Loading...
HomeMy WebLinkAboutmcmahon associates 5/5/2014 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. Carl Sutter Date: May 5, 2014 McMahon Associates, Inc. Subject: Executed Agreement PO Box 1025 Design & Bidding Services for 2014 Neenah, WI 54957-1025 Sanitary Sewer Manhole Rehabilitation Program Contract 14-11 Please find: ® Attached ❑ Under Separate Cover ❑ Copy of Letter ® Contracts El Amendment ❑ Report ❑ Agenda ❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans ❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other Quantity Description 1 Executed Agreement These are being transmitted as indicated below: El For Approval ® For Your Use ❑ As Requested ❑ For Review& Comment Remarks: Enclosed is a copy of the executed agreement for design and bidding services for the 2014 sanitary sewer manhole rehabilitation program. 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 Attorney's Office—Copy City Clerk's Office—Original ,. cc: _ File —Original Signed: Tracy . Taylor I:\Engineering\I&I Work\Manhole Rehab\2014114-11 McMahon LOT-Des&Bid Sery Executed Agreemnt 5-5-14.docx AGREEMENT THIS AGREEMENT, made on the 2y744 day of Afieu- 2014, by and between the CITY OF OSHKOSH, party of the first part, hereinafter referred to as CITY, and MC MAHON ASSOCIATES, INC., PO Box 1025, Neenah, WI 54957-1025, 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 DESIGN AND BIDDING SERVICES FOR 2014 MANHOLE REHABILITATION PROJECT. ARTICLE I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shall assign the following individual to manage the PROJECT described in this AGREEMENT: Carl C. Sutter, P.E., CCS — Senior Vice 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 AGREEMENT: Joseph R. Sargent, P.E. — Civil Engineer Senior ARTICLE III. SCOPE OF WORK The CONSULTANT shall provide the services described in the CONSULTANT's 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 Manhole Rehab\2014\McMahon Agreemnt-Des&Bid Serv_4-15-14.docx Page 1 of 5 ARTICLE VIII. 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. CONSULTANT's Proposal dated April 11, 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 IX. 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 $14,500 (Fourteen Thousand Five Hundred 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 X. 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 within thirty (30) days of the date of the CITY's written demand for indemnification or I:\Engineering\I&I Work\Manhole Rehab\2014\McMahon Agreemnt-Des&Bid Serv_4-15-14.docx Page 3 of 5 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 Xl. INSURANCE The CONSULTANT agrees to abide by the attached City of Oshkosh Insurance Requirements. ARTICLE XII. 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 XIII. 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:\Engineenng\I&I Work\Manhole Rehab\2014\McMahon Agreemnt-Des&Bid Serv_4-15-14.docx Page 4 of 5 ARTICLE XIV. 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 XV. 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: r%4, .. ('it` Pre..;h4 t (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Title) CITY OF OSHKOSH By: /l � C� (Witness) M k A. Rohloff, City Manager And: . ft� 1 I (Witness) Pame a R. Ubrig, ity lerk APPF9VED: I hereby certify that the necessary provisions have been made to pay the liability which will accrue under this AGREEMENT. yty Attorney- 1( (T ciou r>'1 City Comptroller I:\Engineering\I&I Work\Manhole Rehab\2014\McMahon Agreemnt-Des&Bid Serv_4-15-14.docx Page 5 of 5 McMAHON Iv ED ENGINEERS ARCHITECTS RECE April I I, 2014 NPR 14 2014 OF PUBLI CpONSIN DEPT OSH WI_ Mr.Joe Sargent OSHK Civil Engineer Senior City of Oshkosh 215 Church Avenue Oshkosh, WI 54903-1130 Re: City of Oshkosh 2014 Manhole Rehabilitation Project McM. No. M0032-940002 Dear Joe: As requested, I have prepared the following Scope of Services and estimated fees to assist the City of Oshkosh with preparing the 2014 Manhole Rehabilitation Projects plans and specifications. Based on our discussions, I am proposing the following Scope of Services: • Use the protocol established in 2013 to estimate contract quantities. Review manholes that will require special consideration due to pending street work in the 5-year capital improvement program. • Using the remaining manholes that were observed in the 2011 Manhole Observation Program and have not been rehabilitated, create two worksheets for the City to use in preparing bidding documents: A detailed bid units worksheet showing estimated quantities for each unit to be bid for each manhole, a total for each unit, and an estimated construction cost based on 2013 contract prices. . A detailed description of the work to be performed at each manhole. • Provide these spreadsheets to the City in an Excel file. Bidding documents will be prepared by the City. The City will provide all bidding and construction administration services. The estimated fees are based on the City providing the following information: • A person or persons to act as a contact person for this project. • Aerial photographs or maps of the City. • GIS data for the sanitary sewer system. Upon receipt of an executed agreement and the review occurring within one week of the agreement date, these services will be completed within four weeks. McMAHON ASSOCIATES,INC. 1445 McMAHON DRIVE NEENAH,WI 54956 Mailing P.O.BOX 1025 NEENAH,WI 54957-1025 PH 920.751.4200 FAX 920.751.4284 MCM @MCMGRP.COM WWW.MCMGRP.COM Project Solutions Page 2 April I I, 2014 Mr.Joe Sargent Civil Engineer Senior City of Oshkosh The estimated fee to complete this work is $14,500. The services would be provided on a Time & Expense basis. McMAHON would invoice the City of Oshkosh monthly for services provided. All services would be provided in accordance with McMAHON General Terms and Conditions with the City of Oshkosh, dated May 8, 2013. Please review this information at your convenience. If you need additional information, please contact me. Very truly yours, McMAHON Carl C. Sutter, P.E., CCS Senior Vice President CCS:car Attachments: Fee Schedule Reimbursable Expenses Schedule General Terms & Conditions—City of Oshkosh ID\PROP\M0032\9400021Oshkosh(City of)12014MHRehabilitation(4-I I-14)-CCS.doa MCMAHON McMAHON / City of Oshkosh May 8,2013 ENGINEERS t RCN,TECJS; GENERAL TERMS & CONDITIONS 1. McMahon will bill the Owner monthly with net payment due in 30-days. Past due balances shall be subject to a service charge at a rate of 1.0% per month. In addition, McMahon may, after giving 48-hours notice, suspend service under any Agreement until the Owner has paid in full all amounts due for services rendered and expenses incurred. 2. The stated fees and Scope Of Services constitute our best estimate of the fees and tasks required to perform the services as defined. This Agreement, upon execution by both parties hereto, can be amended only by written instrument signed by both parties. For those projects involving conceptual or process development services, activities often cannot be fully defined during initial planning. As the project progresses, facts uncovered may reveal a change in direction, which may alter the Scope. McMahon will promptly inform the Owner in writing of such situations so changes in this Agreement can be negotiated,as required. 3. The stipulated fee is firm for acceptance by the Owner for 60-days from date of Agreement publication. 4. Costs and schedule commitments shall be subject to re-negotiation for delays caused by the Owner's failure to provide specified facilities or information, or for delays caused by unpredictable occurrences, including without limitation, fires, floods, riots, strikes, unavailability of labor or materials, delays or defaults by suppliers of materials or services, process shutdowns, acts of God or the public enemy, or acts or regulations of any governmental agency. Temporary delay of services caused by any of the above, which results in additional costs beyond those outlined, may require re-negotiation of this Agreement. 5. Reimbursable expenses incurred by McMahon in the interest of the project including, but not limited to,equipment rental will be billed to the Owner at cost plus 10% and sub-consultants at cost plus 12%. 7. The Owner agrees to provide such legal, accounting and insurance counseling services as may be required for the project for the Owner's purpose. All unresolved claims, disputes and other matters in question between the Owner and McMahon may be submitted to mediation, if an agreement cannot be reached by Owner and McMahon. 8. Termination of this Agreement by the Owner or McMAHON shall be effective upon 10 calendar days written notice to the other party. The written notice shall include the reasons and details for termination, Payment for satisfactorily performed services is due as stated in paragraph 1. If the Owner defaults in any of the Agreements entered into between McMAHON and the Owner, or if the Owner fails to carry out any of the duties contained in these terms and conditions, McMAHON may, upon 10 calendar days written notice, suspend its services without further obligation or liability to the Owner unless, within such 10 calendar day period, the Owner remedies such violation to the reasonable satisfaction of McMAHON. 9. Re-use of any documents or AutoCAD representations pertaining to this project by the Owner for extensions of this project or on any other project shall be at the Owner's risk. Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wisconsin Statutes, Owner further agrees to hold McMahon 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 reuse of the documents or AutoCAD representations by the Owner or by others acting through the Owner where such liability is founded upon or grows out of the acts or omission of any of the officers,employees or agencies of the Owner while acting within the scope of their employment. 10.Purchase Orders- In the event the Owner issues a purchase order or other instrument related to the Engineer's services, it is understood and agreed that such document is for Owner's internal accounting purposes only and shall in no way modify, add to or delete any of the terms and conditions of this Agreement. If the Owner does issue a purchase order, or other similar instrument, it is understood and agreed that the Engineer shall indicate the purchase order number on the invoice(s)sent to the Owner. 11.McMahon will provide all services in accordance with generally accepted professional practices. McMahon will not provide or offer to provide services inconsistent with or contrary to such practices nor make any warranty or guarantee, expressed or implied, nor to have any Agreement or contract for services subject to the provisions of any uniform commercial code. Similarly, McMahon will not accept those terms and conditions offered by the Owner in its purchase order, requisition or notice of authorization to proceed, except as set forth herein or expressly accepted in writing. Written acknowledgment of receipt, or the actual performance of services subsequent to receipt, of any such purchase order, requisition or notice of authorization to proceed is specifically deemed not to constitute acceptance of any terms or conditions contrary to those set forth herein. 12.McMahon intends to serve as the Owner's professional representative for those services, as defined in this Agreement, and to provide advice and consultation to the Owner as a professional. Any opinions of probable project costs, approvals and other decisions made by McMahon for the Owner are rendered on the basis of experience and qualifications, and represent our professional judgment. 13.This Agreement shall not be construed as giving McMahon the responsibility or authority to direct or supervise construction means, methods, techniques, sequence or procedures of construction selected by Contractors or Subcontractors, or the safety precautions and programs incident to the work of the Contractors or Subcontractors. 14.The Owner shall be responsible for maintenance of the structure, or portions of the structure, which have been completed and have been accepted for its intended use by the Owner. All structures are subject to wear and tear, and environmental and man-made exposures. As a result,all structures require regular and frequent monitoring and maintenance to prevent damage and deterioration. Such monitoring and maintenance is the sole responsibility of the Owner. McMahon shall have no responsibility for such issues or resulting damages. °J■JJF,Rdmin,f I Csh. McMAHON FEE SCHEDULE - 2014 ENGINEERS ARCHITECTS MCMAHON NEENAH, WISCONSIN DATED:JANUARY 15,2014 Labor Classification Hourly Rate Senior Project Manager $145.00 Planning $145.00 Project Manager- I $135.00 Project Manager-II $100.00 Vice President/Surveyor $125.00 Senior Surveyor $96.00 Surveyor $86.50 Surveyor Assistant- I $77.00 Surveyor Assistant- II $69.00 Surveyor Apprentice $37.00 Senior Electrical Engineer $125.00 Senior Project Engineer $125.00 Project Engineer-I $119.00 Project Engineer- II $102.00 Project Engineer- Ill $99.00 Project Engineer- IV $87.00 Project Engineer-V $70.00 Senior Engineering Technician-I $100.00 Senior Engineering Technician- II $89.00 Client Representative I - During Construction $77.00 Client Representative II- During Construction $70.00 Engineering Technician- I $81.00 Engineering Technician- II $70.00 Engineering Technician- III $58.00 Environmental Specialist- 1 $86.00 Environmental Specialist- II $67.00 Environmental Specialist- Ill $63.00 Services subcontracted will be billed to Erosion Control Technician $68.00 the owner at invoice cost plus 12%. On-Site Erosion Observation $68.00 Landscape Architect $145.00 Use of special equipment,such as Senior Architect $125.00 computers,television and sewer Architect $115.00 cleaning devices,soil density testers, Architectural Designer $94.00 flow meters,samplers,dippers,etc., Architectural Intern- I $1 04.00 will be charged to the project per the standard Equipment Rate Schedule, Architectural Intern- II $96.00 which is available upon request. Architectural Intern- III $81.00 Architectural Intern- IV $45.00 This Fee Schedule is subject to Senior Ecologist $135.00 revisions due to labor rate Senior Hydrogeologist $145.00 adjustments and interim staff or Senior G.I.S.Specialist $110.00 corporate changes. G.I.S.Specialist $70.00 G.I.S.Technician $54.00 Environmental Scientist- I $129.00 CORPORATE HEADQUARTERS Environmental Scientist- II $69.00 Environmental Scientist- III $54.00 Street Address: Public Finance Specialist $100.00 1445 MCMAHON DRIVE Senior Draftsperson $94.00 NEENAH,WI 54956 Draftsperson $81.00 Mailing Address: Draftsperson- I $52.00 P.O. BOX 1025 Graphic Artist $77.00 NEENAH,WI 54957-1025 Grant Administrator $58.00 Senior Administrative Assistant $71.00 (920)751-4200 TELEPHONE Administrative Assistant (920)75I-4284 FAX $57.00 Intern $44.00 E-MAIL.: On-Site Project Representative $59.00 MCM @MCMGRP.COM Principal $193.00 WEB SITE: Professional Witness Services $260.00 WWW.MCMGRP.COM W:\WP\Administrative\McM-W112014\2014 McM-WI(Fee Schedule).docx • MCMAHON REIMBURSABLE EXPENSES SCHEDULE - 2014 ENGINEERS ARCHITECTS McMAHON I NEENAH, WISCONSIN DATED: JANUARY13,2014 Description I Rate Large Format Paper Copies Black&White • Up To 24"x 30" $0.60/Sheet • 24"x 36" $0.70/Sheet • 30"x 42" $1.00/Sheet • 36"x 48" $1.35/Sheet Color • Color-17"x 22" $5.75/sheet • Color-22"x 34" $11.00/sheet • Color-36"x 24" $15.00/Sheet • Color-36"x 48" $25.75/Sheet Photocopy Charges-Black&White $0.07/Image Photocopy Charges-Color/8'/:"x 11" $0.45/Image Photocopy Charges-Color/8'/:"x 14"and 11"x 17" $0.75/Image Commercial Travel 1.1 of Cost Computer Time $10.00/Hour Computer Time-AutoCAD $15.00/Hour Delivery/Shipping 1.1 of Cost Meals&Lodging 1.1 of Cost Mileage $0.57/Mile Mileage-Truck/Van $0.85/Mile Review&Submittal Fees 1.1 of Cost Outside Consultants 1.12 of Cost Photographs&Models 1.1 of Cost All-Terrain Vehicle $60.00/Day Global Positioning System(GPS) $21.00/Hour Hand-Held GPS Unit $15.00/Hour Robotic Total Station $20.00/Hour Survey Hubs $0.30/Each Survey Lath $0.45/Each Survey Paint $4.50/Can Survey Ribbon $2.00/Roll Survey Rebars-1N." $10.00/Each Survey Rebars-34" $3.00/Each Survey Iron Pipe-1" $2.75/Each CORPORATE HEADQUARTERS Survey Plastic or Fiberglass Fence Post -1" $2.00/Each Street Address: Survey Steel Fence Post-1" $3.00/Each 1445 MCMAHON DRIVE Survey Cotton Spindle $1.00/Each NEENAH,WI 54956 Misc. Reimbursable Expenses&Project Supplies 1.1 of Cost Mailing Address: P.O.BOX 1025 NEENAH,WI 54957-1025 (920)751-4200 TELEPHONE (920)751-4284 FAX E-MAIL: MCM @MCMGRP.COM WEB SITE: WWW.MCMGRP.COM W:\WP\Administrative\McM-WI\2014\2014 McM-WI(Reimbursable Expenses Schedule).docx Aco® CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) ------ 4/17/2014 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). CONTACT PRODUCER NAME: Andrew Donovan Willis of Illinois, Inc. _(NCC.Nr o.Exq:312-288-7848 FAX Ne):312-234-0643 Suite S.Wacker Drive ADDRess:andrew.donovan Willis.com Suite 2000 (� Chicago IL 60606 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Travelers Property&Casualty Compa 25674 INSURED INSURER B:Liberty Insurance Underwriters Inc 19917 McMahon Associates, Inc. INSURERC:Travelers Indemnity Company of Amer 25666 Mr.Vic Lutz P.O. Box 1025 INSURER D: Neenah WI 54957 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER:1431817087 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP INSR_WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS C GENERAL LIABILITY 6807282L910 8/1/2013 9/1/2014 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED 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 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X JET LOC L $ C AUTOMOBILE LIABILITY BA7276L626 8/1/2013 3/1/2014 COMBINED SINGLE LIMIT (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROrPERTYtDAMAGE $ HIRED AUTOS AUTOS $ C X UMBRELLA LIAB X OCCUR XSMCUP8106Y575 8/1/2013 8/1/2014 EACH OCCURRENCE $5,000,000 _ EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ A WORKERS COMPENSATION XJUB8847Y261 8/1/2013 8/1/2014 x WC STATU- x OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $500,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $500,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $500,000 B Professional AEE1972870113 8/1/2013 8/1/2014 $1,000,000 per claim Liability $1,000,000 aggregate DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) Additional Insured-General Liability is included per form CG D3 81 09 07,as required by written contract, but only as respects liability arising out of the activities performed by or on behalf of the named insured. Additional Insured-General Liability(primary&non-contributory)and Automobile Liability: City of Oshkosh, and its Officers,Council Members,Agents, Employees and authorized Volunteers CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Of Oshkosh ACCORDANCE WITH THE POLICY PROVISIONS. Department Of Public Works Attn: City Clerk AUTHORIZED REPRESENTATIV Oshkosh osh WI Avenue, 13 Box 1130 ` ` Oshkosh WI 54903-1130 .] 1 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD