Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
ADS Environmental Services 2014 Flow Monitoring
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. Chris Skehan Date: April 17, 2014 ADS Environmental Services, LLC Subject: Executed Agreement for Sanitary 1880 West Fullerton Avenue Collection System Flow Monitoring Building A Services Chicago, IL 60614 Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts ❑ Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 1 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 sanitary collection system flow monitoring services. A City of Oshkosh Purchase Order will follow shortly. Please reference this Purchase Order number on all of your invoices. If you have any questions, please contact us. City Clerk's Office—Original City Attorney's Office—Copy Joe Sargent—Copy cc: File—Original Signed: Tra L aylor I:\Engineering\I&I Work\Flow Monitoring\20141ADS LOT-Executed Agreemnt_4-17-14.docx AGREEMENT THIS AGREEMENT, made on the `4,.. day of ASR'-- , 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and ADS ENVIRONMENTAL SERVICES, LLC, 1880 West Fullerton Avenue, Building A, Chicago, IL 60614, 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 SANITARY COLLECTION SYSTEM FLOW MONITORING SERVICES. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Robert Miller— 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: Joseph R. Sargent, P.E. — Civil Engineer Senior ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. I:\Engineering\I&I Work\Flow Monitoring\2014\ADS Agreemnt_3-25-14.docx Page 1 of 6 ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST, FINANCIAL CONSIDERATIONS, AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties that the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others that the CONSULTANT reasonably relied upon and that are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. l:\Engineering\I&I Work\Flow Monitoring\2014\ADS Agreemnt_3-25-14.docx Page 2 of 6 If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes that CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Request for Proposal. 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. I.\Engineering\I 8 I Work\Flow Monitoring\20141ADS Agreemnt_3-25-14.docx Page 3 of 6 ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CITY's Request for Proposal dated February 29, 2014 and attached hereto 3. CONSULTANT's Proposal dated March 19, 2014 and attached hereto In the event that any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $57,500 (Fifty-Seven Thousand Five Hundred Dollars). B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors 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 I:\Engineering\I&I Work\Flow Monitoring\2014WDS Agreemnt 3-25-14.docx Page 4 of 6 within thirty (30) days of the date of the CITY's written demand for indemnification or refund for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVI. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. I:\Engineering\I&I Work\Flow Monitoring\2014\ADS Agreemnt_3-25-14.docx Page 5 of 6 ARTICLE XVII. SUSPENSION, DELAY, OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSUL • NT 1 :. gC/IC t By: ( - Sj ttMafnc& R. i-knke Mac: (Seal of Consultant Speci' Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: / ■41�(-' (Witness) Ma k A. Rohloff, City M nager And\: 'U/CM/: (Witness) Pamela R. Ubrig, City C erk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. let -- 11‘ice,►1 , ity Attor ity Comptroller I:\Engineenng\I&I Workflow Monitoring\2014\ADS Agreemnt_3-25-14.docx Page 6 of 6 Taylor, Tracy L From: Sargent, Joseph R Sent: Tuesday, March 25, 2014 10:01 AM To: Taylor, Tracy L Subject: FW: 2014 Oshkosh Flow Monitoring Attachments: Oshkosh Flow Monitoring RFP (02-28-14).pdf; Prof Sery Ins Requirements.pdf; City of Oshkosh Blank Aggrement Form.pdf FYI... From: Sargent, Joseph R Sent: Friday, February 28, 2014 2:05 PM Subject: 2014 Oshkosh Flow Monitoring Perspective Bidder: Attached is our 2014 Sanitary Sewer Flow Monitoring RFP. Please let me know if you have any questions. Four copies of the proposal should be submitted to me by 4 p.m. Wednesday, March 19, 2014. Thank you! Respectfully, Joe Joseph R. Sargent, P.E., LEED®AP Civil Engineer Senior City of Oshkosh 215 Church Avenue Oshkosh, WI 54903-1130 Main Office: (920)236-5065 Cell: (920)410-3569 Fax: (920) 236-5068 Email: jsargent(a�ci.oshkosh.wi.us 1 2014 Request for Proposal for Sanitary Collection System Flow Monitoring Services City of Oshkosh, Wisconsin The City of Oshkosh, Wisconsin, is requesting proposals for professional services to install and maintain five (5)flow monitors at selected locations in the sewer system. Collected information will be used to calibrate and verify a Storm Water Management Model (SWMM) hydraulic model developed by others for the City of Oshkosh Collection System.The project will have an anticipated minimum duration of 60 days, with anticipated start and end dates(FM1—FM4)for data collection of April 15, 2014, and June 13, 2014, respectively.The duration of flow monitoring may be shortened if 3 significant wet weather events are recorded before the conclusion of the 60 day monitoring period. The City of Oshkosh sanitary sewer conveyance system consists of 263 miles of sanitary sewers, 17 lift stations, and 10 miles of wastewater force mains. A schematic of the sewer system and the proposed monitoring locations are shown in Figure 1.Table 1 summarizes the locations. Questions regarding this request for proposal should be directed to Joe Sargent, P.E., Civil Engineer Senior at (920) 236-5065. E-mail jsargent @ci.oshkosh.wi.us Table 1 Proposed Flow Monitoring Locations City of Oshkosh, Wisconsin Sanitary Sewer System Preliminary Flow Pipe Size at Monitoring Monitor No Manhole ID Approximate Location Location (inches)** FM1 13-1159 S. Washburn Street, north of 12 Hwy 44 FM2 16-554 West of 765 N. Westfield 24 Street, near Sawyer Creek FM3 16-44 Punhqua Street,just south of 8 Rainbow Drive FM4 12-770 Adjacent to 1500 Arboretum 48 Drive FM5*** 15-117 Adjacent to 1219 E. Tennessee 15 upstream, 18x27 Avenue downstream ** All pipe sizes should be field verified *** Flow monitoring period approximate start date of 06/17/14. Confirm with ENGINEER prior to installation. 60-day minimum monitoring period. 1 Scope of Work The goal of this flow monitoring project is to collect continuous flow data to compare against results obtained through the use of a SWMM hydraulic model.Monitoring activities for this project will include equipment installation, operation and maintenance of flow monitors,mobilization and demobilization of crews and devices needed to perform thse tasks, and data submittals to the City. Project Initiation Meeting The City and the flow monitoring contractor(Contractor) will meet to outline the various activities, responsibilities and scheduling for the project.The parties will clarify any ambiguities related to the work. At this meeting,the Contractor's project manager will present: • A safety plan for the tasks described in this scope of work (a confined space entry permit or waiver may be required from the operator) • A schedule that will identify each of the contractor work tasks and a time schedule for such • The reporting and invoicing procedures • A list of key personnel, with titles and responsibilities, including contact information The initiation meeting will allow the Contractor to interview the City about specific questions relating to the sewer system.The City will provide the following during the project initiation meeting: • Information related to the design and operation of applicable collection system structures • Information related to the existence of known safety hazards • List of key personnel, with titles and responsibilities,that can be contacted by the Contractor, as appropriate, including at least 1 contacts in non-business hours Mobilization The Consultant shall perform detailed reconnaissance on each suggested monitoring location and will evaluate the hydraulics at each site to determine the most suitable approach for monitoring. The Consultant shall review results of reconnaissance work with the City prior to installing any monitors. Any problems that might interfere with the proposed flow monitoring shall be noted and, if necessary, alternative sites shall be evaluated. A flow monitoring plan, containing a short site assesment report for each site shall be submitted to the City for review before installation of any monitors.The plan must include installation forms for each location that include location sketches, arrangement sketches,field measurements, and equipment to be installed. Installation During this period all the monitoring units will be installed, activated and calibrated.The flow monitors will include 5 monitors that provide both water level and velocity measurements in sanitary sewers. The 2 flow monitors will be installed as summarized in Table 1. Meter installation pictures and dimensioned sketches will be provided to the City. The Contractor will be responsible for providing all equipment required for installation of flow monitors, and for returning facilities to the condition they were in prior to installation of flow monitors. The Contractor will be responsible for the costs and equipment for traffic control at all sites where it is needed during the installation of meters.This entails use of a vehicle with flashing yellow warning lights, and placement of traffic cones. Monitoring Period During the monitoring period, measurement of both dry and wet weather flows will be obtained, weather permitting,for later analysis. Data obtained during the mobilization, installation and demobilization periods is not to be considered for use in this analysis. Flow measurements will include depth, pressure head and velocity readings every 5 minutes. Data Format: Flow data will be provided to the City on a CD in an EXCEL spreadsheet.The data will be reported in 5 minute intervals and will include the following columns of data: • Date and time • Calibrated Depth (ft) • Calibrated Velocity(ft/s) • Computed Flow (cfs by Manning's Equation) • Computed Flow (cfs by Continuity: Q=V*A) In addition, the Contractor will provide flow plots based on: • Calibrated depth using Manning's Equation • Calibrated depth and velocity using continuity equation (Q=V*.A) In addition, depth vs. area curves will be provided for each flow monitoring site for all non-circular pipes (if any).A log of site visits will be kept describing findings, calibration procedures, and any monitor relocations.The Contractor will provide this information to the City with a copy of this log with each bi- weekly flow monitoring progress submittal. Monitor Quality Control Procedures: During the monitoring period, each monitor will be checked in the field twice per week, by the Contractor's personnel.A field log of all monitor checks will be maintained as documentation. Field checks will involve, at a minimum, the following: • Check power supply levels and replace batteries as necessary • Clean sensors, if necessary • Descend manhole to check level of silt and debris • Obtain manual depth of flow and velocity measurements • Check and adjust sensor calibration, if necessary • Download flow information from data logger • Determine if monitors require relocation and do so, if necessary 3 Interim Reports:The following interim reports will be required: • The flow monitoring plan with meter installation pictures and dimensional sketches will be provided to the City within one week of meter installation. • The field log will be mainted and submitted weekly to the City. • Complete data tables and hydrographs for all locations will be completed and submitted to the City every two weeks. • Any problems in data collection due to meter malfunctions should be reported within two (2) days of discovering the problem. Demobilization Period Upon notification from the City that the required data have been obtained, the Contractor will remove the flow monitors and return the site to pre-monitorining functionality. Interim Reports and Final Report Finalized flow data with a discussion of methodology will be delivered within 30 days of completion of the monitoring period. Reports will consist of data tables, brief methodologies used, schematics and sketches of CSO configurations. Five copies of the Final Report will be provided,together with two copies of the final flow data on CD. Contractor Schedule Please contact Joe Sargent at (920) 236-5065 to confirm the schedule for this site visit. Four copies of the proposal should be submitted by 4 P.M., March 19, 2014,to: Joe Sargent City of Oshkosh Engineering Division Room 301 215 Church Ave. PO Box 1130 Oshkosh, WI 54903-1130 Proposal Requirements Proposals will be structured as follows: • Scope of Work, including Deliverables, Procedures and Schedule • Monitoring Equipment, including Calibration Procedures • Safety and Confined Space Entry Procedures • Qualifications • Fee Proposal 4 The qualifications section should include an explanation of the proposed project team organization and resumes for project team members, as well as project descriptions and references for selected similar projects conducted in the Midwest in the last 5 years, by the firm and by the project team members. The fee proposal should be organized based on unit costs, as shown in Table 2. If unit costs are expected to vary for different sites, add rows to the table to differentiate the different sites. One number would be preferred; however,to allow comparison of proposals. It is expected that FM5 would have a different set of unit costs. TABLE 2 Cost Basis for Fee Proposals—Flow Monitoring City of Oshkosh, Wisconsin Sanitary Sewer System Cost per No. Of Cost per Site per Cost Item No. Of Sites Days Site Day Total Cost Sewer Monitoring Locations Mobilization 5 NA NA Installation 5 NA NA Monitoring 5 120 NA Demobilization 5 NA NA Documentation Interim Reports and Final NA NA Report Proposal Selection and Agreement The proposals will be reviewed for completeness and how well it is demonstrated that the needs of the City of Oshkosh can be met. The award of this work will not be based solely on cost of the proposal. Beyond this scope and budget,the contractual agreement will require the proposer to provide proof of required insurance coverage, naming the City as an additional insured,to the City as part of their RFP submittal. The City's insurance requirements are attached to this RFP. Upon signature by designated City officials, the agreement will become binding and the proposer may begin to execute its scope of work. A sample of the Standard Engineering Services Agreement is also attached to this RFP. 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 project/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 • "`---' CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YW) 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: Information,including street PHONE Insurance Agent's FAX address and PO Box if (NC.No.Ext): contact Information. (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 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 I ADDL I SUBR I POLICY EFF POLICY EXP LTR TYPE OF INSURANCE I INSR i W I VD POLICY NUMBER (MM/DD/YYY) (MM/DD/YYY) LIMITS GENERAL LIABILITY I I EACH OCCURRENCE _ _$1,000,000_____ IM COMMERCIAL GENERAL LIABILITY I ® ' ❑ General Liability Policy Number Policy effective and expiration date. DAMAGE TO RENTED PREMISES(Ea occurrence) _ $50,000 A DI CLAIMS-MADE®I OCCUR I MED EXP(Any one person) $5,000 ® ISO FORM CG 20 37 OR EQUIVALENT I PERSONAL&ADV INJURY $1,000,000 ❑ GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS—COMP/OP AGG $2,000,000 DI POLICY ®JEO i❑LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) $1,000,000 _ MANY AUTO ® ❑ Auto Liability Policy Number j Policy effective and expiration date. BODILY INJURY(Per person)_ $ B ❑ALL OWNED ❑ SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) $ ❑;HIRED AUTOS I❑ NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) $ ❑ I❑ I — $ -- ®IUMBRELLA LIAB OCCUR _I ® 111 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 ❑DED ®RETENTION$$10,000 I $ • C WORKERS COMPENSATION AND EMPLOYERS'LIABI ITY ❑ ID i I WC STATU- OTH- ANYPROPRIETOR/PARTNER/EXECUTIVE (TORY LIMITS(❑ ER OFFICE/MEMBER EXCLUDED? Y/N 1 E.L.EACH ACCIDENT $100,000 Workers Compensation Policy ' Policy effective and expiration date. (Mandatory in NH) N Number If yes,describe under E.L.DISEASE—EA EMPLOYEE $100,000 DESCRIPTION OF OPERATIONS below , E.L.DISEASE—POLICY LIMIT $500,000 A PROFESSIONAL LIABILITY ® i ❑ 1 I $1,000,000 EACH CLAIM Professional liability Policy 'Policy effective and expiration date] $1,000,000 ANNUAL AGGREGATE Number I 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 III SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue SAMPLE CERTIFICATE THE EXPIRATION E WITH THE POLICY OFPROTIC PROVISIONS. BE DELIVERED IN PO Box 1130 Please indicate somewhere on this Oshkosh,WI 54903 4130 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 AGREEMENT THIS AGREEMENT, made on the day of , 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT'S NAME, address , 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 SERVICES DESCRIPTION ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: 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 Il. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the PROJECT described in this AGREEMENT: Name—Title ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal or CONSULTANT's Proposal or CONSULTANT's Scope of Work. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. If such changes affect CONSULTANT's cost of or time required for performance of the services, an equitable adjustment will be made through an amendment to this AGREEMENT. All reports, drawings, specifications, computer files, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. I:\Engineering\I8,I Work\Flow Monitoring\20141BlankCurrent Agreement Form 12-2-13.docx Page 1 of6 ARTICLE IV. STANDARD OF CARE The standard of care applicable to CONSULTANT's services will be the degree of skill and diligence normally employed by professional consultants or consultants performing the same or similar services at the time said services are performed. CONSULTANT will re-perform any services not meeting this standard without additional compensation. ARTICLE V. OPINIONS OF COST, FINANCIAL CONSIDERATIONS, AND SCHEDULES In providing opinions of cost, financial analyses, economic feasibility projections, and schedules for the PROJECT, CONSULTANT has no control over cost or price of labor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditions; time or quality of performance by operating personnel or third parties; and other economic and operational factors that may materially affect the ultimate project cost or schedule. Therefore, it is understood between the parties that the CONSULTANT makes no warranty that the CITY's actual project costs, financial aspects, economic feasibility, or schedules will not vary from CONSULTANT's opinions, analyses, projections, or estimates. ARTICLE VI. RECORD DRAWINGS Record drawings, if required, will be prepared, in part, on the basis of information compiled and furnished by others. CONSULTANT is not responsible for any errors or omissions in the information from others that the CONSULTANT reasonably relied upon and that are incorporated into the record drawings. ARTICLE VII. CITY RESPONSIBILITIES The CITY shall furnish, at the CONSULTANT's request, such information as is needed by the CONSULTANT to aid in the progress of the PROJECT, providing it is reasonably obtainable from City records. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other documents and will make any authorizations necessary to proceed with work within a reasonable time period. ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous substances in any form are encountered or suspected, CONSULTANT will stop its own work in the affected portions of the PROJECT to permit testing and evaluation. I:EngmeenngNS I work\FlowMonitoringl2014\BlankCurrent Agreement Form 12-2-13 .docx Page 2 of 6 If asbestos is suspected, CONSULTANT will, if requested, manage the asbestos remediation activities using a qualified subcontractor at an additional fee and contract terms to be negotiated. If hazardous substances other than asbestos are suspected, CONSULTANT will, if requested, conduct tests to determine the extent of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additional fee and contract terms to be negotiated. CITY recognizes that CONSULTANT assumes no risk and/or liability for a waste or hazardous waste site originated by other than the CONSULTANT. ARTICLE IX. CITY'S INSURANCE CITY will maintain property insurance on all pre-existing physical facilities associated in any way with the PROJECT. CITY will provide (or have the construction contractor(s) provide) a Builders Risk All Risk insurance policy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials associated with CONSULTANT's services. Upon request, CITY will provide CONSULTANT a copy of such policy. ARTICLE X. TIME OF COMPLETION The work to be performed under this AGREEMENT shall be commenced and the work completed within the time limits as agreed upon in the CITY's Request for Proposal. 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. I:\Engineering\I6IWork\Flow Monitoring\2014\BlankCurrent Agreement Form 12-2-13.docx Page 3 of 6 ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parts, all of which are as fully a part of this AGREEMENT as if herein set out verbatim, or if not attached, as if hereto attached: 1. This Instrument 2. CITY's Request for Proposal dated and attached hereto 3. CONSULTANT's Proposal or Scope of Services dated and attached hereto In the event that any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specifically stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shall pay to the CONSULTANT for the performance of the AGREEMENT the total sum as set forth below, adjusted by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $ ( Dollars). • Attached fee schedules shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within thirty (30) calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s)for withholding payment. C. Additional Costs. Costs for additional services shall be negotiated and set forth in a written amendment to this AGREEMENT executed by both parties prior to proceeding with the work covered under the subject amendment. ARTICLE XIII. HOLD HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be to the proportionate extent caused by or result from the intentional or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontractors 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 e�EngIneering\I&I Work\FIowMooitoring\2014\Blank Current Agreement Form 12-2-13 .docx Page 4 of 6 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 for those actions, claim, and demands caused by or resulting from intentional or negligent acts as specified in this paragraph. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, the CITY further agrees to hold CONSULTANT harmless from any and all liability, including claims, demands, losses, costs, damages, and expenses of every kind and description (including death), or damages to person or property arising out of re-use of the documents without consent where such liability is founded upon or grows out of the acts or omission of any of the officers, employees or agents of the City of Oshkosh while acting within the scope of their employment. ARTICLE XIV. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XV. TERMINATION A. For Cause. If the CONSULTANT shall fail to fulfill in timely and proper manner any of the obligations under this AGREEMENT, the CITY shall have the right to terminate this AGREEMENT by written notice to the CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The CITY may terminate this AGREEMENT at any time by giving written notice to the CONSULTANT no later than ten (10) calendar days before the termination date. If the CITY terminates under this paragraph, then the CONSULTANT shall be entitled to compensation for any satisfactory work performed to the date of termination. This document and any specified attachments contain all terms and conditions of the AGREEMENT and any alteration thereto shall be invalid unless made in writing, signed by both parties and incorporated as an amendment to this AGREEMENT. ARTICLE XVI. RE-USE OF PROJECT DOCUMENTS All reports, drawings, specifications, documents, and other deliverables of CONSULTANT, whether in hard copy or in electronic form, are instruments of service for this PROJECT, whether the PROJECT is completed or not. CITY agrees to indemnify CONSULTANT and CONSULTANT's officers, employees, subcontractors, and affiliated corporations from all claims, damages, losses, and costs, including, but not limited to, litigation expenses and attorney's fees arising out of or related to the unauthorized re-use, change, or alteration of these project documents. I:\Engineering\I&I Work\Flow Monitoring\2014\Blank Current Agreement Form_12-2-13.docx Page 5 of 6 ARTICLE XVII. SUSPENSION, DELAY, OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of CITY. In such event, CONSULTANT's contract price and schedule shall be equitably adjusted. ARTICLE XVIII. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives no rights or benefits to anyone other than CITY and CONSULTANT and has no third-party beneficiaries. In the Presence of: CONSULTANT By: (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: (Witness) Mark A. Rohloff, City Manager And: (Witness) Pamela R. Ubrig, City Clerk APPROVED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. City Attorney City Comptroller e\Engineeriogu&I Work\FIow Monitoring\2014\Blank Current Agreement Fo rm_12-2-13 .do cx Page 6 of 6 Ac-°R°® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/31/2013 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 MARSH USA INC. NAME: 540 W.MADISON PHONE FAX (A/C,No.Ext): (AIC,No): CHICAGO,IL 60661 ADDRESS: Attn:Fax:212-948-0770 or Chicago.CertRequest @marsh.com INSURER(S)AFFORDING COVERAGE NAIC# ADS INSURER A:N/A N/A INSURED INSURER B:N/A N/A ADS Environmental Services 1300 Meridian Street,Suite 3000 INSURER c:N/A N/A Huntsville,AL 35801 INSURER D:Indian Harbor Insurance Co. 36940 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CHI-004729361-05 REVISION NUMBER:4 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ GENERAL AGGREGATE $ _ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ —7 POLICY JE C l i LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ----- (_Ea accident) --- ----------- ANY AUTO BODILY INJURY(Per person) $ ALL OWNED ^SCHEDULED BODILY INJURY accident AUTOS AUTOS RY(Per ) $ NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) $ _ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? N/A E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT_$ D Professional Liability PEC002263307 12/31/2013 12/31/2014 Each Claim 1,000,000 Retro Date:04/01/2007 SIR:$100,000 Aggregate 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is required) Re:Sanitary Collection System Flow Monitoring Services for the City of Oshkosh,WI-Install and maintenance of five(5)Flow monitors in the City of Oshkosh,Wisconsin Sanitary Sewer System. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,WI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 216 Church Avenue THE. EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Oshkosh,WI 54903 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. Manashi MukherjeeCa:af+o►w ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ACCORD DATE OF LIABILITY INSURANCE DATE 12/31//2013 2013 /YYYY) 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 MARSH USA INC. NAME: 540 W.MADISON PHONE FAX (A/C.No.Extl: (A/C,No): CHICAGO,IL 60661 ADDRESS: Attn:Fax:212-948-0770 or Chicago.CertRequest @marsh.com INSURER(S)AFFORDING COVERAGE NAIC# 401728-ADS-ADS-14-15 ADS INSURER A:Liberty Mutual Fire Ins Co 23035 INSURED INSURER B:XL Insurance America,Inc. 24554 ADS Environmental Services 1300 Meridian Street,Suite 3000 INSURER C:Liberty Insurance Corporation 42404 Huntsville,AL 35801 INSURER D: INSURER E: _INSURER F: COVERAGES CERTIFICATE NUMBER: CHI-004700554-05 REVISION NUMBER:18 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DDIYYYY) LIMITS A GENERAL LIABILITY TB2-681-004088-044 01/01/2014 01/01/2015 EACH OCCURRENCE $ 1,000,000 DAMAGE TO X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ 1,000,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT I !APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 CT 7 POLICY X E LOC $ A AUTOMOBILE LIABILITY AS2-681-004088-034 01/01/2014 01/01/2015 COMBINED SINGLE LIMIT 1,000,000 (Ea accident) .__. X ANY AUTO BODILY INJURY(Per person) $ X ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ _ AUTOS l AUTOS ( ) X ' X NON-OWNED PROPERTY DAMAGE HIRED AUTOS I AUTOS (Per accident) $ $ B X UMBRELLA LIAB X OCCUR US00066380L114A 01/01/2014 01/01/2015 EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED X RETENTION$10,000 $ C WORKERS COMPENSATION WA7-68D-004088-514(AOS) 01/01/2014 01/01/2015 X WC STATU- 0TH- AND EMPLOYERS'LIABILITY TORY LIMITS ER C ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N WC7-681-004088-014(OR,WI) 01/01/2014 01/01/2015 E.L.EACH ACCIDENT $ 2,000,000 OFFICER/MEMBER EXCLUDED? N N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 2,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS below 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Re:Sanitary Collection System Flow Monitoring Services for the City of Oshkosh,WI-Install and maintenance of five(5)Flow monitors in the City of Oshkosh,Wisconsin Sanitary Sewer System. City of Oshkosh,and its officers,council members,agents,employees,and authorized volunteers are included as Additional Insured with respect to General and Automobile Liability coverages as required by written contract,subject to policy terms and conditions. CERTIFICATE HOLDER CANCELLATION City of Oshkosh,WI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 216 Church Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Oshkosh,WI 54903 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE of Marsh USA Inc. 1 Manashi Mukherjee .a'cai..k �A,,-iz u ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD