AND CONDITIONS (Request For Bids/Proposals) 1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The City of Oshkosh shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal. 2) DEVIATIONS AND EXCEPTIONS: The bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidders/proposers shall be held liable. Specific product types or manufacturers identified in specifications shall be interpreted to require bidding of those exact types and manufacturers. Specifications which allow for bids/quotes with "equal" materials must be fully supported with technical data, test results, or other pertinent information as evidence that the substitute offered is a sufficient alternate to the specification requirement. Failure to provide product information will result in disqualification of such requests. 3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the right to increase or decrease quantities to meet actual needs. 4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified. 5) ACCEPTANCE-REJECTION: The City of Oshkosh reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the city. Only proposals which are made out on the bid/proposal form attached hereto will be considered. All bid/proposals forms must be completed in full compliance as specified. Failure to complete bid/proposals forms may result in disqualification and considered non-responsive. 6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized. 7) GUARANTEED DELIVERY: The contractor shall strictly adhere to delivery schedules as specified by the City and to promptly replace rejected or defective materials. The City retains the right to procure materials on its own when the Contractor's materials are not delivered, or replaced if necessary, according to the City's schedule. Contractor's failure to deliver, or replace when applicable, materials as required shall result in the contractor's liability for all costs in excess of the contract price when the City is required to procure materials necessary due to Contractor's failure to act. The City's excess costs shall also include the administrative costs. 8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority. 9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin, and all disputes shall be resolved in the state or federal court jurisdiction within which Oshkosh, Wisconsin is located. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The City of Oshkosh reserves the right to cancel any contract with a federally debarred contractor or a contractor which is presently identified on the list of parties excluded from federal procurement and non-procurement contracts. 10) SAFETY REQUIREMENTS: Contractor must follow all applicable federal, state and local standards. 11) SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s). 12) PUBLIC RECORDS ACCESS: It is the intention of the City of Oshkosh to maintain an open and public process in the solicitation, submission, review and approval of procurement activities. Bid/proposal documents and openings are public records and therefore subject to release unless excluded from release by Wisconsin Statutes. Those submitting information to the City that believe that their information is not subject to release must identify the applicable statute(s) and describe in detail how the information being submitted applies to the statute cited. The City's lack of response to assertions related to public records does not indicate any agreement with those assertions. Public records may not be available for public inspection prior to the opening of bids/quotes and/or the issuance of the notice of intent to award or the award of the contract. 13) PRICING: Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price; the unit price shall govern in the bid/proposal evaluation and contract administration. If the bid/quote clearly involves the City's desire to purchase a product or products, then all prices shall exclude any Federal Excise Tax or State of Wisconsin Sales Tax as the City of Oshkosh is exempt from such taxes and will furnish an exemption certificate, if requested by the successful bidder. If the bid/quote is for the purpose of completing a project involving both labor and materials, then the Contractor/Consultant, and not the City, will be purchasing the material directly and the bid/quote must include all material costs, including without limitation, taxes. 14) WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt, or the manufacturer's warranty, whichever is longer. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor. 3/13 Federal Contract Clauses The following clauses will be attached to the awarded bidder's contract. No Obligation by the Federal Government (1)The Purchaser and Contractor acknowledge and agree that,notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract,absent the express written consent by the Federal Government,the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser,Contractor,or any other party(whether or not a party to that contract)pertaining to any matter resulting from the underlying contract. (2)The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the Federal Transit Administration(FTA). It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions. Program fraud and false or fraudulent statements and related acts (1)The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,as amended,31 U.S.C. § § 3801 et sec .and U.S.DOT regulations, "Program Fraud Civil Remedies,"49 C.F.R.Part 31,apply to its actions pertaining to this Project.Upon execution of the underlying contract,the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made,it makes,it may make,or causes to be made,pertaining to the underlying contract or the FTA assisted project for which this contract work is being performed.In addition to other penalties that may be applicable,the Contractor further acknowledges that if it makes,or causes to be made,a false,fictitious,or fraudulent claim, statement,submission,or certification,the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. (2)The Contractor also acknowledges that if it makes,or causes to be made,a false,fictitious,or fraudulent claim, statement, submission,or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307,the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1)on the Contractor,to the extent the Federal Government deems appropriate. (3)The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by FTA.It is further agreed that the clauses shall not be modified,except to identify the subcontractor who will be subject to the provisions. Access to Records The following access to records requirements apply to this Contract: 1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States or any of their authorized representatives access to any books, documents,papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts and transcriptions. Contractor also agrees,pursuant to 49 C. F. R. 633.17 to provide the FTA Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. 2. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA Administrator or his authorized representatives, including any PMO Contractor, access to the Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1,which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes contracts of less than the simplified acquisition threshold currently set at$100,000. 3. Where the Purchaser enters into a negotiated contract for other than a small purchase or under the simplified acquisition threshold and is an institution of higher education, a hospital or other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA Administrator, the Comptroller General of the United States or any of their duly authorized representatives with access to any books, documents, papers and record of the Contractor which are directly pertinent to this contract for the purposes of making audits,examinations,excerpts and transcriptions. 4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement(defined at 49 U.S.C. 5302(a)1)through other than competitive bidding, the Contractor shall make available records related to the contract to the Purchaser, the Secretary of Transportation and the Comptroller General or any authorized officer or employee of any of them for the purposes of conducting an audit and inspection. 5. The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 6. The Contractor agrees to maintain all books, records, accounts and reports required under this contract for a period of not less than three years after the date of termination or expiration of this contract, except in the event of litigation or settlement of claims arising from the performance of this contract, in which case Contractor agrees to maintain same until the Purchaser,the FTA Administrator,the Comptroller General, or any of their duly authorized representatives,have disposed of all such litigation,appeals, claims or exceptions related thereto.Reference 49 CFR 18.39(i)(11). 7.FTA does not require the inclusion of these requirements in subcontracts. Federal Changes Contractor shall at all times comply with all applicable FTA regulations,policies,procedures and directives,including without limitation those listed directly or by reference in the Master Agreement(http://www.fta.dot.gov/documents/12- Master.doc)between Purchaser and FTA,as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. Civil Rights The following requirements apply to the underlying contract: (1)Nondiscrimination-In accordance with Title VI of the Civil Rights Act,as amended,42 U.S.C. §2000d,section 303 of the Age Discrimination Act of 1975,as amended,42 U.S.C. §6102,section 202 of the Americans with Disabilities Act of 1990,42 U.S.C. § 12132,and Federal transit law at 49 U.S.C. § 5332,the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race,color,creed,national origin,sex,age,or disability. In addition,the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements FTA may issue. (2)Equal Employment Opportunity-The following equal employment opportunity requirements apply to the underlying contract: (a)Race, Color,Creed,National Origin, Sex-In accordance with Title VII of the Civil Rights Act,as amended,42 U.S.C. § 2000e,and Federal transit laws at 49 U.S.C. § 5332,the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S.Department of Labor(U.S.DOL)regulations, "Office of Federal Contract Compliance • Programs,Equal Employment Opportunity,Department of Labor,"41 C.F.R.Parts 60 et sea.,(which implement Executive Order No. 11246, "Equal Employment Opportunity,"as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity,"42 U.S.C. §2000e note),and with any applicable Federal statutes,executive orders,regulations,and Federal policies that may in the future affect construction activities undertaken in the course of the Project.The Contractor agrees to take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their race,color,creed,national origin, sex,or age. Such action shall include,but not be limited to,the following: employment,upgrading,demotion or transfer,recruitment or recruitment advertising,layoff or termination;rates of pay or other forms of compensation;and selection for training, including apprenticeship.In addition,the Contractor agrees to comply with any implementing requirements FTA may issue. (b)Age-In accordance with section 4 of the Age Discrimination in Employment Act of 1967,as amended,29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332,the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition,the Contractor agrees to comply with any implementing requirements FTA may issue. (c)Disabilities-In accordance with section 102 of the Americans with Disabilities Act,as amended,42 U.S.C. § 12112,the Contractor agrees that it will comply with the requirements of U.S.Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,"29 C.F.R.Part 1630, pertaining to employment of persons with disabilities.In addition,the Contractor agrees to comply with any implementing requirements FTA may issue. (3)The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by FTA,modified only if necessary to identify the affected parties. Disadvantaged Business Enterprises a. This contract is subject to the requirements of Title 49,Code of Federal Regulations,Part 26,Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. The national goal for participation of Disadvantaged Business Enterprises(DBE)is 10%.The agency's overall goal for DBE participation is 1%. b. The contractor shall not discriminate on the basis of race, color,national origin,or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of this DOT- assisted contract.Failure by the contractor to carry out these requirements is a material breach of this contract,which may result in the termination of this contract or such other remedy as the GO Transit deems appropriate.Each subcontract the contractor signs with a subcontractor must include the assurance in this paragraph(see 49 CFR 26.13(b)). The successful bidder will be required to report its DBE participation obtained through race-neutral means throughout the period of performance. d. The contractor is required to pay its subcontractors performing work related to this contract for satisfactory performance of that work no later than 30 days after the contractor's receipt of payment for that work from the GO Transit. In addition, [the contractor may not hold retainage from its subcontractors.] [is required to return any retainage payments to those subcontractors within 30 days after the subcontractor's work related to this contract is satisfactorily completed.] [is required to return any retainage payments to those subcontractors within 30 days after incremental acceptance of the subcontractor's work by the GO Transit and contractor's receipt of the partial retainage payment related to the subcontractor's work.] e. The contractor must promptly notify the GO Transit,whenever a DBE subcontractor performing work related to this contract is terminated or fails to complete its work,and must make good faith efforts to engage another DBE subcontractor to perform at least the same amount of work. The contractor may not terminate any DBE subcontractor and perform that work through its own forces or those of an affiliate without prior written consent of the GO Transit. Incorporation of FTA Terms Incorporation of Federal Transit Administration(FTA)Terms-The preceding provisions include,in part,certain Standard Terms and Conditions required by DOT,whether or not expressly set forth in the preceding contract provisions.All contractual provisions required by DOT,as set forth in FTA Circular 4220.1E are hereby incorporated by reference. Anything to the contrary herein notwithstanding,all FTA mandated terms shall be deemed to control in the event of a conflict with other provisions contained in this Agreement.The Contractor shall not perform any act,fail to perform any act, or refuse to comply with any GO Transit requests which would cause GO Transit to be in violation of the FTA terms and conditions. Termination Provisions a. Termination for Convenience (General Provision). The recipient may terminate this contract, in whole or in part,at any time by written notice to contractor when it is in the recipient's best interest. Contractor shall be paid its costs,including contract close-out costs,and profit on work performed up to the time of termination. Contractor shall promptly submit its termination claim to the recipient. If contractor is in possession of any of the recipient's property,contractor shall account for same,and dispose of it as the recipient directs. b. Termination for Default [Breach or Cause] (General Provision). If contractor does not deliver items in accordance with the contract delivery schedule, or, if the contract is for services, and contractor fails to perform in the manner called for in the contract, or if contractor fails to comply with any other provisions of the contract, the recipient may terminate this contract for default. Termination shall be effected by serving a notice of termination to contractor setting forth the manner in which contractor is in default. Contractor shall only be paid the contract price for supplies delivered and accepted, or for services performed in accordance with the manner of performance set forth in the contract. If it is later determined by the recipient that contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of contractor, the recipient, after setting up a new delivery or performance schedule, may allow contractor to continue work, or treat the termination as a termination for convenience. c. Opportunity to Cure (General Provision). The recipient in its sole discretion may, in the case of a termination for breach or default,allow contractor an appropriately short period of time in which to cure the defect. In such case, the notice of termination shall state the time period in which cure is permitted and other appropriate conditions. If contractor fails to remedy to the recipient's satisfaction the breach or default or any of the terms, covenants, or conditions of this Contract within ten(10)days after receipt by contractor or written notice from the recipient setting forth the nature of said breach or default, the recipient shall have the right to terminate the Contract without any further obligation to contractor. Any such termination for default shall not in any way operate to preclude the recipient from also pursuing all available remedies against contractor and its sureties for said breach or default. d. Waiver of Remedies for any Breach. In the event that the recipient elects to waive its remedies for any breach by contractor of any covenant,term or condition of this Contract,such waiver by the recipient shall not limit its remedies for any succeeding breach of that or of any other term,covenant,or condition of this Contract. e. Termination for Convenience (Professional or Transit Service Contracts). The recipient,by written notice, may terminate this contract, in whole or in part, when it is in the recipient's interest. If the contract is terminated, the recipient shall be liable only for payment under the payment provisions of this contract for services rendered before the effective date of termination. f. Termination for Default (Supplies and Service). If contractor fails to deliver supplies or to perform the services within the time specified in this contract or any extension or if the contractor fails to comply with any other provisions of this contract,the recipient may terminate this contract for default. The recipient shall terminate by delivering to contractor a notice of termination specifying the nature of default. Contractor shall only be paid the contract price for supplies delivered and accepted, or services performed in accordance with the manner or performance set forth in this contract. If, after termination for failure to fulfill contract obligations,it is determined that contractor was not in default, the rights and obligations of the parties shall be the same as if termination had been issued for the recipient's convenience. g. Termination for Default (Transportation Services). If contractor fails to pick up the commodities or to perform the services, including delivery services, within the time specified in this contract or any extension or if contractor fails to comply with any other provisions of this contract, the recipient may terminate this contract for default. The recipient shall terminate by delivering to contractor a notice of termination specifying the nature of default. Contractor shall only be paid the contract price for services performed in accordance with the manner of performance set forth in this contract. If this contract is terminated while contractor has possession of the recipient goods, contractor shall, as directed by the recipient, protect and preserve the goods until surrendered to the recipient or its agent. Contractor and the recipient shall agree on payment for the preservation and protection of goods. Failure to agree on an amount shall be resolved under the Dispute clause. If,after termination for failure to fulfill contract obligations, it is determined that contractor was not in default, the rights and obligations of the parties shall be the same as if termination had been issued for the recipient's convenience. h. Termination for Default (Construction). If contractor refuses or fails to prosecute the work or any separable part, with the diligence that will insure its completion within the time specified, or any extension, or fails to complete the work within this time, or if contractor fails to comply with any other provisions of this contract,the recipient may terminate this contract for default. The recipient shall terminate by delivering to contractor a notice of termination specifying the nature of default. In this event, the recipient may take over the work and compete it by contract or otherwise, and may take possession of and use any materials, appliances, and plant on the work site necessary for completing the work. Contractor and its sureties shall be liable for any damage to the recipient resulting from contractor's refusal or failure to complete the work within specified time,whether or not contractor's right to proceed with the work is terminated. This liability includes any increased costs incurred by the recipient in completing the work. Contractor's right to proceed shall not be terminated nor shall contractor be charged with damages under this clause if: 1. Delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of contractor. Examples of such causes include: acts of God, acts of the recipient, acts of another contractor in the performance of a contract with the recipient, epidemics, quarantine restrictions, strikes, freight embargoes;and 2. Contractor,within 10 days from the beginning of any delay,notifies the recipient in writing of the causes of delay. If in the recipient's judgment, delay is excusable,the time for completing the work shall be extended. The recipient's judgment shall be final and conclusive on the parties,but subject to appeal under the Disputes clauses. If, after termination of contractor's right to proceed, it is determined that contractor was not in default, or that the delay was excusable,the rights and obligations of the parties will be the same as if termination had been issued for the recipient's convenience. i. Termination for Convenience or Default (Architect & Engineering). The recipient may terminate this contract in whole or in part, for the recipient's convenience or because of contractor's failure to fulfill contract obligations. The recipient shall terminate by delivering to contractor a notice of termination specifying the nature, extent, and effective date of termination. Upon receipt of the notice, contractor shall (1) immediately discontinue all services affected (unless the notice directs otherwise), and (2) deliver to the recipient all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this contract, whether completed or in process. If termination is for the recipient's convenience, it shall make an equitable adjustment in the contract price but shall allow no anticipated profit on unperformed services. If termination is for contractor's failure to fulfill contract obligations,the recipient may complete the work by contact or otherwise and contractor shall be liable for any additional cost incurred by the recipient. If,after termination for failure to fulfill contract obligations, it is determined that contractor was not in default,the rights and obligations of the parties shall be the same as if termination had been issued for the recipient's convenience. j. Termination for Convenience or Default(Cost-Type Contracts). The recipient may terminate this contract, or any portion of it, by serving a notice or termination on contractor. The notice shall state whether termination is for convenience of the recipient or for default of contractor. If termination is for default, the notice shall state the manner in which contractor has failed to perform the requirements of the contract. Contractor shall account for any property in its possession paid for from funds received from the recipient, or property supplied to contractor by the recipient. If termination is for default,the recipient may fix the fee, if the contract provides for a fee,to be paid to contractor in proportion to the value, if any, of work performed up to the time of termination. Contractor shall promptly submit its termination claim to the recipient and the parties shall negotiate the termination settlement to be paid to contractor. If termination is for the recipient's convenience, contractor shall be paid its contract close- out costs, and a fee, if the contract provided for payment of a fee, in proportion to the work performed up to the time of termination. If,after serving a notice of termination for default,the recipient determines that contractor has an excusable reason for not performing, such as strike, fire, flood, events which are not the fault of and are beyond the control of contractor, the recipient, after setting up a new work schedule, may allow contractor to continue work,or treat the termination as a termination for convenience. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29.As such,the contractor is required to verify that none of the contractor,its principals,as defined at 49 CFR 29.995,or affiliates,as defined at 49 CFR 29.905,are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal,the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the GO Transit.If it is later determined that the bidder or proposer knowingly rendered an erroneous certification,in addition to remedies available to the GO Transit,the Federal Government may pursue available remedies,including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Energy Conservation The contractor agrees to comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act. Recycled Products All contracts for items designated by the EPA, when the purchaser or contractor procures $10,000 or more of one of these items during the current or previous fiscal year using Federal funds. The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act(RCRA), as amended(42 U.S.C. 6962), including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order 12873,as they apply to the procurement of the items designated in Subpart B of 40 CFR Part 247. Access Requirements for Persons with Disabilities Contractor shall comply with 49 USC 5301(d), stating Federal policy that the elderly and persons with disabilities have the same rights as other persons to use mass transportation services and facilities and that special efforts shall be made in planning and designing those services and facilities to implement that policy. Contractor shall also comply with all applicable requirements of Sec. 504 of the Rehabilitation Act (1973), as amended, 29 USC 794, which prohibits discrimination on the basis of handicaps, and the Americans with Disabilities Act of 1990 (ADA), as amended, 42 USC 12101 et seq., which requires that accessible facilities and services be made available to persons with disabilities,including any subsequent amendments thereto. GENERAL INFORMATION The purpose of this solicitation it to hire a contractor who will provide cleaning services for vehicles and facilities utilized by GO Transit. GO Transit is the City of Oshkosh's fixed-route bus service operator. The specifications section describes the locations, activities and frequency of cleaning services. Funding Funding for this procurement is provided by City and Federal taxpayer dollars. As such, the agreement with the successful bidder shall at all times be subject to the rules and regulations of the City of Oshkosh, the Wisconsin Department of Transportation and the Federal Transit Administration, under the provisions of the Urban Mass Transportation Act of 1964, as amended. Method of Award Award shall be made to a responsible bidder on the basis of the lowest unit price per line item that meets the minimum specifications established in this document. Award is anticipated to be made as soon as possible following review of bid documents and Oshkosh Common Council approval of decision. An email will be distributed to bidders indicating award or non-award of the contract. In determining the successful bidder, evaluation will be based on the following criteria: 1. Cost—bids shall be reviewed on competitiveness of cost. 2. Responsiveness — bids shall be reviewed on fulfillment of requirements established in this RFB. This includes meeting or exceeding minimum specifications. This also includes all other requirements pertaining to the bid schedule and bid form. 3. Responsibility—bids shall be reviewed on a bidder's demonstrated ability to provide all products and services specified in this RFB. Contract Type and Length The initial term of this contract shall be for three (3) years commencing on April 1, 2014. The funding for this service is contingent on federal, state and local funding sources. Insurance Requirements Attachment A are insurance requirements for the City of Oshkosh for this project. Sample of Contractor Agreement Attachment B is a sample contractor agreement that the successful bidder will be expected to sign upon award of this project. Bidders do NOT need to submit this agreement when submitting their quote form. Note: per federal requirements the following language will be added to the standard contractor agreement: "This agreement shall at all times be subject to the rules and regulations of the Wisconsin Department of Transportation and Federal Transit Administration, under the provisions of the Urban Mass Transportation Act of 1964, as amended. " Protest Procedure Any proposer who wishes to protest prior to or after the award of a contract must submit a detailed statement in writing of the grounds for protest and any supporting documentation to: Jon Urben, General Services Manager (jurben(&,,ci.oshkosh.wi.us). Protests after the award must be received within five (5) working days of their receipt of the award decision. To expedite consideration of any protests, this statement must be sent by e-mail. The interested party must be an actual or prospective bidder whose direct economic interest would be affected by the award, or failure to award, the contract bid. Award of contract will be suspended temporarily unless this action will cause undue harm to the City of Oshkosh. The protest will be forwarded to the City Manager and City Attorney for further review. This review will be the basis on which the contract will be awarded. Minor errors in proposal procedures shall not be grounds for delaying or prohibiting approval of this contract. If the formal process fails to resolve the complaint, the complainant may refer the matter to the Wisconsin Department of Transportation's Director of the Bureau of Transit, Local Roads, Railroads & Harbors (4802 Sheboygan Ave, RM 951, PO Box 7913, Madison, WI 53707). The Director's role is limited to a review of whether correct procedures have been followed by the City of Oshkosh. The Director shall not review the substance of the decision to select a particular Vendor. The City of Oshkosh must receive concurrent notice, indicating the nature of the appeal. WisDOT must be furnished a copy of all previous correspondence pertaining to the subjects covered by the appeal. If further appeal is desired, protests may be directed to the Federal Transit Administration - Region V, 200 West Adams Street, Suite 320, Chicago, IL 60606 not later than five (5) full working days after the date of the second determination. FTA's protest review is limited to examination whether the City of Oshkosh or WisDOT have failed to follow protest procedures or if there has been a violation of Federal law or regulation. Mandatory Bid Requirements The following includes the mandatory forms and documentation for the preparation and submittal of bids. Failure to submit and complete all required documents may result in the bid being rejected. Bids should include the specified elements below: 1. Specification Form 2. Bid Proposal Form 3. Compliance with Specifications Certification 4. Compliance with FTA Requirements Certification 5. Government Wide Debarment and Suspension Certification Specifications The following specifications describe minimum required specifications for cleaning services for the City of Oshkosh Transit Division(GO Transit). GO TRANSIT BUILDING MAINTENANCE 926 DEMPSEY TRAIL AREA SERVICES TIME TABLE OFFICES Empty and clean wastebaskets Daily NOTE: if bags/liners are used, must be new after garbage Is discarded. All non-recyclables to be put in garage dumpsters All recyclables to be put in recyclable dumpsters Dust counter tops, desks, window ledges Daily Vacuum carpets Daily Spot clean carpets Daily Sweep and wet-mop tile floors Daily Wipe down/sanitize phones and door knobs Daily Clean desks, wipe down fronts of desks/files Weekly Wipe down vinyl chairsNacuum cloth chairs Weekly Wipe down office doors/clean glass Weekly Wipe down counters and mopboards Weekly Clean windows/screens - inside and out Monthly Strip, wax and buff floors Quarterly Clean lights/inside & outside surfaces Quarterly Shampoo carpet (APRIL, OCTOBER) Semi-Annually Wash walls (JANUARY, JUNE) Semi-Annually Spot clean walls As Needed Clean air vent grills As Needed FRT. ELECTRICAL OFFICE Sweep and wet-mop floor Daily Strip, wax and buff floor Quarterly Empty and clean wastebaskets Daily All non-recyclables to be put in garage dumpsters All recyclables to be put in recyclable dumpsters HALLWAY Sweep and wet-mop floor Daily Wipe down mopboards Weekly Strip, wax and buff floor Quarterly Wash Walls (JANUARY, JUNE) Semi-Annually Clean lights/inside & outside surfaces Quarterly Spot clean walls As Needed BREAKROOM Sweep and wet-mop floor Daily Wipe down and disinfect table, chairs & counters Daily NOTE: Daily = Monday through Saturday GO TRANSIT BUILDING MAINTENANCE 926 DEMPSEY TRAIL AREA SERVICES TIME TABLE Empty and clean wastebaskets Daily All non-recyclables to be put in garage dumpsters All recyclables to be put in recyclable dumpsters Clean sink and counter areas Daily Wipe down mopboards Weekly Strip, wax and buff floor Quarterly Wash walls (JANUARY, JUNE) Bi-Annually Clean lights/inside & outside surfaces Quarterly Spot clean walls As Needed RESTROOMS Empty and clean/disinfect wastebaskets, and sanitary product boxes Daily All non-recyclables to be put in garage dumpsters All recyclables to be put in recyclable dumpsters Sweep and wet-mop floor Daily Clean mirrors Daily Clean/Disinfect toilets and urinals Daily Clean/Disinfect sinks and countertops Daily Wipe down mopboards Weekly Clean shower Weekly Wash walls (JANUARY, JUNE) Semi-Annually Clean lights/Inside & outside surfaces Quarterly Clean outside of lockers and cabinets Semi-Annually Spot clean walls As Needed Keep dispensers (toilet paper, soap, towel, cup) filled As Needed Clean air vent grills As Needed NOTE: Daily = Monday through Saturday GO TRANSIT TRANSIT CENTER MAINTENANCE 110 Pearl Avenue AREA SERVICES TIME TABLE SHELTERS Sweep and wet-mop (weather permitting) floors Dail (including Spot clean all glass (inside & out) y Daily stone area Empty garbage around shelter) Daily (remove from property and place all garage in bags next to garbage dumpsters in shop. Do not put in dumpsters.) Remove any graffiti Daily Clean benches Daily Wipe down all horizontal surfaces Daily Spot clean glass on two (2) display boards Daily Thorough cleaning Weekly Clean glass inside and out Weekly Clean lights Semi-Annually BUS DRIVES Spot clean floors and Remove any garbage or debris Daily Daily PARKING AREA Sweep floors Scrub and wash Weekly Clean up all debris around bench by Monthly y public telephone on Daily Pearl Avenue RESTROOMS Empty and clean/disinfect wastebaskets, ashtrays, and sanitary product boxes Daily Sweep and wet-mop floors Daily Clean mirrors Daily Dust all horizontal surfaces Daily Clean/Disinfect toilets and urinals Daily Clean sinks and countertops Daily Wipe down mopboards Weekly Wash walls (APRIL, OCTOBER) Semi-Annuall y Clean lights Semi-Annuall Spot clean walls y As Needed Keep dispensers (toilet paper, soap, towel, cup) filled As Needed NOTE: Daily = Monday through Saturday INSIDE CLEANING OF GO TRANSIT BUSES LOCATED IN TRANSIT GARAGE Monday through Saturday (six days a week): Clean buses that were used on city runs as posted on run board. 9 buses (Monday-Saturday) Cleaning includes: SEATS: Wipe or wash all seats daily RAILS: Wipe off all rails SIDE PANELS: Wipe or wash, when required, all interior panels HORIZONTAL SURFACES: Wipe or wash all horizontal surfaces daily WINDOWS: Wash all inside windows FLOORS: Sweep and mop DAILY. Make sure no standing water Is left on floor. Empty debris into dumpster. (Note: no debris on garage floor) DRIVER'S AREA: Wipe or wash dash and panels daily. Sweep floor around seat. TRASH CONTAINERS: Empty debris into dumpster. BID PROPOSAL FORM CLEANING SERVICES FOR THE CITY OF OSHKOSH TRANSIT DIVISION(GO TRANSIT) BIDS DUE 1:00 P.M., FRIDAY, FEBRUARY 14, 2014 We, the undersigned,propose to furnish the City of Oshkosh Transit Division(GO Transit), FOB Oshkosh WI, 926 Dempsey Trail, Oshkosh WI 54902, cleaning services for a period of three (3) years: $ per year,total price for three years: $ Bid Price (Bid Price for three years—in Words) NAME OF COMPANY SUBMITTED BY: NAME&TITLE OF PERSON SUBMITTING QUOTE 2014 DATE ADDRESS OF COMPANY CITY STATE ZIP ( ) TELEPHONE NUMBER EMAIL ADDRESS COMPLIANCE WITH SPECIFICATIONS FORM (Bidder/proposer certifies) The bidder/proposer hereby certifies that it will comply with the bid requirements issued by the City of Oshkosh/GO Transit in this RFB. The bidder or proposer warrants and certifies that of the following three paragraphs, paragraph A or B or C is true ("I check one): A. The bidder/proposer hereby states that it will comply with the requirements in all areas. (This means that there are no exceptions to the requirements, no matter how minor. If you have any doubts, check paragraph C or call the procuring agency for assistance.) B. The bidder/proposer hereby states that it will comply with the requirements in all areas except those where requests for clarification were approved prior to bid submission. C. The bidder/proposer hereby states that it will comply with the requirements in all areas except those noted on the attached page. The bidder/proposer understands that those exceptions to the specifications may be considered non- responsive, and may be rejected. Signature: Typed Name: Title: Company: Date: COMPLIANCE WITH FTA REQUIREMENTS 49 CFR Part 18 The Contractor listed below hereby certifies that it shall at all times comply with all applicable Federal Transit Administration (FTA) regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Federal Transit Administration Master Agreement between the City of Oshkosh/GO Transit and the Federal Transit Administration, as they may be amended or promulgated from time to time during the term of this contract. The Contractor's failure to so comply shall constitute a material breach of this contract. Signature: Typed Name: Title: Company: Date: Government-Wide Debarment and Suspension (Non Procurement) a. Background and Applicability. In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This government-wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension,and 31 U.S.C.6101 note(Section 2455,Public Law 103-355, 108 Stat.3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract (at any level) for Federally required auditing services. 49 CFR 29.220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as"covered transactions." Grantees,contractors, and subcontractors(at any level)that enter into covered transactions are required to verify that the entity(as well as its principals and affiliates)they propose to contract or subcontract with is not excluded or disqualified. They do this by(a)Checking the Excluded Parties List System,(b)Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300. Grantees,contractors,and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent covered transactions(i.e.,the requirement flows down to subcontracts at all levels). b. Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. c. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such,the contractor is required to verify that none of the contractor,its principals,as defined at 49 CFR 29.995, or affiliates,as defined at 49 CFR 29.905,are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal,the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the recipient. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the recipient, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Signature: Typed Name: Title: Company: Date: ATTACHMENT A CITY OF OSHKOSH INSURANCE REQUIREMENT 7/1 6/1 2 CITY OF OSHKOSH INSURANCE REQUIREMENTS II. CONTRACTOR'S INSURANCE WITHOUT PROPERTY 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. INSURANCE REQUIREMENTS FOR CONTRACTOR—LIABILITY&BONDS 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. II - 1 7/16/12 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. H. Bond Requirements 1. Bid Bond. Bids that are $25,000 or greater will require the contractor to provide to the owner a Bid Bond, which will accompany the bid for the project. The Bid Bond shall be equal to 5 percent of the contract bid. The City may, at its discretion, require bonds for certain contracts with amounts less than $25,000. 2. Payment and Performance Bond. If awarded the contract, bids that are $25,000 or greater will require the contractor to provide to the owner a Payment and Performance Bond in the amount of the contract price, covering faithful performance of the contract and payment of obligations arising thereunder, as stipulated in bidding requirements, or specifically required in the contract documents on the date of the contract's execution. The City may, at its discretion, require bonds for certain contracts with amounts less than $25,000. 3. Acceptability of Bonding Company. The Bid, Payment and Performance Bonds shall be placed with a bonding company with an A.M. Best rating of no less than A-and a Financial Size Category of no less than Class VI. 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. II -2 7/16/12 3. APPLICABLE TO CONTRACTORS/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 not 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. II - 3 Av°' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/°DIYYY) 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(les) 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: information,including street PHONE Insurance Agent's FAX address and PO Box If (A/C.No.Ext): contact Information. I(A/C.No): applicable. E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: ABC Insurance Company NAIC# INSURED Insured's contact information, including name,address and INSURER B: XYZ Insurance Company NAIC# phone number. INSURER C: LMN Insurance Company I NAIC# INSURER D: Insurer(s)must have a minimum A.M.Best rating of A- and a Financial Performance Rating of VI or better. 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 AMY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYY) (MMIDDIYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $1,000,000 ElGeneral Liability Policy Number Policy effective and expiration date. DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY ® ❑ I Y Y I P PREMISES(Ea occurrence) $50,000 A ❑CLAIMS-MADE®OCCUR MED EXP(Any one person) _ $5,000 ® ISO FORM CG 20 37 OR EQUIVALENT PERSONAL&ADV INJURY $1,000,000 0 GENERAL AGGREGATE _ $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: • PRODUCTS—COMP/OP AGO $2,000,000 ❑IPOLICY I®I I❑ILOC $ AUTOMOBILE LIABILITY - I COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ®ANY AUTO ® ❑ Auto Liability Policy Number Policy effective and expiration date.l BODILY INJURY(Per person) $ B ❑AUTOS OWNED ❑ SCHEDULED D AUTOS BODILY INJURY(Per accident) $ ❑HIRED AUTOS ❑ NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) $ ❑ ❑ I $ ®UMBRELLA LIAR IN OCCUR ® ❑ EACH OCCURRENCE $2,000,000 A ❑EXCESS LIAB ❑ CLAIMS-MADE Umbrella Liability Policy Number Policy effective and expiration date. AGGREGATE $2,000,000 ❑DED ®IRETENTION$10,000 $OTH- C ANDREMP Si.OYERS'LIABILITY ❑ ❑ ®I TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICE/MEMBER EXCLUDED? Y/N Workers Compensation Policy [Policy effective and expiration date. E.L EACH ACCIDENT $100,000 (Mandatory in NH) N Number If yes,describe under EL DISEASE—EA EMPLOYEE $100,000 DESCRIPTION OF OPERATIONS below E.L DISEASE—POLICY LIMIT $500,000 I ❑ ❑ I DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Additional Insureds on all Liability Policies 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 ll SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION DATE,THEREOF,NOTICE WILL BE DELIVERED IN PO Box 1130 ACCORDANCE WITH THE POLICY PROVISIONS. Oshkosh,WI 54903-1130 Please indicate somewhere on this 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 ATTACHMENT B SAMPLE OF CONTRACTORS AGREEMENT CONTRACTOR AGREEMENT- SAMPLE THIS AGREEMENT, made on the th day of , 20 , by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and Contractor Name., address 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: (Contractor Project Manager Name & Title) B. Changes in Project Manager. The City shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The City shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The City shall assign the following individual to manage the project described in this contract: (City Project Manager Name & Title) ARTICLE III. SCOPE OF WORK The Contractor shall provide services described in the CITY'S Bid Specifications dated , attached hereto as Exhibit A, and the Contractor's"Project Bid Proposal Form" dated , 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 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 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 , 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 By: , (Seal of Contractor (Specify Title) if a Corporation.) By: 3 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 ARTICLE VI. PAYMENT A. The Contract Sum. The City shall pay to the Contractor for the performance of the contract the sum of $ , 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 2 (Specify Title) CITY OF OSHKOSH By: Mark A. Rohloff, City Manager (Witness) And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necess- ary provisions have been made to pay the liability which will accrue under this contract. City Attorney City Comptroller 4 EXHIBIT B 6 BID PROPOSAL FORM CLEANING SERVICES FOR THE CITY OF OSHKOSH TRANSIT DIVISION (GO TRANSIT) BIDS DUE 1:00 P.M., FRIDAY, FEBRUARY 14, 2014 We, the undersigned,propose to furnish the City of Oshkosh Transit Division(GO Transit), FOB Oshkosh WI, 926 Dempsey Trail, Oshkosh WI 54902, cleaning services for a period of three (3) years: $ ;2378 1.06 per year,total price for three years: $ '7 134 .( 0 Bid Price Setif en!.y & ,Dr)e /11 ree Ava / ec f' re.e (Bid Price for three years—in Words) Ce+Cd C a.n i nj Sex � Ce_ NAME OF COMPANY SUBMITTED BY: ■ ( 11 (1-a& C Z (9U3-fl NAME & TITLE OF PERSON SUBMITTING QUOTE 2/I Z_ 2014 N✓ DATE ADDRESS OF COMPANY 0S`-\V‹ � U3T- SACc 2 CITY STATE ZIP (9Z0) 2 S2 - 1 0 TELEPHONE NUMBER EMAIL ADDRESS COMPLIANCE WITH SPECIFICATIONS FORM (Bidder/proposer certifies) The bidder/proposer hereby certifies that it will comply with the bid requirements issued by the City of Oshkosh/GO Transit in this RFB. The bidder or proposer warrants and certifies that of the following t ee paragraphs, paragraph A or B or C is true (V check one): A. The bidder/proposer hereby states that it will comply with the requirements in all areas. (This means that there are no exceptions to the requirements, no matter how minor. If you have any doubts, check paragraph C or call the procuring agency for assistance.) B. The bidder/proposer hereby states that it will comply with the requirements in all areas except those where requests for clarification were approved prior to bid submission. C. The bidder/proposer hereby states that it will comply with the requirements in all areas except those noted on the attached page. The bidder/proposer understands that those exceptions to the specifications may be considered non- res...-sive, may be rejected. Signatur-. Typed Name: .k) be_(T LL._— Title: U_D (le_( Company: &T ire( / &e1 &vi 'e Date: 2_ — IO COMPLIANCE WITH FTA REQUIREMENTS 49 CFR Part 18 The Contractor listed below hereby certifies that it shall at all times comply with all applicable Federal Transit Administration (FTA) regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Federal Transit Administration Master Agreement between the City of Oshkosh/GO Transit and the Federal Transit Administration, as they may be amended or promulgated from time to time during the term of this contract. The Contractor's failure to so comply shall constitute a material breach of this contract. / � Signa ' CoTyped Name: �j e/ t Title: Company: l_Z'n�r` \ `2 t� r75 r�e d 4!' Date: ( 9 Government-Wide Debarment and Suspension (Non Procurement) a. Background and Applicability. In conjunction with the Office of Management and Budget and other affected Federal agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This government-wide regulation implements Executive Order 12549, Debarment and Suspension, Executive Order 12689, Debarment and Suspension,and 31 U.S.C.6101 note(Section 2455,Public Law 103-355, 108 Stat.3327). The provisions of Part 29 apply to all grantee contracts and subcontracts at any level expected to equal or exceed $25,000 as well as any contract or subcontract (at any level) for Federally required auditing services. 49 CFR 29.220(b). This represents a change from prior practice in that the dollar threshold for application of these rules has been lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in the regulation as"covered transactions." Grantees, contractors, and subcontractors(at any level)that enter into covered transactions are required to verify that the entity(as well as its principals and affiliates)they propose to contract or subcontract with is not excluded or disqualified. They do this by(a)Checking the Excluded Parties List System,(b)Collecting a certification from that person, or (c) Adding a clause or condition to the contract or subcontract. This represents a change from prior practice in that certification is still acceptable but is no longer required. 49 CFR 29.300. Grantees,contractors,and subcontractors who enter into covered transactions also must require the entities they contract with to comply with 49 CFR 29, subpart C and include this requirement in their own subsequent covered transactions(i.e.,the requirement flows down to subcontracts at all levels). b. Instructions for Certification: By signing and submitting this bid or proposal, the prospective lower tier participant is providing the signed certification set out below. c. Suspension and Debarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such,the contractor is required to verify that none of the contractor,its principals,as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905,are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal,the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the recipient. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the recipient,the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. he bidder or proposer further agrees to include a provision requiring such compliance in its . er ti- .ered tr; sactions. Signatu =-. J Apo/ Typed Name: �,/7T- ,� �� Title: 0 Lk, tie Company: l 'e 11. s er'1/i _e- s Date: �" �d ,/ 9 -----1) 0 ACC:PRO CERI-IFICATE OF LIABILITY INSURANCE DATE IMMRIOrYTYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMA IVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF IN URANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AINO THE CERTIFICATE HOLIDER. IMPORTANT: If the certificate holder s 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). CO PRODUCER Michael Scharff NAmt:.NTACT Erika OeHart PHONE fAX,.N.,,,t_ 920-235-9048 State Farm Insurance WC,N9,E420-2 a5-9a41 i E-MAIL norms&Erika@redtruckagent corn 2100 Ornro Road Suite E Oshkosh,WI 54904 I _ ittaimEncsi Arroanure COVERAGE NAiC INSuRFIR A Stale FOITTI Fire and Cat/011y Company # 25143 __... INSURED ROBERT GONZALES INSURER a- DBA CENTRAL CLEANING SERVICE INSURER C: 258 W 8TH AVE iNSURER D: e; OSHKOSH WI 54902,f926 INSURER -------1 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED FIESOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTwiTHSTANDING ANY REOUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT IMTH RESPECT TO WI-ItCH 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 aOLIC1ES,LIMITS SHOWN KAY HAVE BEEN REDUCED BY PAID CLAIMS AcoUsuea —PrbLier tpr PoLICY EXP I L.t4rs4 1 r TYPE OF INSURANCE .• POLICY MILDER I IVMODD/Y-YYY InummyY I LIMITS A GENERAL LIABILITY Y N I 99-BV-081-5 0210112014 02101/2015 FAcH occupncNcE s 1,000,000 T51MAGE TO RENVEO X commERciAL-GENERAL ILIABAJTY PREMISES(Ea cc.,,renoel S 100,000 1 CLAIMS-MADE 1 X OCCUR hrEo EXP{Ami roe porstvN 8 S,o00 PERSONAL&Acv sh/JuRY $ 1,000,000 GENERAL GATE 3 2,00,000 OEM AGSREGAIE LIMIT APPLIES PEN PRODUCTS.CO,MP.*01,AGG S 2.000 000 I POucY 1 X I Ta I i LOC i S s•••■•■,..k AUTOMOBILE UABIUTY 1 H COMBINED SMJULE MI I ■: l;,90,-Affrq _ 3 _ ■ ANY AUTO BODILY INJURY OW perseal .$ ALL OL,,,NLI.) 1 SCHLOULED NODILY INJURY(Pqr sodeN $ AU I OS !AUTOS NON.OwNED pRopERTY DAIJAGE NIRED AUTOS AVI OS .:Pcr aocKlenN I , , 5-.. ., UMBRELLA LIAO ; OCCUR EXCESS LIAB I CLAIMS,MAOE--""-- EACH OCCURRENCE ... AGGREGATE 1 S _ 11 I T 1 MD I I RFTENVON S A WORKERS COMPENSATION i v v.,)..-.STAIN- I. 10Thil AND EMPLOYERS'LIADILITY 99-BV-E876-5 0210112014 0210112015 _Lt_...`.._TORY LIMITS EN Yf N I flH aNypRame-rop,,,A,N ,,,,,c,,,,,-.nil N I A 1 EL CACH ACCIDENT 3 100,000 OrnerrxiFNIBER EXCLUDED-, ,mandatary In NH) I Et.ms€Asr-EA EmpLOYEl_s_ 100,000 1 ityrrs. demi:re urxer I r I DISEASE-POLICY LIMI1 5 000(100 OLS.f"PtPTIDN";P Orf"*IADONS,hylpvi 1 I-1 1 ■ . I 1 DESCRIPTION OF OPERATIONS!LOCATIONS i VEHIC S(Attach ACORD 151,Malone,'ReirruirJm.Scheftte,If mere space.is required} Additional insureds on all Liability policies an ing out of project work shall le City of Oshkosh,and its officers,counc members,agents,employees and authorize 1 volunteers. Certificates of Insurance acceptaiale to the City of Oshkosh shtll be submitted prior to commencement of the work to the applicable city department. These certificated shall contain a provision tl+coverage afforded under th policies will not be canceled or non renewed until at least 30 days prior written notice has been given to the City Clerk-Caty f Oshkosh. CERTIFICATE HOLDER 1 CANCELLATION City of Oshkosh,Atten: City Clerk SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 215 Church Ave ACCORDANCE WITH THE POLICY PROVISIONS. PO BOX 1130 ALTwoRIZED PEPRESENT • r Oshkosh,WI 54903-1130 Ail '/' # iir" - 4 (0 1988- 010,ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks Of ACORD 1001488 132849/ 03-01-2012