Loading...
HomeMy WebLinkAboutJEWELL ASSOCIATES ENGINEERS INC AGREEMENT This AGREEMENT, made on the �S rh day of C> c / � E�e� , 2014, by and between the CITY OF' OSHKOSH, party of the first part, hereinafter referred to as CITY, and JEWELL ASSOCIATES ENGINEERS INC., 310 East Jackson Street, Wisconsin Rapids, WI 54494, 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 UPDATING INITIAL MUNICIPAL PARKING L4T ASSESSMENT. ARTIC�E I. PROJECT MANAGER A. Assignment of Project Manager. The CONSULTANT shali assign the following individual to manage the PROJECT described in this AGREEMENT: Scott Whitsett--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: Jim Collins— Director of Transportation ARTICLE III. SCOPE OF WORK The CONSULTANT shaA provide the services described in the CONSULTANT's Proposal. CITY may make or approve changes within the general Scope of Services in this AGREEMENT. lf such changes affect CONSULTANT's cost of or time required for performance of the services, an equitab[e adjustment will be made through an amendmenf to this AGREEMENT. All reports, drawings, specifications, computer fifes, field data, notes, and other documents and instruments prepared by the CONSULTANT as instruments of service shall remain the property of the CITY. I:lErgineeringlTracy TaylalJe��rell Agreerml•Updale Init Mun Prkng Lot Assess-Trans_10�3-14.docx Page 1 of 6 . , ARTlCLE !V. STANDARD 4F CARE The standard of care applicable to CONSULTANT's services wi(I 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 wil) re-perfarm 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 feasibiiity projections, and schedules for the PROJECT, CONSULTANT has no contral over cost or price af iabor and materials; unknown or latent conditions of existing equipment or structures that may affect operation or maintenance costs; competitive bidding procedures and market conditians; 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 �roject costs, #inancial aspects, economic feasibility, or schedules will nat 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 compifed and furnished by others. CONSULTANT is not responsibie for any errars or omissions in the information from others t�at the CONSULTANT reasonably relied upon and that are incorporated into the record drawings. ARTICLE Vfl. CITY RESPONSIBILITIES The CITY shal! 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 recards. To prevent any unreasonable delay in the CONSULTANT's work, the CITY will examine all reports and other docurl�ents and wili make any authorizations necessary to proceed wi#h work within a reasonable time period. ARTICLE VIII. ASBESTOS OR HAZARDOUS SUBSTANCES If asbestos or hazardous su�stances in any form are ertcountered or suspected, CONSULTANT will stop its own work in the affected partions of the PROJECT to permit testing and evaluation. C�EngineeringlTracy TaylorVe,vell Apreemnt-Update Irtit Mun Prkn9 Lof Asseas-Trans 103-14.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, C�NSULTANT will, if requested, conduct tests to determine the exten# of the problem and will perform the necessary studies and recommend the necessary remedial measures at an additionaf 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 cantractor(s) provide) a Builders Risk All Risk insurance poficy for the full replacement value of all project work including the value of all onsite CITY-furnished equipment and/or materials assaciated with CONSULTANT`s services. Upon request, C(TY will provide CONSULTANT a copy of such palicy. ARTICLE X. TIME OF COMPLETION The work ta be performed under this AGREEMENT shail be commenced and the work completed within the time limits as agreed upon in the CONSUL.TANT's Proposal. The CONSULTANT sha[I 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 beyand the CONSULTANT's control. For the purpases of this AGREEMENT, such causes include, but are not limited to, strikes or other labar disputes, severe weather disruptions or other natura) disasters, failure of perFormance by the CITY, or discovery of any hazardous substances or differing site conditions. If the delays resulfing from any such causes increase the time required by the CONSULTANT to perform its services in an orderly and efficient manner, tne CONSULTANT shall be entitled to an equitable adjustment in schedule. ARTICLE XI. COMPONENT PARTS OF THE AGREEMENT This AGREEMENT consists of the following component parfs, 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 October 2, 2a14 and attached hereto I:lEag nesrin917racy TayferlJewell Agreemnt-Upde�e lnit Mun Prk�g Lot Assess•Trans_10-3-14.docx Page 3 Of 6 In the event that any provision in any of the above component parts of this AGREEMENT conflicts with any provision in any other o# the component parts, the provision in the component �art first enumerated above shall govern over any other component part which follows it numerically except as may be otherwise specificaliy stated. ARTICLE XII. PAYMENT A. The Agreement Sum. The CITY shal� pay to #he CONSULTANT for the performance of the AGREEMENT the total sum as set farfh �elow, adjus#ed by any changes hereafter mutually agreed upon in writing by the parties hereto: • Time and Materials Not to Exceed $12,500 (Twelve Thousand Five Hundred Dollars). • Attached fee schedule shall be firm for the duration of this AGREEMENT. B. Method of Payment. The CONSULTANT shall submit itemized monthly statements for services. The C1TY shall pay the CONSUI.TANT within thirfy {30) calendar days after receipt of such statement. If any stafement 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 #his AGREEMENT executed by both parties prior fo proceeding with the work covered under the subject amendment. ARTICLE XIII. HOL.D HARMLESS The CONSULTANT covenants and agrees to protect and hold the City of Oshkosh harmless against all actions, claims, and demands which may be fo the proportionate extent caused by or result from the intentianal or negligent acts of the CONSULTANT, his/her agents or assigns, his/her employees, or his/her subcontracfors related however remotely to the performance of this AGREEMENT or be caused or result from any violation of any law or administrative regula#ion, and shali indemnify or refund to the CITY all sums including court cos#s, attorney fees, and �unitive 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 for those actions, claim, and demands caused by or resulting from in#entional or negligent acts as speci#ied in this paragraph. 1.1EnglneerinplTracy TaylorUex�ell Agreemnt-Updste Init Idun Prkng LotAsaesa Trans_10344.docx Page 4 of 6 Subject to any limitations contained in Sec. 893.80 and any similar statute, of the Wiscansin Statutes, the CITY further agrees to hold CONSULTANT harmiess 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 acfs or omissian of any of the officers, employees or agents of the City of Oshkosh whiie acting within the scope of their emplayment. ARTICLE XIV. INSURANCE T�e CONSULTANT agrees fo abide by the attached City of Oshkosh Insurance Reguirements. 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 #he CONSULTANT. In this event, the CONSULTANT shall be entitled to compensation for any satisfactory, usable work completed. B. For Convenience. The ClTY 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 #erminafes 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 s�ecified 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. ARTlCLE XVI. RE-USE UF 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 iimited to, �itigation expenses and attorney's fees arising out of or related fo the unauthorized re-use, change, or alteration of these pro}ect documents. ARTICLE XVIi. SUSPENSION, DELAY, OR INTERRUPTION OF WORK CITY may suspend, delay, or interrupt the services of CONSULTANT for the convenience of C1TY. In such event, CC}NSULTANT's contract price and schedule shall be equifably adjusted. 1:1EngineerirqlTrscy TayfotUevvell Ag�eemnt-Updata Init A7un Prkng lol Aasess-Trens_10-3•14.docx PagB 5 Of s ARTICLE XVI11. NO THIRD-PARTY BENEFICIARIES This AGREEMENT gives na righ#s or benefits to anyone other than C(TY and CONSULTANT and has no third-party beneficiaries. In the Presence of: . CONSULTANT B � Y• V�L P✓l.��l��U�1 (Seal of Consultant (Specify Title) if a Corporation.) By: (Specify Ti#ie) C1TY OF 05HK4SH � / �.� !`/` , �/, .�`��e%' , ' By: {V1litness) .-��� p.� , C' y a �X�lvt �r`l Ck- �� � � � " � i And: (Witness) Pamela R. Ubrig, City Clerk APP OVED: l hereby certify that the necessary provisions have been made to pay the liability which � will accrue under this AGREEMENT. C At#orn `����� City Comptroller 1:1Enginee�inglTraq TaylorUev�e11 Agreemr4Updale Init M�m P�kng LotAssesa•T�ans_10-3•14.docz Page 6 of 6 ����rv�� acr �� �o�� City of Oshkosh r���T. OF p(�QLI� W���S Transportation and Transit Department os�fkosf�, WISCONSiN Proposal for Engineering Services -- Updating to Initial Municipal Parking Lof Assessment (Prepared in October, 2�10) Location: Office of Jim CoII1ns, Director of Transportation City of Oshkosh -Transportation Department 926 Dempsey Trail Oshkosh, WI 54902 Name of Engineering Ffrm: Jewell Associates Engineers Inc. 3i0 East]ackson Street Wisconsin Rapids, WI 54494 Contact information: Scott Whitsett, P.E. Vice President scott,whiCsekC@jewel I assoc.com Phone 715-424-2424 Fax 715-424-2421 Cel I 608-341-8239 The Contract Amount is for the Time and Materials {Not to Exceed) prfce of prov(ding engineering services for updating the City of Oshkosh Municipal Parking Lot Assessment (Prepared in October 2010). This proposal includes 2 meetings (1 prior to start and 1 for submlttal); iteassessment of all parking lots that were included in the origina! report; Updating of the original report with the new assessments and updating the 10-year mainfienance plan. City of Oshkosh Update to Municlpal ParkTng Lots Assessment -� $12,500.00 (T(me and Materlals Not to Exceed} Authorized Signature: SCd'�'W��e� pate: 1012/14 J�ElN'�LL assoNates engtneers,Jnc. a��ana CITY OF OSHKOSH INSURANCE REQUIREMENTS III. PROFESSIONAL SERVICES I.IABtLITY (NSURANCE REQUIREMENTS The Contractor shall not commence work on cantract 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 thaf the lnsurance required by the City of Oshkosh is rip marv coveraqe and that any insurance or seif insurance maintained by the City of Oshkosh, its o#ficers, councii members, agents, employees or aukhorized volunteers wiil nat contribute to a loss. All insurance shall be in fuli force prior to commencing wark 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 UABILITY A. Limits (1) $1,000,000 each claim {2) $1,000,00� annual aggregate B. Must continue coverage for 2 years after final ac�eptance far service/job 2, GENERAL LIABILITY COVERAGE A. Commerciaf General Liabiiity (1) $1,000,000 eac� occurrence limit {2) $1,000,000 personal liability and adve�tising 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 m�st include: (1) Premises and Operations Liability {2) Contractual Liabflity (3) PersonallnJury (4) Explosion, collapse and underground coverage {5) Products/Comple#ed Operations must be carried for 2 years after acceptance of compieted work (6) The qeneral aqc�reqate must apply separately fo this proiect/locakion 3. BUSINESS AUTOMOBILE COVERAGE—(#this exposure shall exist: A. $1,d00,000 combined single limit for Bodily lnjury and Property Damage each accident B. Must cover liability for Symbol#1 -"Any Auto"--including Owned, Non-Owned and Hired Automobile Liabiiity. � III - 1 ai�ar�a 4. WORKERS COMPENSATION AND �MPLOYERS LIABIL[TY—"if' required by Wisconsin State Statute or any Workers Compensation Statufes of a different state. A. Must carry coverage for Statukory Workers Compensation and an Employsrs Liability limit of: (1) $100,000 Each Accident (2} $500,000 Disease Pol#cy Limif (3) $100,000 Disease—Each Emplayee 5. UMBRELI.A l,IABILITY - if exposure exists, provide coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required}, Automobite Liability and Employers Liability, with a minimum limit of$2,a�a,000 each occurrence and $2,000,000 aggregate, and a maximum self-insured retention of$10,000. 8. ADDITfONAL PROVISIONS A. Acceatability of Insurers - Insurance is to be placed with insurers who have an A.M. Best rating of no less than A-and a Financial S�ze Category of no less than Class VI, and who are authorized as an admitfed insurance company in the state of Wisconsin. B. Additional InsureB Requirements — The folfowir�g must be named as additional Insureds an all Liabilify Policies for liability arising out of project work - City of Oshkash, and its offlcers, council members, agents, employees and authorized volunteers. On the Commercial General L.iability Policy, the additional Insured coverage must be ISO form CG 2d 10 O7 04 or its equivalent and also include Products— Completed Operat9ons ISO form CG 20 37 07 04 or Its equivalent for a minimum of 2 years after acceptance of work. This does not apply to Professional Liablllty,Workers Compensatlon and Employers Liabifity, C. Certificates o# Insurance acceptable to the City of�shkosh shall be submiited prior to commencement of the work to the applicable City department. These certificates shall contain a provision thaf 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. lll - 2 �1 DATE(Ml.WDM^fJ ^�°-r°' CERTIFICATE OF LIABILlTY INSURANCE THIS CERTIFICATE 15 18SUE0 AS A MATTER OF INFORMATION ONLY AND CONFERS NO R1(iHTS UPON THE CBRTlFICATE HOLDER. THIS CERTIFiCATE DOES N07 AFFIRMATNEIY OR NEGATIVELY AMEND,EXTEND OR AL7ER THE COVERAG�AFFORDED BY THE POLIClES BELOW. THI8 CERTiFiCATE OF IMSURANCE DOES NOT CONSTITUTE A CONTRACT BE7WEEN THE(SSUINti(NSURER(S),AUTHORIZED REPRE8ENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: I[the certiflcate holder ia an ADDITIONAL INSURED, the policy(Ees) must be endorsed. tf SUBROGATION IS WAIVED, subJect to the terms and condltions of the policy,certaln policles may require an endorsement. A atatem6nt on thfa certiflcate does not conter rights to the cerQflcete holder in Ileu of sucfl endoraement a. PRODUCER CONiA�T lnsunnee Apsncy confaof NAME: lnJormaUon,Mctudlnpstreet HONE �sunnesApsnYa �� addnss and PO Box N NC.No.Ext: contaaflnfomrrUon. (q�C.No): appllcaDlo. ---__...-.- ----...-- E-MAIL ADDRES8: INSURER�)AFFORDIHO COVERAGE NAIC s . INSURER A: ABC Insurance Company_ NAIC# ----�---._.__.�____ .._....... .. _ 1NSURED Iniurod'acontaefln/ormatbn, laduding namo,sddrvss ind INSURER 8: XYZ I(1SUfai1C8 CO1TIp8flY PIA�C# _ Pnononumbar. wsuReRC: LMN Insurance Com an NAIC# INSURER D; lnsuiei(a)musf have�ml»lnium A.M.B�st ntMy ofA- and a FManc/al PeAormmct R�tlnp ofV1 o�bstkr. INSURER Et INSURER p; COVERAGES CERTIFICATE NUMBER: REVI510N NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LIS7ED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERiOD INDICATED. NOTWITHSTANUING ANY REQUIREMENT, 7ERM OR CONDiTION OF ANY CONTRACT OR O7HER DOCUh1ENT WETH RESPECT 70 WHICH THIS CERTIFICATE AMY BE ISSUED OR MAY PERTAIN. THE INSUW+NCE A�PORDED BY THE POUCIES DESCRIBEO HEREIN IS SUBJECT TO ALI.THE TER�.�S, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAiD CLAIMS. 1NSR A�DI 8UBR POLICYEFf POLICYEXP LTR TYPHOFiN3URANCE INSR YWD POUCYNUMBER MMIDD MMIDD LIMRS GEN£RAi LIABILITY EACHOCCUftftENCE $1,000,000 �' � � Gane�e111abP�7yPWicy Number Pd+oY eflertive and a�Yatbn date. �a`�GE TO RENT'£D , COMtaERC1AL OENERAI LU1BfL1?Y PREh41SES(Ea oxurrence �SO,OOO A ❑'CWTAS•MADH�]OCCUR k1EDEXP Anyonaparson) $5,000 __ Q� 1S0 FORA1 CG 20 37 OR EQUIVA�ENF__ PERSONAL 8.ADV M.7l/RY v��,ODO,OOO GENERAlA6GRE0ATE v�Z,OOO,OOO` GEN'lAG(3REGATEU6SITAPPLIESPER: PRODUCTS-CAMP/OPAO� 2000000 ❑;POLICY ��.JECT�ILOC ,P� AUTOMOBRE L(ABILITY C061B3NED 53NGLE LIMR �Ea oaweny,_ S 1 000,000_ ��NJYAUiO � � AvtoLle6&RyPolkyNumbei PotkyelfecWeaade�yvaUonEete. 80DILYINJURY Perperaon J� B ❑i UTO N�� ❑ AUTOSULED BODlLYINJURY(Peraeddent S T— �!}iIRE0AUT03 �' NON-0WNED PROPER7YDAlN16E AUTOS (Pe�ecddant) _ � - � � �� ------ � �.UMBRfLLALIAB �''�CUR � � EACHOCCUARENCE S2,OOO,OOO - __._.------ A ❑{EXCESS UAB ❑� �ti{S�MADE _ j ____ UmbrellaLbbRdyPOikyllumbe� Poticyeflecll�eandea�trelbndafe. AGGREGATE. ,. � �y2,000,��Q �,DED �RETENTION S1 O,OOO I $ C AND EMPl.OY RS'LUBILI7Y ❑ ❑ ��OR LIMITS� ER ANY PROPF2IETORIPARTNERIEXECUTIVE OFFICE7P,7EMBER EXCWUED� Y!N WOlkBlS CORIpeASAtbrt PA7Cy PWkyeAecWe and e�:rellon defe. E.L.EAqi ACCIDENT ___ ��QO,_QOO (Mandatory In NH) N Hum6er Ifyes,dasaibeV�def E.l.DISEASE-EAEMPLOYEE .���0,��� D£SCRIPTION OF OPERATIONS belaH E.L.DISEASE-POLICYLIMIT SSOO,OOO A PftOFESSIONAL LIABILITY $1,000,000 EACH CLAIM ProlassdwlalUabB+tyPolky PolkyaAedFreartdaxpbaGOndafe. �y1�000,00UANNUALAGGREGATE ��m6n� DESCRIPTION OP OPERATIONS!40CATlONS!VEHICLES(Atlach ACOR0101,Addlt3on�1 Hemorkc Scheduia,If more space la�equlred) Additional Insureds per attached endorsemettts. CertificaFes of lnsurance accepteble to the City of Oshkosh ahall be submttted prlor to commencement of the work to the appiicable City depaNment. These certiflcates shall contaln a provislon that coverage afforded under the policies will nat be canceled or non ranewed untll at least 30 days'prior written nofice haa been glven to the City Clerk—City of�ahkosh. CERTIFICATE HOLDER CANCELLATION Clly of Oshkosh,Attn:City CIeTk Insurance Sfandard 111 SHOULD ANY OF THE A90YE DESCRIBED POLtCIE3 BE CANCEILED BEFORE 216 Churoh Avenue SAMPLE CERTIFICATE ��EXPIRATION DATE,THEREOF,NO71Ce Wlil BE DELNERBO tN PO Box 0130 ACCORDANCE W1TH 7HE POUCY PROVISIOHS. Oshkosh,WI 54908-1130 p�easo Sndicate somewhere on this certificate,the contract or proJect# AUTHORiZE�IipPReSENTATNB this certiticate Is far. �9988-2010 ACORD CORPORA710N. Ali rights reserved. ACORD 25(2016/05) The ACORD name and logo are reglstered marks of ACORD POLICY NUMBER: COMMERCIAL G£NERAL LIABILITY GG 20 10 0T 04 7HIS ENDORSEMEN7 CHANGES THE POLICY. PLEASE R�AD IT CAREFULLY. ADDITIONAL 1NSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGAN IZATIO N This endorsement modifies insurance provided under the following: COMMERCfAL GENERAL LIABII.ITY COVERAGE PART SCHEDULE Name Of Addlttonal insured Person(s) Or Or anization s : Location s Of Covered 0 eratlons As required by contract . Any and all job sites Iniormation re uired to com lete this Schedule,if not shown above,will be shown ln the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additiona! insured tha person{s} or additional Insureds,the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to Ilability for "bodily injur�', "property . damage" or "personal and advertising injury' 7his Insurance does not apply to "bodily Injur�' or caused,in whole or in part, by: °property damage°occurring after; 1. Your acts or omissions;or 9. All work, including materials, parts or equip- 2. 7he acts or omissions of those acting on your ment furnished En connection with such work, behalf; on the proJect(other than service, malntenance or repalrs) to be performed by or on behalf of In the performance of your ongoing operations for the additional insured(s) at the location of the the additfonal insured(s) at the location(s) design- covered operatlons has been completed;or nated above. Z. That porifon of "your woric" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than anofher contractor or subcontractor en- gaged in performing operations for a principal as a parf of the same project. Insurance Sfandard 111 SAMPL.E CERTIFICATE Please Indlcate somewhere on this certlficate,the contrac!or proJect# 0 CG 2010 07 04 O ISO ProperUes, lnc„2004 Page 1 of 1 � � � , • . POLICY NUMBER: P°rk►'� COMMERCIAL GEP}ERAL LIABILITY CG 20 37 07 04 THIS ENDORSEME(VT CHANGES 7HE POLICY. pL�AS� READ IT CAREFULLY. ADDITIONAL lNSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATtONS This endorsement modifies insurance provided under the foilowing: COMMERCIAL GENERAL LIABILITY COVERAG�PAR7 SCHEDULE Name Of Addltlonal lnsured Person(sj Or Or anization s : Location And Description Of Completed O erattons As requEred by contraot Any and all)ob sites Ir�formation re uired to com leie this Schedule, if not shown above,will be shown in ihe Declarations. Sectlon II — Who Is An Insared is amended to incfude as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to (tabilily for "bodily injury', "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sched- ule of this endorsement performed for #hat addi#ional insured and included in the "products-completed operations hazard". Insurance Standard 11I SAMPLE CERT/FICATE Please indlcate somewhere on thls certiflcate,the eontracf or proJect# CG 20 37 07 04 O ISO Properties, Inc.,2004 Page 1 of 1 (] Je��vell Associates Engineers, Inc. ���-����� Bill�ng Rates Schedtyle As af January l,2014 t�c�� .y� �a�� HOLil�ly E�nployee Classification Billing Rate �EPT. OF f�UB�IC WORI<S t7SHKOSH, WISCONSIN Senior PrincipaI $175A0 Principal $150.00 SeniorProjectManager � $135.00 Project Manager $I 15.00 Staff Engiueer $l OQ.00 Staff Architect Land Planner Construction Manager Registered Land Su�veyor $80.00 Engineer-In-Training Engineering Technician $75.00 Suivey Technician Architectural Tecluiiciau Construction Qbseiver Accounta�it $90.00 Grant Specialist $80.00 Administrative/Clerical $50.00 Reimburseable�xqenses Cost uer Unit Copies—Black&White(up to 1 l"xl'l") $.l0lsheet Copies--Color{up to 11"x 17") �.25/sheet Large Format Copies(24"x36") $3AO/sheet Mileage—Company or Personal Vehicle �.56hnile Travel Expenses—Meals and Lodging $100.00/day Postage, Otttsourced Printing, Supplies, Subconsultacits At cost Nucleai•Density Meter $75.00/day