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