Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Environmental Management & Testing Services, LLC (EMTS) pre-demo asbestos survey 2014
PROFESSIONAL SERVICES AGREEMENT CITY OF OSHKOSH: PRE-DEMOLITION ASBESTOS SURVEY THIS AGREEMENT, made on the 7th day of April, 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and ENVIRONMENTAL MANAGEMENT & TESTING SERVICES, LLC (EMTS, LLC), hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, agree as follows: (Note: If anything in the Proposal conflicts with the Request for Proposals or this document, the provisions in the Request for Proposals and this document shall govern.) ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the project described in this contract: (Jerome T. Hinke, President) B. Changes in Project Manager. The CITY shall have the right to approve or disapprove of any proposed change from the individual named above as Project Manager. The CITY shall be provided with a resume or other information for any proposed substitute and shall be given the opportunity to interview that person prior to any proposed change. ARTICLE II. CITY REPRESENTATIVE The CITY shall assign the following individual to manage the project described in this contract: (Darlene Brandt, Community Development) ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposal dated February 22, 2014 attached as Exhibit A and the Proposal of the CONSULTANT dated March 13, 2014 attached as Exhibit B, and is incorporated into this agreement to the extent it does not conflict with the CITY'S Request for Proposals, or this agreement. 1 The CONSULTANT shall provide the services described in its proposal attached hereto and incorporated herein by reference. The CONSULTANT 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 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 V. TIME OF COMPLETION All work to be performed under this contract shall be completed on or before September 1 , 2014 unless the parties agree in writing to extend this date. ARTICLE III. PAYMENT A. The Contract Sum. The CITY shall pay to the CONSULTANT for the performance of the contract the sum of $4,925 for pre-demolition asbestos labor, $70 for any additional services requested, and bulk analysis sampling at $13-$15 per each sample for the six properties identified in the City's Pre-Demolition Asbestos Survey RFP, adjusted by any changes as provided in the proposal, or any changes hereafter mutually agreed upon in writing by the parties hereto. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within 30 calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. 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 IV. CONSULTANT TO HOLD CITY HARMLESS The CONSULTANT covenants and agrees to protect and hold the CITY harmless against all actions, claims and demands of any kind or character whatsoever which 2 may in any way be caused by or result from the intentional or negligent acts of the CONSULTANT, his agents or assigns, his employees or his 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 V. INSURANCE The CONSULTANT shall provide insurance for this project that includes the CITY as an additional insured. The specific coverage required for this project are identified on a separate document. ARTICLE VI. TERMINATION A. For Cause. If the 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 contract at any time by giving written notice to the CONSULTANT no later than 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. In the Presence of: CONSULTANT By: , ,�„ ar�s d r (Seal of Contractor (Specify Title) if a Corporation.) By: 3 (Specify Title) CITY OF OSHKOSH By: 11 //,_j1 ' I Mark A. R hloff, City Manager ( f itness IAA . _ // './ And: ( , (f itnes 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 contract. grak Menit ►i/ 1\LfO rYr1 i lOrney BFI City Comptroller 4 City of Oshkosh, Wisconsin El:1113M) Request for Proposals For Pre-Demolition Asbestos Survey February 22, 2014 City of Oshkosh P.O. Box 1130 Oshkosh, Wisconsin 54903-1130 www.ci.oshkosh.wi.us REQUEST FOR PROPOSALS Pre-Demolition Asbestos Survey I. Introduction The City of Oshkosh, Wisconsin, (herein referred to as the City) is seeking proposals from qualified environmental professionals or qualified consulting firms to perform pre-demolition asbestos surveys of the City purchased properties identified on Exhibit A. It is the responsibility of the Proposer to carefully read the entire Request for Proposals (hereinafter referred to as the RFP) which contains all provisions applicable to successful completion and submission of a proposal. All proposals, sealed and marked "Pre-Demolition Asbestos Survey", must be received by the City of Oshkosh, City Clerk's Office, 215 Church Avenue, PO Box 1130, Oshkosh, WI 54901 by 10:00 a.m. on March 14, 2014. Any proposal received after this time will not be considered. It is neither the City's responsibility nor practice to acknowledge receipt of any proposal. Proposals may be withdrawn by notice to the party receiving proposals of the place designated for the receipt of proposals any time prior to the opening. Such notice shall be in writing over signature of the proposer, or by e- mail. If by e-mail, written confirmation over the signature of the proposer shall be mailed and postmarked on or before the date and time set for receipt of proposals, and it shall be so worded as not to reveal the amount listed in the original proposal. The City will not be liable for any costs incurred by the proposer in responding to this RFP or participating in the RFP process. Such costs are the sole responsibility of the proposer. The City of Oshkosh reserves the right to reject any or all proposals, to waive any informalities in the process, or to accept any proposal deemed in the best interests of the City of Oshkosh. The City is a governmental entity which is subject to the Wisconsin Open Records laws. Therefore, all proposals and other materials submitted to the City may be considered a public record accessible to anyone who may request: such information. If you believe that any information or document that you may submit to the City is not, or should not be, a public record, then you must contact the City before it comes into the possession of the City. The City will be glad to answer questions about the applicability of open record laws and to come 2 to some type of resolution, if possible, regarding particular circumstances. Any ongoing discussions regarding open records will not extend the deadline for submitting proposals. II. Scope of Services The Pre-Demolition Asbestos Survey shall meet all industry standards and include the following: 1. Results of a pre-demolition asbestos inspection and building materials survey in accordance with requirements of the Environmental Protection Agency (EPA) National Emission Standards for Hazardous Air Pollutants (NESHAP) and the Wisconsin Administrative Code, Chapter NR 447, Control of Asbestos Emissions (NR 447) The survey should be conducted in a manner sufficient to identify all suspected asbestos containing materials. 2. Solicitation of at least three written quotes from qualified asbestos abatement contractors to properly address the asbestos containing materials identified in the pre-demolition asbestos survey. The solicitation and quotes will be provided to the city. The city will then engage the asbestos abatement contractor to complete the abatement. All reports of the completed work by the contractor will be collected by the consultant and provided to the city as part of project closeout documentation. 3. Project oversight of any asbestos abatement verification/completion with all required documentation through project closeout. III. Desired Deliverables and Responsibilities: The final product should contain a text document with environmental standards and strategies as necessary to enable planning of demolition to proceed with full knowledge of any further testing required, costs and implications. IV. Elements of Proposal Elaborate proposals beyond that which is sufficient to present a complete and effective proposal are not necessary or desired. Each proposer shall print their submission on single-sided paper. Each proposal shall include the following: 1. Introductory Letter: Provide a title sheet which includes name and business addresses of the organization that will conduct the work and a clear concise response as to why the City of Oshkosh should select your firm for this RFP. 2. General qualifications of your firm. 3. A statement of your understanding of the project. 4. A statement of your work plan including the anticipated time schedule for completing this project. 3 5. Identification of project team members and their roles in this project, with resumes of key personnel (no more than 1 page per person). 6. At least three (3) examples of previous experience with similar projects, including contacts for each of the projects. Project experience should emphasize public-sector projects. The same contact person may be used for more than one project. 7. Cost Proposal: Provide a cost proposal and hourly fee schedule for the requested services of the properties identified in Exhibit A. Any suggested additional services may be listed separately with reasons for suggestion clearly stated. V. Evaluation of Proposals The following criteria are listed in priority order and will be followed to evaluate the information submitted in each proposal: 1. Proposal- The extent to which the firm's proposal is concise, organized, complete, and demonstrates a thorough understanding of the proposed scope of work described in this RFP. 2. Professional Competence- The extent to which the firm has demonstrated competence in performing similar work and/or the extent of former client/customer satisfaction. 3. Expertise- The extent to which the firm has personnel with the necessary experience and training to perform the work. 4. Creativity- The extent to which the firm's project experience and proposal show creative and innovative approaches to the proposed scope of work. The City may, at its discretion, require oral interviews or presentations of one or more proposers to assist in the evaluation process. VI. Proposal Selection and Agreement The City will notify all proposers upon completion of the evaluation process. The City will begin negotiating with the most qualified (highest scoring responsive and responsible) consultant. If an agreement on price fails, negotiations with the next most qualified consultant will be conducted until a contract award can be made to the most qualified consultant whose price is fair and reasonable to the City. The scope of services defined in this RFP, the cost schedule supplied by the proposer, along with any subsequent scope addenda/amendments, will become the scope of the work for the proposer. 4 Once awarded, the successful proposer will be expected to enter into an agreement similar to the sample attached and to provide proof of required City of Oshkosh insurance coverage, naming the City as an additional insured. Upon signature by designated City officials, the agreement will become binding and the consultant may begin to execute its scope of work. VII. Addenda / Questions All requests for interpretations, corrections or questions to this RFP must be emailed to General Services Manager Jon Urben (jurben@ici.oshkosh.wi.us) by Tuesday, March 4, 2014 at 10:00 a.m. Only interpretations or corrections of the RFP made in writing by the General Services Manager are binding. Proposers interested in receiving proposal addenda based on these interpretations or corrections shall provide an email address to the General Services Manager. Any addenda with corrections or questions will be emailed to proposers by Monday, March 10, 2014. VIII. Protest Procedure Any proposer who wishes to protest the proposed award of a contract must submit a detailed statement in writing of the grounds for protest and any supporting documentation to the General Services Manager prior to the contract award. The appealing party must be an actual or prospective proposer whose direct economic interest would be affected by the award, or failure to aware the contract. Award of the contract will be suspended temporarily unless this action will cause undue harm to the City of Oshkosh. The General Services Manager shall issue a determination upon the protest and notify the protesting party. Minor errors in proposal procedures shall not be grounds for delaying or prohibiting approval of the contract. 5 Exhibit A: City Property The City has identified the following properties as requiring pre-demolition asbestos surveys: • 349 West 7th Avenue • 113 West 8th Avenue • 675 Jefferson Street • 1841 Jefferson Street • 2332 Jefferson Street • 1125 N. Main Street Note: Proposers are to use secondary data (e.g. city assessor's website information, aerial photos, exterior visual assessments of the properties) in the preparation of their proposals for this RFP. The city will not be scheduling any walkthroughs of these properties. 6 Sample City of Oshkosh Professional Services Contract Agreement 7 PROFESSIONAL SERVICES AGREEMENT-SAMPLE THIS AGREEMENT, made on the day of MONTH, YEAR, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and CONSULTANT NAME, hereinafter referred to as the CONSULTANT, WITNESSETH: That the CITY and the CONSULTANT, for the consideration hereinafter named, agree as follows: (Note: If anything in the Proposal conflicts with the Request for Proposals or this document, the provisions in the Request for Proposals and this document shall govern.) ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the project described in this contract: (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: (NAME, TITLE) ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CITY'S Request for Proposals and Proposal of the CONSULTANT. The CONSULTANT bid is attached as Exhibit A, and is incorporated into this agreement to the extent it does not conflict with the CITY'S Request for Proposals, or this agreement. The CONSULTANT shall provide the services described in its proposal attached hereto and incorporated herein by reference. 1 The CONSULTANT 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 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 V. TIME OF COMPLETION All work to be performed under this contract shall be completed on or before DATE, MONTH, YEAR unless the parties agree in writing to extend this date. ARTICLE III. PAYMENT A. The Contract Sum. The CITY shall pay to the CONSULTANT for the performance of the contract the total sum of $X,XXX for describe project(s) here, adjusted by any changes as provided in the proposal, or any changes hereafter mutually agreed upon in writing by the parties hereto. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The CITY shall pay the CONSULTANT within 30 calendar days after receipt of such statement. If any statement amount is disputed, the CITY may withhold payment of such amount and shall provide to CONSULTANT a statement as to the reason(s) for withholding payment. C. 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 IV. CONSULTANT TO HOLD CITY HARMLESS The CONSULTANT covenants and agrees to protect and hold the CITY harmless against all actions, claims and demands of any kind or character whatsoever which may in any way be caused by or result from the intentional or negligent acts of the CONSULTANT, his agents or assigns, his employees or his 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 2 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 V. INSURANCE The CONSULTANT shall provide insurance for this project that includes the CITY as an additional insured. The specific coverage required for this project are identified on a separate document. ARTICLE VI. TERMINATION A. For Cause. If the 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 contract at any time by giving written notice to the CONSULTANT no later than 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. In the Presence of: CONSULTANT By: (Seal of Contractor (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: 3 Mark A. Rohloff, City Manager (Witness) 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 contract. City Attorney City Comptroller 4 City of Oshkosh Professional Liability Insurance Requirements 8 7/16/12 City of Oshkosh Insurance Requirements • INTRODUCTION It is important that the City of Oshkosh is adequately protected from loss due to the negligence of others (contractors, suppliers, vendors, etc.) who are working for, with, or on behalf of the City of Oshkosh. To help achieve this goal, the City of Oshkosh requires that other parties carry a certain level of insurance that will protect, defend and indemnify the City from losses arising out of their activities or from their products. The following standards have been established to help provide direction and consistency for City of Oshkosh Departments. Until the appropriate certificate of insurance verifying the required coverage is obtained, the City of Oshkosh will NOT be issuing a license, permit or entering into a contract. Insurance requirements for jobs or activities such as asbestos abatement, pollution clean up, oil recycling, hazardous waste removal, or any new contract or activity where it is not clear what level of insurance should be required will be determined by the City Attorney and the Safety & Risk Management Officer. The City Attorney and/or the Safety & Risk Management Officer are responsible for the review of all certificates of insurance to determine if they meet the insurance requirements. There may be times when an organization or contractor can not meet the insurance requirements. Any significant variance from the standards must be authorized by the City Attorney and/or the Safety & Risk Management Officer. 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. 111 -2 A�°` CERTIFICATE OF LIABILITY INSURANCE DATE(MM/OD/YY1) 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 bOES 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 Agents iFAx address and PO Box If contact Information. I applicable. (A/C.No.Ext): ,(A/C.No): E-MAIL ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# _ INSURER A: ABC Insurance Company NAIC# INSURED lnsured'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 Vl 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) (MM/DDJYYY) LIMITS ' • GENERAL LIABILITY EACH OCCURRENCE $1,000,000 NICOMMERCIAL GENERAL LIABILITY ® ❑ General Liability Policy Number Policy effective and expiration date. DAMAGE TO RENTED PREMISES(Ea occurrence) $50,000 A ❑CLAIMS-MADE®OCCUR MED EXP(Any one person) $5,000 I ® ISO FORM CG 2037 OR EQUIVALENT PERSONAL&ADV INJURY $1,000,000 ❑ GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 0I POLICY I®I E aL❑iLOC $ AUTOMOBILE LIABILITY I COMBINED SINGLE LIMIT (Ea accident) $1,000,000 ®)ALL OWNED SCHEDULED ® ❑ Auto Liability Policy Number !Policy effective and expiration date. BODILY INJURY(Per person) $ •B ❑AUTOS ❑ AUTOS BODILY INJURY(Per accident) $ ❑HIRED AUTOS ❑ NON-OWNED PROPERTY DAMAGE --/-.-1 AUTOS (Per accident) $ _ ❑ $ • �I LIUMBRELLA LIAR to OCCUR ® III I EACH OCCURRENCE $2,000,000 A EXCESS LIAR El — Umbrella Liability Policy Number Policy effective and expiration date. AGGREGATE $2,000,000 ❑IDED ®RETENTION d$10,000 I $ I C WORKERS COMPENSATION _ AND EMPLOYERS'LIABILITY ❑ ❑ Ell LIMITS OER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICE/MEMBER EXCLUDED? YIN Workers Compensation Policy I Policy effective and expiration date.' E.L EACH ACCIDENT $100,000 j (Mandatory In NH) N Number It yes,describe under I E.L DISEASE-EA EMPLOYEE $100,000 DESCRIPTION OF OPERATIONS below E.L DISEASE-POLICY LIMIT $500,000 A PROFESSIONAL LIABILITY I I Z I 0 I Professional liability Policy Policy effective and expiration date. $1,000,000 ANNUAL AGGREGATE Number I $1,000,000 EACH CLAIM 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 ACCORDANCE WITH THE POLICY PROVI IONS.L BE DELIVERED IN PO Box 1130 Please indicate somewhere on this Oshkosh,WI 54903-1130 certificate,the contract or project# AUTHORIZED REPRESENTATIVE this certificate is for. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD Pre-Demolition Asbestos Survey �IY1 L uc Prepared By EMTS, LLC Environmental Management&Testing Services, LLC P.O. Box 3861 Environmental Management&Testing Services Oshkosh,Wisconsin 54903 Consulting • Management • Testing Phone:(920)376-1372 www.emts-wi.com Properties for Inspection: ferry @emts-wi.com • 349 West 7th Avenue Oshkosh, WI • 113 West 8th Avenue Oshkosh, WI • 675 Jefferson Street Oshkosh,WI • 1841 Jefferson Street Oshkosh, WI • 2332 Jefferson Street Oshkosh, WI • 1125 N. Main Street Oshkosh,WI Date: March 13,2014 Name of Inspector: Jerome T Hinke OHS Inspector No.: All 2578 Signature: 1 - - Inspectio D.te: TBD Prepared for: City of Oshkosh PO Box 1130 " Environmental Responsibility Oshkosh, WI 54904 At Work For You " - TSkC 4 ''..---- .:-... ,,,i • : ,,- Environmental Management&Testing Services Pre-Demolition Asbestos Survey Qualifications, Statement of Work and Cost Proposal I. Introduction The City of Oshkosh should be confident in selecting Environmental Management and Testing Services, LLC (herein referred to as EMTS) for the pre-demolition asbestos survey for the following reasons: 1. EMTS is a fully licensed, locally owned small business. EMTS is trained, certified, and qualified by the State of Wisconsin to thoroughly and completely execute the scope of work described in the City of Oshkosh Request for Proposal (RFP). 2. The project consultant (business owner) comes with 20+years of professional environmental experience. The consultant lives and works daily in the City of Oshkosh. Being local, EMTS has the ability and the advantage of managing and closely monitoring each project as it unfolds. 3. EMTS offers competitive pricing and excellent customer service. 4. EMTS is operated with the highest of standards. It is free of any industry related violations and maintains its integrity through quality surveys that are complete and accurate, as required by local, state and federal regulations. 5. EMTS has diverse working experience amongst its client base and has completed other public sector work similar to that listed in the City of Oshkosh RFP. EMTS has successfully completed strategies and planning for both large and small scale, private and public demolition projects, including some at a Federal level. II. General Firm Qualifications 1. Certified State of Wisconsin Primary Asbestos Company CAP-2149220, Inspector All-2578 2. EMTS operates at the highest standards of quality workmanship, integrity and customer satisfaction. Owner/consultant has over 20 years of professional environmental experience (see projects and references in Attachment 1) 3. EMTS has adequate commercial, professional liability, and auto insurance coverage (see Attachment 3) 4. EMTS is a participant in American Industrial Hygiene Association(AIHA)Proficiency Testing 5. EMTS and its consultant is without any notice of violations or non-compliance III. Statement of Project Understanding After carefully reading the provisions set forth in this RFP, EMTS will provide the following three services to the City of Oshkosh: 1. EMTS will conduct and provide a written Department of Natural Resources (DNR) pre-demolition asbestos inspection report to the City for each property listed in exhibit A of the RFP. Each property will be thoroughly inspected for the presence and identification of asbestos containing building materials (ACBM), to include category I and category II non-friable ACM. The final written report will be submitted detailing ACM types, locations and quantities in and on each property surveyed, as indicated in exhibit A of the RFP. 2. EMTS shall conduct solicitation of at least three written remediation quotes from qualified asbestos abatement contractors. All quotations received will be provided to the city in a timely fashion. The City will then select an appropriate contractor and schedule abatement work. All abatement documentation and records will be collected and reviewed by EMTS. All closeout documents will be provided to the City by EMTS in a timely fashion. 3. As necessary, EMTS will provide project oversight and appropriate direction to assure the abatement contractor successfully completes each properties' required work. EMTS will inspect each property listed in exhibit A of the RFP for verification of completed abated surfaces. IV. Work Plan Upon completion of the Professional Service Agreement with the City of Oshkosh, EMTS will promptly contact the City of Oshkosh Redevelopment Authority or their designee. Arrangements would be made so that the consultant can access each property listed in exhibit A of the RFP. 1. EMTS' proposed work schedule is to conduct a minimum of two full property inspections each day, with the entire on-site work lasting less than three business days to complete all property inspections. It is preferred by EMTS that all inspections be completed within the same week period, and shall commence when the City of Oshkosh grants authority to access said properties. 2. In accordance with requirements of the Environmental Protection Agency(EPA), National Emission Standards for Hazardous Air Pollutants (NESHAP) and the Wisconsin Administrative Code, Chapter NR 447 Control of Asbestos Emissions, each property will be thoroughly inspected in a manner sufficient to identify the presence of all suspected ACM. Adequate bulk samples will be collected of each homogenous area and materials as identified by the consultant. Presence or absence of ACM will be identified utilizing polarized light microscopy(PLM) EPA 600 method. 3. A written report for each property will be accomplished by EMTS and will include: a. Cover sheet which includes title, prepared by, property and owner addresses, date of report, date of inspection, inspector name, DHS certification number and signature. b. Written narrative report describing the facility and building information sheet, pertinent regulatory requirements and overview, recommendations, ACM inventory, bulk sampling inventory with sketch drawings, laboratory reports, chain of custody sheets, company and laboratory certifications IV. Work Plan- Continued c. All reports will be provided to the City of Oshkosh in a timely fashion. EMTS shall provide the written reports for all properties within ten (10) business days of the property inspection date. EMTS will contact at least three qualified asbestos abatement contractors to solicit quotes after given proper notice to proceed by the City of Oshkosh. The quotes will address the costs of removal of asbestos containing materials found within each property survey. The quotes will then be provided to the City of Oshkosh by EMTS. 4. EMTS shall provide all necessary project oversight, as well as asbestos abatement verification and project completion. EMTS shall also collect and provide all project documentation to the City of Oshkosh as it becomes available from the abatement contractor until complete project closeout. V. Identification of Team Member EMTS will be represented by the owner and sole proprietor of the company, Jerome T. Hinke. His roles will include asbestos inspector, reporting agent and project coordinator. (See résumé in Attachment 2) VI. Cost Proposal EMTS, LLC shall provide all labor, materials and services necessary to fully execute all work described in the City of Oshkosh RFP titled, "Pre-Demolition Asbestos Survey" for the following costs: Contract Sum: $ 4,925.00 (Four Thousand Nine Hundred and Twenty-Five Dollars) Hourly Fee Schedule: Labor Rate $ 70.00/hour Bulk Analysis $ 20.00/sample layer analyzed (EPA PLM 600 method) $ 75.00/sample layer analyzed (EPA PLM 400 point count) Estimated Sample Extractions: based on secondary data and exterior visual assessments 349 W r Ave. 30 113 W 8th Ave. 30 675 Jefferson St. 40 1841 Jefferson St. 20 2332 Jefferson St. 20 1125 N Main St. 30 3/1 3 7d 7 A orized Signature ' Date P iident P.O.Box 3861 I Oshkosh,WI 54903 jerry@a emts-wi.com (920)376-1372 Attachment 1 Projects and References E T 4 . Environmental Management&Testing Services Projects and References Client: City of Wautoma Project Date: March 2014 Contact: Ryan McCue, Administrator/Clerk/Treasurer (920) 787-4044 Project Description: Pre-Demolition Asbestos Survey EMTS contracted with the City of Wautoma to conduct the survey of a two-story farmhouse. EMTS will also provide project planning for remediation and demolition. Client: Village of Rosendale Project Dates: April/May 2013 Contact: Dan Holdridge, Zoning Administrator (920) 979-1983 Project Description: Pre-Demolition Asbestos Survey EMTS conducted a survey on a condemned two-story residence. Additional testing and project planning was required as a result of our inspection. Project Description: Pre-Demolition Asbestos Survey EMTS assisted the Village of Rosendale by initiating an asbestos survey of a two-story residence that was significantly damaged by a structure fire, and was nearing a court ordered demolition. Additional testing and project planning was required as a result of our inspection. Client: State of Wisconsin/Division of State Facilities Project Dates: Feb/March 2013 June 2013 Contact: Dan Day and/or Tim Stratton, Hazardous Material Coordinators Dan Day—(608) 266-1297 Tim Stratton—(608) 261-4348 Project Description: Pre-Renovation Asbestos Surveys EMTS conducted inspections for three state facilities for large scale planning of construction projects. For Mr. Dan Day, EMTS inspected the Marden Building and the Fire Station at the Department of Veteran Affairs in King, Wisconsin. The third survey occurred at the Circus World Library Museum in Baraboo, WI for Mr. Tim Stratton. Both surveys included limited lead base paint inspections. Client: City of Appleton, Wisconsin Project Date: January 2014 Contact: Chris Bohne, Facilities Manager (920) 832-5972 Project Description: Pre-Renovation Asbestos Survey EMTS, LLC conducted not only a pre-renovation inspection at the City of Appleton's wastewater treatment facility laboratory, but also provided full project management. This included final inspection, PCM air monitoring and on-site air clearance analysis. Client: Winnebago County, Wisconsin Project Dates: Continuous Contact: Mike Elder, Director of Facilities (920)236-4800 Project Description: Site Specific Sampling and Testing EMTS provides ongoing asbestos bulk sampling and testing for a variety of small projects that is coordinated with the maintenance of county buildings, such as the Winnebago County Courthouse and Parkview Mental Health buildings. Client: Buckstaff Company Project Date: October 2013 dba (Mid West Compost and Waste Processing, LLC) Contact: William Everson, Attorney at Law (920)922-7113 Project Description: Pre-Demolition Asbestos Survey EMTS completed a full scale asbestos inspection of fourteen (14) buildings on the abandoned Buckstaff property located in the City of Oshkosh. EMTS will also be involved with enabling plans for demolition and abatement contractor selection process. P.O.Box 3861 J Oshkosh,WI 54903 jerry@emts-wi.com I (920)376-1372 Attachment 2 Consultant Résumé H .Jerome Hinke 932 N Sawyer Street • Oshkosh Wisconsin 54902 • Phone: (920) 376-1372 • jerry@emts-wi.com ENVIRONMENTAL CONSULTANT Multicertifled Expert in Environmental Management & Testing Certifications Z. Environmental Management and Testing Services, LLC is an employee Training Held owned business based in Oshkosh,WI. Our company is dedicated to reliable service and providing environmental consulting for safe and regulatory compliance. With more than 20 years of experience, we assist Asbestos Insp/Sup in the management of environmental and health/safety issues for Lead Risk Assessor corporations,state and local governments, universities and colleges, IAQA Mold public/private K-12 school districts, hospitals and financial institutions. Asbestos Analyst Hazardous Material Highlights of Qualifications OSHA, Confined Space, CPR, Facility Education: BS degree in Biology with Business Minor- UW Stevens Point Part B Permit Industry: Skilled Compliance Manager in AHERA, EPA, OSHA, WIDHS, DOT, WIDNR regulations Key Skills Achievements: 100%small to large projects compliance success ratio, 0% non- compliance or notice of violations. Asbestos Inspections Experience: 21 years of environmental/safety&health compliance Lead Inspections Employment Experience Ins 3yr/6ma Laidlaw Environmental Field Chemist, Customer Service Supervisor, Inspections Material Router, Field Operations Supervisor, Services, Inc. US , Indoor Air Quality Division 1990-1996 Phase I Assessments American Air Senior Inspector, Supervisor, Lab Manager, Environmental Services, Project Estimator, Project Designer, Facility Health and Safety Inc. Oshkosh WI Operations Manager, 1997-2012 Regulatory Compliance PLM/PCM Laboratory Became an expert in environmental health and safety for multiple clients and Analyst employers. Project Hicihliahts: ranging from $450.00 - $700,000.00 Construction LEER • Environmental Inspections: Have successfully conducted numerous K-12 Ponormancn LED public/private school AHERA 3yr/6mo inspections, DNR pre-renovation, demolition and fire burn inspections, industrial/commercial facilities, Project Management residential and real estate inspections for 15 years. Notables: Ripon College, Abatement Outagamie County, City of Appleton, St. Elizabeth, Theda Clark, Appleton Medical, St. Vincent, St. Agnesian Healthcare facilities, Elmbrook, Oshkosh, PCM/TEM Air Appleton, Brillion, Oconto, Waupaca, Wild Rose, Aces Xavier School Districts, Clearance Testing Mercury Marine, Kohler Company, Miron, Boldt, CR-Meyer Construction Co. • Project Management: Assisted in the development, project design management, air monitoring and final inspections for abatement projects in Education the above listed including direct management of Wisconsin DSF facilities and Wisconsin Universities throughout the state for 6 years. UW Stevens Point, • Safety and Health: Program development, risk management, facility Stevens Point, WI markings and labeling, hazardous communications and awareness training. Bachelor of Science, Proficient communications and assistance with AHERA, EPA, OSHA, WIDHS, Biology, Business WIDNR, DOT regulation compliance matters. Minor, 1990 Employee Owned Business • Available for Full-Time&Contract Assignments Attachment 3 Company Insurance Q i s tr ikie : . .Lt!t,,i.litilli : } Renewal . „ . ,_r. .ilLi „ , „Commercial Lraoi y morena insurance Page 7 a 2 INSURED PGLiC`;'NO MIAS'?IERN1 AC:Br ND. Er.:N V i R 0 NM EN TA L MA I'Ll AGEM EN t 84 CPP620788,8 1210812013 to 12/0812014 0480703 Pre trIeLs ELttilLty No. CFP6207653 ASSUREr 'iD POLICY ADDRESS RENEWAL POLICY NO. ISSUE DATE E)eclaration : E TT': E551 We value your bu:,5mez.7.E,...::, -BILLING ACCOUNT NO. —^ 5,903 o hope to ser(o yfi:..!for:77,i2iiiiii 6 2078880C.30 yar,t,ro Cfrrlif:. POLICY TERM FORD OF BUSINESS 1203/2013 1-0 12,03/201-4 ziE1ME iNSU •ANCE GROUP, tNC. Ltd.iieu11.,.Comi?,,, ; .L 3 0A AVF. Attach this document to your policy "---= 222;1E7-7781 iligi:-.1rit N 71 0-280703-00 ANKENMUTH MUTUAL INSURANCE COMPANY mmary of .,.:771-ts and Limits of insuranoe Premiums COVERALL LIMIT . _ _ ----- Esc h Occurrence LimitCLltabilitv Co.Nerage) 22.000000 Pet-cots Elrid lii;CIVe.rner,g, Injury(any one persch c ojtanlzaton) 32000.000 Aggregate Lmit(Lianillly Coverace)(except with respect to "covered aulas") 272000,000 — — Selt-lnsur-ed RetentYon Premium 70. Terrorism Coverage Minimum P/emiurn 3600 iH Flat Annual Premium S600 FOrms and T.,-,f, ippo,y,na i5 a let of.r7a Urine and,-..-ndc:-.Terie?re trial,rake up your.4:,.0./iCy. Refer,lo rness,as...i :::Cd.fOr: i.:7,:iii:11ECiri 7rifOrrr;afif31)Col3CieirrVrii:.7 your oovera Oa Z..7Cri'i0 o V2,3::,..f:fC.■:-P,I,S,i.',."-21",÷7.3r01,7ded ilhOri,,,D.L..i feat Dbrcraz:E.0 l'Oti. E 7 dOrsements matranco. if you have adored rise' covortoss or if the form dosoribing a coverage has ch.Ac,-,d sMce.you parLmasoci or fast renswocy, your poilc..-y. a new con's of the form may be found in MO P:R3:15age. :•:'■;7 a.",,ter/Sk () tr-mi:ales a net or urfialeo set-ant--'is inc.L:ood;I lin)s4;rickage ..--qiEnts pac.i;acw:,.'t-i7 no!trifiL;Cir:i.iipia-.20..r.;rorms: Ivil;l'inide fi0(!000 to pui,cyhc..,/dors) FORM EDITION FREM;SES/ 7 MI NUMBER DA7E BUILD■NB Umbrella Comr,-,,:trcal LiatiiityUmbrela Oovcrsca Form 020201 12-07 ALL 7`, ...ord:rin,s,Del or malenal C.)7 nib in V,0!--strign r...,`Law Etc 0Lt0004 5-09 ALL str)lsotonsin Char,9:.=s.: 0U0107 11-1 r. ALL . _ Nuclear Encergy Lab:Iity Excluslon Endorsement 0 22123 2-02 ALL Furor or Reefers Exclusion CU 2t-27 12-04 ALL --- Cap or.Losses Fiora Certified Acts of Terrorism 002133 1-08 ALL ' Ctonoil:',onal Exr...1 of Dot-rut-em fRo13.1inte to Red-Feu Act:: 01)2144 1-07 A_L _ — —— — -- Silza or Sillca-Roi.nted Dust Exclusion 002150 3-05 ALL — — Common Poles Dora tons 100017 11-58 ALL VWsconsin Changes-C2ncoration and Nonrenowal lL0253 2-07 ALL ascleoure PurLtt.:Lent le Terrorism Oak insurance Act 'LOS-t/135 1-35 ALL ' Merrtoerz-hip'r,:ormatic,r; 05671 7-10 ALL E ;5- ;-2T INSURED'S:17C.,P1' Dit7-3 Renewal Commercial Liability Umbrella insurance Page 2 f | NAmEom;unso ,oLuxuo. POLICY TERM AGENT 40. ENmRowMswTALeAvAssweuTu oppszoreua 12/C12/2013 to 12ma'2n/ o4*oroo - � Endorsements __-___--- ------ nr�� FORM mnmo pnsmme/ ______ _____�___ NUMBER DATE ouuo/yu Gsn^z!:uam:tyumos' `__ osso 4'07 ALL vn'nexuc/uss" ��'-'---- r' u »uso � � �ouea/cu ev:/ua'yn ------- ----'-----�----------'------- N — y*onu s�s�___ AL /omsminaionsxc!us;o: _ _____________________ E',6210 7- ���------ALL ' � ' ' �-----�------------- 0 Schedule of Underlying insurance Commercial General Liability ' Minimum /\pD|icat8PLimitS Carrier'FRANKEN0UTH MUTUAL NS CO. Gere/a/AQg,ectate $2.000'000 poxvymo.-CPPszoraaa Products Coma(otyd Term- 12/00/7013 to12m80014 opvraVonnAogrecate Included Personal and Advenising s1.000.no0 eed` orcv�ence `��=EL7, –= �� , C Renewal Commercial Policy pa,ge 1 of 1 • NAMED INSURED POOCY ND. TRUDY TERM AGENT ND. E NV]PO M TAL NAG FM:TN T CPP6207588 208120;0 ID ;.71;DE"20 I4 0480703 7RANKP=NMLITH MUTUAL INSURANCE compANy . . . rnerciai eral Limits of Insurance erage CDVERAGE LiTRE Generai Aggreciare LW aner than Pro,ducts Co.irpieted Operations) 32.000,000 Soon (.-)cc'zrence LrD 51,000 00E1 . _ Per‘zonJtI and Advertsinci inlury Limit S1,000000 Medcoi Expense Lim:. any one person 5..10,coo _ Fe <any one Classification Schedule PREMISES DESCR/FTION AND DETAILS OF CLASSIFICATION PREMIUM CONSULTANTS j',C;LUDING PRODLiCTS-COMPLETED OP'ERATIONS ST/!E.- TERRITORY CL/ADS CODE DEDUCTIBLE. PREMIUM BASIS v."; 2_1577 S06.S;0 Premises Operations 541 1 DLL' P',ITERESTS-CiVNERS OR LESSEES OR t:ONTRL:0737-3S CUT CNL.).AS RESPECTS L:ABIL_FrY FOP OFERATIONS PERFORMED BC OR ON BEHALF C;=THE INSURED CONTRACTOR UR SUBCONTRACTOR STATE TERRITORY CLODS CODE DEDUCTIBLE PREMIUM EASIS Pminic--es OperationF, SS() Additional For Premises Operations Minimum Premium $211 Premise.a Operations - Total Pre..-mrom $302 Total Commercial General Liability Coverage Premium $302 Additional Interests PREMISES MONO NAME AND ADDRESS ADUIITOPAL INTEREST-n-1LE - — ONEIDA TRIBE OF INDIANS OF ADDITIONAL INTEREST WISCONSIN PD BOX 305 ONEIDA. WI 04155-0365 E .E. 2.S-07; C'‘,'SOR S CORY D'5 CNA ENVIRONMENTAL ENGINEERS AND CONSULTANTS PRO GRAM For All the Commitments You Make" POLICY DECLARATIONS AGENCY BRANCH PREFIX POLICY NUMBER INSURANCE IS PROVIDED BY CONTINENTAL CASUALTY COMPANY 333 S WABASH AVE, CHICAGO, IL 60604, 056124 969 EEH 28-838-86-23 A STOCK INSURANCE COMPANY, HEREIN CALLED WE, US, OR OUR. NOTICE THIS IS A CLAIMS-MADE POLICY. PLEASE READ THIS POLICY CAREFULLY AND DISCUSS THE COVERAGE WITH YOUR INSURANCE AGENT OR BROKER. 1. NAMED INSURED: ENVIRONMENTAL MANAGEMENT AND TESTING SERVICES LLC 2 . ADDRESS: PO Box 3861 Oshkosh, Wisconsin 54903 3 . POLICY TERM: From: 12/08/2012 To: 12/08/2015 AT 12:01 a.m. Standard time at your address shown above. 4 . KNOWLEDGE DATE: N/A 5 . DEDUCTIBLE: a. $ 1,000 Purchased Deductible b. $ NJA Deductible Credit c. $ 1, 000 is Deductible per claim (including claim expenses) d. $ N/A is Aggregate Deductible per policy year (including claim expenses) 275284 Aut2�c(rr 1.resentative A.,1). I!: .0 _gnalr zif required) GSL2199 1 Ed. 10/05 CNA For Al]the Commitments You Make° DECLARATIONS CONTINUED dicy EEH 28-838-86-23 Effective 12/08/12 6 . LIMIT OF LIABILITY: a. $ 1, 000, 000 Per claim limit of liability (including claim expenses) b. $ 1, 000, 000 Aggregate limit of liability per policy year (including claim expenses) 7 . INCEPTION DATE: 12/08/12 is the date of the first policy issued to you and continuously renewed by us . 8 . $ is the Total Billings 9 . Endorsements attached at policy effective date: G-136558-A48 State Provisions - Wisconsin G-136559-A48 Amendatory Endorsement - Wisconsin GSL2246XX(10-05) Prior Acts Coverage Limitation GSL2223XX(10-05 ) Deductible Endorsement: BIII GSL2239XX(10-05) Amendment of Installments on Declarations GSL2267XX(10-05) Multi Year Endorsement GSL18791XX(4-10) Amendment to Definition for Pollution Incident GSL2200 Professional Liability Policy 10 . PREMIUM: 11. INSTALLMENT PREMIUM PAYMENT: $ Standard See Attached $ Total • ,..1._t a#.. 275284 A t .riz _ presentative ,,..1._a .. , r -r gna li r-r if required) GSL2199 2 Ed. 10/05 Progressive PROGRESS/VE� P.O.Box 94739 Cleveland,OH 44101 1-800-895-2886 Policy number: 01410479-0 Underwritten by: Artisan and Truckers Casualty Co March 7,2014 Page 1 of 1 Certificate of Insurance Certificate Holder Insured Agent ENVIROMENTAL MANAGEMENT ENVIROMENTAL MANAGEMENT PROG COMMERCIAL AND TESTING SERVICES LLC AND TESTING SERVICES LLC PO BOX 94739 932 N SAWYER ST 932 N SAWYER ST CLEVELAND,OH 44101 OSHKOSH,WI 54902 OSHKOSH,WI 54902 This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s)indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change,alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations,endorsements,and conditions of these policies. Policy Effective Date: Mar 7,2014 Policy Expiration Date: Mar 7,2015 Insurance coverage(s) Limits Bodily Injury/Property Damage $1,000,000 Combined Single Limit Uninsured Motorist Bodily Injury $250,000/$500,000 Underinsured Motorist Bodily Injury $250,000/$500,000 Description of Location/Vehicles/Special Items Scheduled autos only 2005 HONDA ACCORD1HGCM66575A005545 Medical Payments $10,000 Comprehensive $1,000 Ded Collision $1,000 Ded Roadside Assistance Selected 2003 CHEVROLET SILVERADO C2500 1 GCHt23163F222282 Comprehensive $1,000 Ded Collision $1,000 Ded Roadside Assistance Selected Certificate number 06614A08479 Form 5241(10/02) Client#: 101062 ENVIMANA3 ACORDT. CERTIFICATE OF LIABILITY INSURANCE DATE(MWDD/YYYY) 4/03/2014 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 Jean Sweet Maritime Insurance Group,a HUB Intl Co. PHONE 920-457-7781 FAX (A/C,No,Ext): (A/C,No): 832 Niagara Avenue Wass: Sheboygan,WI 53081 ADDRESS: J ean.sweet @ 920 457-7781 INSURER(S)AFFORDING COVERAGE NAIL# INSURER A:Frankenmuth Insurance Company INSURED INSURER B:CNA Environmental Management and Testing Services LLC INSURER C PO Box 3861 INSURER D Oshkosh,WI 54903 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A GENERAL LIABILITY X CPP6207888 12/08/2013 12/08/2014 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $300,000 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 APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 XI POLICY X jE, n LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident) ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS HIRED AUTOS NON-OWNED PROPERTY DAMAGE AUTOS (Per accident) A X UMBRELLA LIAB X OCCUR CPP6207888 12/08/2013 12/08/2014 EACH OCCURRENCE $2,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $2,000,000 DED X RETENTION$O $ WORKERS COMPENSATION I H AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Professional EEH288388623 12/0/2012 12/08/2015 1,000,000 each claim 1,000,000 aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) City of Oshkosh,and its officers,council members,agents,employees and authorized volunteers are included as Additional Insureds for ongoing and completed operations per endorsements#CG2010(7-04)& CG2037(7-04)on the General Liability policy. (Copies of endorsement included) CERTIFICATE HOLDER CANCELLATION City of Oshkosh SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn:City Clerk ACCORDANCE WITH THE POLICY PROVISIONS. 215 Church Ave PO Box 1130 AUTHORIZED REPRESENTATIVE Oshkosh,WI 54903-1130 !©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #5901991/M828811 JMS01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Additional Insured -- Owners, Lessees Or Contractors -- Scheduled Person Or Organization This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) OOr Organization(s): Location(s)Of Covered Operations r- .-..._.-._. .-.....__ .............---._.__._. ---1- Information required to complete this Schedule, if not shown above, will be shown in the Declarations. ^II A. Section II --Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for"bodily injury", "property damage" or "personal and advertising injury" This insurance does not apply to "bodily injury" or caused, in whole or in part, by: "property damage"occurring after: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs)to be performed by or on behalf of the additional insured(s) at the in the performance of your ongoing operations location of the covered operations has been for the additional insured(s) at the location(s) completed; or designated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ® ISO Properties,Inc.,2004 CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Additional Insured -- Owners, Lessees Or Contractors -- Completed Operations This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Operations Or Organization(s): Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section II -- Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard". ® ISO Properties,Inc.,2004 CG 20 37 07 04 AcoR ® CERTIFICATE OF LIABILITY INSURANCE DATE(MWDD/YYYY) �+•�'" 04/02/2014 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). CONT PRODUCER 1-800-444-4487 NA EACT PROG COMMERCIAL (AIC,No,Ex11:1-800.444-4487 FAX (A/C,No): PO BOX 94739 ADDRESS: CLEVELAND OH 44101 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Artisan Truckers and Casualty Company 10194 INSURED INSURER B: ENVIROMENTAL MANAGEMENT AND TESTING SERVICES INSURER C: 932 N SAWYER ST INSURER D: OSHKOSH WI 54902 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MM/DD/YYYY) (MM/DO/YYYY) LIMITS GENERAL UABIUTY EACH OCCURRENCE $ DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ CLAIMS-MADE OCCUR MED EXP(Any one person) $ PERSONAL&ADVINJURY $ _ GENERAL AGGREGATE $ GENL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ -1 POLICY n JE O LOC $ A AUTOMOBILE LIABILITY COMBINED rtl)SINGLE OMIT $1.000.000 ANY AUTO 01410479-0 03/07/2014 03/07/2015 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS _ AUTOS (Per accdent) UMBRELLA UAB _ OCCUR EACH OCCURRENCE $ EXCESS UAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'UABIUTY Y/N TORY UMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? n N/A E.L.EACH ACCIDENT $ (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ DESD yes,C describe under OPERATIONS below E.L.DISEASE-POLICY LIMIT $ RIPTION OF DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,It more space Is required) Additional Insureds on the Commercial Auto Liability arising out of project work shall be City of Oshkosh, and its officers, council members, agents, employees and authorized volunteers. "We will endeavor to provide 30 days notice of cancellation to the certificate holder but failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents or representatives." "PRE-DEMO ASBESTOS SURVEY" CERTIFICATE HOLDER Additional Insured CANCELLATION City of Oshkosh,Attn: City Clerk SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 215 Church Avenue THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WIN THE POLICY PROVISIONS. PO Box 1130 Oshkosh,WI 54903-1130 AUTHORIZED REPRESENTATIVE 01988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD pRogREfrive,„ Customer Service 800-4444487 800-556-0014(fax) progres sivecommercial®email.progressive.corn Mailing address Progressive P.O. Box 94739 Cleveland, OH 44101-4739 Wednesday, April 02, 2014 8 :35 :26 PM Total number of pages: 02 Requested policy documents To: Hmagrady @ci .oshkosh.wi.us Message: To better serve you, please include the attached documents when replying to this email.