HomeMy WebLinkAboutGround Effects of WI/Snow and Ice Removal 11/19/2014 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: Ms. Charly Boelter Date: November 19, 2014
Ground Effects of WI, Inc. Subject: Executed Snow and Ice Removal
PO Box 3937 Contract
Oshkosh, WI 54903-3937
Please find: � Attached ❑ Under Separate Cover
❑ Copy of Letter � Contracts ❑ Amendment ❑ Report ❑ Agenda
❑ Meeting Notes ❑ Photos ❑ Mylars ❑ Change Order ❑ Plans
❑ Specifications ❑ Estimates ❑ Diskette ❑ Zip Disk ❑ Other
Quantit Description
1 Executed Annual Snow and Ice Removal Contract
These are being transmitted as indicated below:
� For Approval ❑ For Your Use ❑ As Requested ❑ For Review& Comment
Remarks:
Enclosed is a copy of the fully-executed contract between you and the City of Oshkosh for the 2014 -
2015 season.
If you have any questions, please contact us.
City Attorney's Office— Copy
City Clerk's Office - Original
cc: _File — Original Signed:
Trac . T lor
I:\EngineeringlSNOW SHOVELING FOLDERS1Snow Removal Contracts120141Ground Effects LOT-Executed Contract 11-19-14.docx
� ' CONTRACT FOR SNOW AND /CE REMOVAL
THIS CONTRACT, made on the �(�� day of N�%�'YIJd� , 2014, by and
between the CITY OF OSHKOSH, party of the first pa , hereinafter referred to as CITY,
and GROUND EFFECTS OF WI, INC., PO Box 3937, Oshkosh, WI 54903-3937, party
of the second part, hereinafter referred to as the CONTRACTOR,
WITNESSETH:
That the CITY and the CONTRACTOR, for the consideration hereinafter named,
enter into the following Contract. The CITY's Request for Quotations is attached to this
Contract, along with the CONTRACTOR's Pre-Qualification information and work
proposal. The terms of this Contract and the CITY's Request for Quotations will prevail
over the CONTRACTOR's Proposal if there are any inconsistencies between these
documents.
ARTICLE I. PROJECT MANAGER
A. Assignment of Project Manager. The CONTRACTOR has assigned the
primary individual identified below to manage the project described in this Contract.
The CONTRACTOR also assigns the second individual identified below as qualified to
make all decisions for the CONTRACTOR if the primary person is not available:
Charly Boelter, President
Chris Hanson, 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 contract:
Christine Sullivan, Secretary
Steven M. Gohde, P.E., Assistant Director of Public Works
ARTICLE III. SCOPE OF WORK
The CONTRACTOR shall provide the services described in the CITY's Request
for Quotations. The CONTRACTOR may provide additional products and/or services if
such products/services are requested in writing by the Authorized Representative of the
City.
I:\EngineeringlSNOW SHOVELING FOLDERS\Snow Removal Contracts12014\Ground Effects Page 1 of 4
Contract 11-7-14.docx
. ' All reports, drawings, photographs, electronic data, specifications, computer files,
field data, notes, and other documents and instruments prepared by the
CONTRACTOR as instruments of service shall remain the property of the CITY.
ARTICLE IV. CITY REPONSIBILITIES
The CITY shall furnish, at the CONTRACTOR's request, such information as is
needed by the CONTRACTOR to aid in the progress of the project, providing it is
reasonably obtainable from City records.
To prevent any unreasonable delay in the CONTRACTOR'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
TIME IS OF THE ESSENCE IN THIS CONTRACT. ALL TIME LIMITATIONS
AND DEADLINES WILL BE STRICTLY ENFORCED BY THE CITY. The work to be
perFormed under this Contract shall be commenced and the work completed within the
time limits as described in this Contract, including any attachments.
The CONTRACTOR shall perform the services under this Contract with
expediency and with sound work practices. The nature of the work required by this
agreement will occur in or around inclement weather, namely snow, ice, and other
weather events involving precipitation. The CONTRACTOR therefore shall perform
work in, and accommodate situations arising from, inclement weather. The
CONTRACTOR will not be responsible for damages arising directly or indirectly from
any delays for cause such as strikes or other labor disputes by organized labor.
ARTICLE VI. COMPONENT PARTS OF THE AGREEMENT
This Contract consists of the following component parts, all of which are as fully a
part of this Contract as if herein set out verbatim, or if not attached, as if hereto
attached:
1. This Instrument
2. Request for Quotations
3. CONTRACTOR's Pre-Qualification information
4. CONTRACTOR's Proposal
In the event that any provision in any of the above component parts of this
Contract is in conflict with any provision in any other of the component parts, the
provision in the component part first listed above shall govern over any other
component part which follows it numerically except as may be otherwise specifically
stated.
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Ground Effects Page 2 of 4
Contracl 11-7-14.docx
_ ' ARTICLE VII. PAYMENT
A. Payment Amount. The CITY shall pay to the CONTRACTOR for the
performance of the Contract based upon the prices identified in the CONTRACTOR's
Proposal, adjusted by any changes hereafter mutually agreed upon in writing by the
parties hereto.
B. Method of Payment. The CONTRACTOR shall submit itemized statements
for services. The CITY shall pay the CONTRACTOR within 30 catendar days after
receipt of such statement. If any statement amount is disputed, the CITY may withhold
payment of such amount and shall provide to CONTRACTOR 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 Contract executed by both parties prior to
proceeding with the work covered under the subject amendment.
ARTICLE VIII. CONTRACTOR TO HOLD CITY HARMLESS AND INDEMNIFY
The CONTRACTOR covenants and agrees to protect and hold the City of
Oshkosh 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 CONTRACTOR, his agents or assigns, his employees, or his
subcontractors related however remotely to the performance of this Contract, or 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 IX. INSURANCE
The CONTRACTOR shall carry insurance which includes the CITY and its
employees and agents as an additional insured's for work required by this Contract.
The CONTRACTOR's insurance must be primary insurance. The type of insurance and
coverages must conform to the attached City of Oshkosh lnsurance Requirements.
ARTICLE X. TERMINATION
This Contract may be terminated for any reason by either party. The CITY may
terminate this Contract after giving the CONTRACTOR written notice at least seven (7)
calendar days before termination. The CONTRACTOR may terminate this Contract
after giving the CITY written notice at least forty-five (45) days before termination. The
CONTRACTOR's obligations to hold harmless and indemnify the CITY, and to maintain
insurance for actions related to this Contract shall survive after the Contract has been
otherwise terminated. The CONTRACTOR shall be entitled to compensation for any
satisfactory work performed up to the date of termination.
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts120141Ground Effects Page 3 of 4
Contract 11-7-14.docx
� ' This document and any specified attachments contain all terms and conditions of
the Contract and any alteration thereto shall be invalid unless made in writing, signed by
both parties and incorporated as an amendment to this Contract.
In the Presence of: CONTRACTOR
� e� By: ����'�G�
�R—l..�►D 13"K'�
(Seal of CONTRACTOR (Specify Title)
if a Corporation.)
By: � `�
Vp
(Specify Title)
CITY OF OSHKOSH
By: �- �
(Witness) Ma c A. Rohloff, City Manager
< _. , ._. � �
,�
� �
And: -- �
(Witness) Pamela R. Ubrig, City CI rk �
APPROVED: I hereby certify that the necessary provisions
have been made to pay the liability which will
accrue under this Contract.
,�10 i(�_,�j(��,,a�l r''�
ity Attorne City Comp�roller
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Ground Effects Page 4 of 4
Contract 11-7-14.docx
CITY OF OSHKOSH REQUEST FOR QUOTATIONS
FOR SNOW AND ICE REMOVAL
Work Summarv
The City of Oshkosh is soliciting Quotations for the periodic removal of
snow and ice from sidewalks and handicap ramps/crosswalks adjacent to private
properties and over railroad crossings within the municipal boundaries. The
CITY is seeking a contractor for a one (1) winter season commitment, starting
immediately for the Winter 2014/2015 season. City Ordinances require that
property owners keep their public sidewalks clear of snow and ice. When
property owners fail to keep their public sidewalks clear of snow and ice, then the
CITY is allowed to clear these sidewalks for the property owners, at their
expense, for the benefit of the public that may use the sidewalks. Quotations
are due to the City of Oshkosh's Purchasing Department by 10:00 A.M. on
November 4, 2014.
Cleaning the public sidewalks adjacent to private properties will represent
the majority of snow and ice removal work pursuant to this Contract. Also
included within this Contract is the snow and ice removal on sidewalks at railroad
crossings. The City of Oshkosh does not guarantee any particular amount of
work will be offered during the term of this contract. The work required for this
Contract depends on the weather and depends on the number of property
owners who fail to clear their sidewalk. For example, in the Winter 2012/2013
season, there were over 950 snow shoveling jobs performed including the
sidewalks for 13 railroad crossings. However, in the relatively mild Winter
2011/2012 season, there were only 213 snow shoveling jobs and 13 railroad
crossings. The snow shoveling job example included repeated clearing of certain
properties and other random properties that may have only been cleared once.
Another important task for the successful contractor will be the ability to
conduct themselves in a positive and professional manner when interacting with
property owners, tenants, and other citizens. Contractors must be able to handle
the occasional difficult situation and/or a person who may be unhappy with the
snow and ice removal work being performed by the contractor.
All documentation will be processed through the on-line software program
developed by the City. The software program will be demonstrated at the
mandatory pre-bid meeting.
Pre-Qualifications
All contractors must be pre-qualified to quote. Pre-qualification for the
snow and ice removal contract shall be completed on the attached forms. Pre-
qualification forms are due to the City of Oshkosh's Purchasing
Department by 4:00 P.M. on October 30, 2014. Contractors bidding on the
Snow Shoveling Contract must attend one of the mandatory Pre-Bid
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Request for Page 1 of 8
Quotations 9-4-14.docx
Meetings. The meeting times are: 1:00 p.m., Tuesday, October 21, 2014; and
8:00 a.m., Thursday, October 23, 2014, Room 302, City Hall, 215 Church
Avenue, Oshkosh, Wisconsin.
The CONTRACTOR must be qualified to furnish all labor, material, and
equipment to complete the required work. The CITY will review contractor
qualifications based upon experience, available equipment, and their ability to
conduct themselves appropriately with the public.
The CITY reserves the right to check references and property owners who
have hired the CONTRACTOR in the past, whether or not those persons have
been disclosed by the CONTRACTOR. The CITY reserves the right to perform
other background checks on the CONTRACTOR, as allowed by law, to verify the
ability of the CONTRACTOR to interact with property owners, tenants, and other
citizens in a professional manner.
If the CITY believes it is necessary, the CITY reserves the right to inspect
the CONTRACTOR's equipment at any time. Inspection may be during the pre-
qualification period, when evaluating the CONTRACTOR's quotation, and during
the contract period. All equipment shall have adequate safety features for
working in the right-of-way and be in good operating condition. All motorized
equipment, except walk-behind equipment, must have amber flashing light(s)
visible from 360°.
The only equipment that can be used to clear any surface, such as
sidewalks, handicap ramps/crosswalks, and railroad crossings, are shovels or
lightweight pieces of equipment that will not crack or damage the surFace from
which the snow or ice is removed or other property/surFaces. Snow removal
equipment shall not disturb or go on private property. As an example, a light-
duty skid steer loader/small tractor and bucket that matches the width of the
sidewalk may be acceptable. Removing snow and/or ice where unusual
conditions have occurred from a site will generally require the use of a front-end
loader and dump truck.
As part of their pre-qualification, the CONTRACTOR must describe the
snow and ice removal equipment they own or can confirm that they have
available and intend to use to perForm these jobs. At a minimum, the CITY
believes that contractors should have the following equipment available through
ownership or leasing to successfully carry out the requirements of this work:
a) Tractor/skid steer loader with appropriate snow removal
attachments; and
b) Shovels and snowblower(s); and
c) End loader; and
d) Dump truck.
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Request for Page 2 of 8
Quotations 9-4-14.docx
In addition to snow removal equipment, CONTRACTOR must have a valid
e-mail address and have the ability to access the City of Oshkosh website and
receive and input data from/to an on-line software program.
Quotation Information
CONTRACTOR must provide at least three (3) references of past or
current projects of similar scope to the work described in these Specifications.
Contractors should take into account all of the information and
requirements in this Request for Quotations.
CONTRACTOR must meet all City of Oshkosh insurance requirements
and standard terms and conditions (attached).
CONTRACTOR must furnish all labor, materials, and equipment
necessary to complete the work.
CONTRACTOR shall provide names and telephone numbers of their
respective primary and back-up contact person(s) once the Contract has been
established.
All quotations shall include the CONTRACTOR's price for perForming the
following tasks:
1. Remove all snow and/or ice at a single location/lot with 0 to
100 feet of sidewalk (including rock salt/sand application, if
necessary)
This includes the removal of all snow and ice at a single location or
single lot. Snow and ice cannot be placed in the street.
CONTRACTOR shall not pile snow higher than thirty inches (30")
above the sidewalk in the intersection and for a distance of thirty
feet (30') from the intersection. This price should be calculated with
the understanding that this base point location or lot may contain
anywhere from zero feet (0') to one hundred feet (100') of sidewalk.
This price should also be calculated with the understanding that
rock salt and/or sand may need to be applied at any time. The
CITY will pay for one (1) trip to the location or lot. Additional trips to
the location or lot because of salting, sanding, or further cleaning
will not be reimbursed by the CITY. Before and after condition
photos are required.
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Request for Page 3 of 8
Quotalions 9-4-14.docx
2. Additional footage beyond one hundred feet (100') at same
location/lot (including rock salt/sand application if necessary)
This includes the removal of all snow and ice at a single location or
single lot that extends beyond the base point of one hundred feet
(100'). Snow and ice cannot be placed in the street.
CONTRACTOR shall not pile snow higher than thirty inches (30")
above the sidewalk in the intersection and for a distance of thirty
feet (30') from the intersection. This price should be calculated for
each additional foot of sidewalk. This price should also be
calculated with the understanding that rock salt and/or sand may
need to be applied to each additional foot at any time. The CITY will
pay for one (1) trip to the location or lot. Additional trips to the
location or lot because of salting, sanding, or further cleaning will
not be reimbursed by the CITY. Before and after condition photos
are required.
3. Apply rock salt/sand only to 0 to 100 feet of sidewalk at a
single location/lot
For those instances when snow and/or ice can be removed to the
CITY's satisfaction without shovels or mechanical means, the price
shall include the application of rock salt and/or sand only at a single
location or single lot. This price should be calculated with the
understanding that this base point location or lot may contain
anywhere from zero feet (0') to one hundred feet (100') of sidewalk.
The CITY will pay for one (1) trip to the location or lot. Additional
trips to the location or lot for further salting, sanding, or cleaning will
not be reimbursed by the CITY. Before and after condition photos
are required.
4. Apply rock saltJsand only to additional footage beyond 100
feet at same location/lot
For those instances when snow and/or ice can be removed to the
CITY's satisfaction without shovels or mechanical means, the price
shall include application of rock salt and/or sand only at a single
location or single lot. This price should be calculated for each
additional foot of sidewalk beyond the base point distance of one
hundred feet (100'). The CITY will pay for one (1) trip to the
location or lot. Additional trips to the location or lot for further
salting, sanding, or cleaning will not be reimbursed by the CITY.
Before and after condition photos are required.
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Request for Page 4 of 8
Quotations 9-4-14.docx
5. Remove all snow and/or ice from all pavement in the handicap
ramp/crosswalk quadrant (including rock salt/sand application
if necessary)
This includes the removal of all snow and ice from all of the hard
surfaces in handicap ramps and adjacent pavement, which are
typically in the crosswalk quadrant of street intersections. Snow
and ice cannot be placed in the street or be piled to create a vision
obstruction at the corner. CONTRACTOR shall not pile snow
higher than thirty inches (30") above the sidewalk in the intersection
and for a distance of thirty feet (30') from the intersection. This
price should also be calculated with the understanding that rock salt
and/or sand may need to be applied at any time. This price should
be calculated for each sidewalk quadrant (corner) of a street
intersection, regardless of how many ramps or access points are at
a quadrant. This task requires clearing sidewalk and ramp areas
leading from the sidewalk to the street. The required result is clear
sidewalk access to and from the street. This task will usually
require the CONTRACTOR to remove snow from the street to
achieve the required result. Therefore, the CONTRACTOR is
responsible for snow and ice removal up to four feet (4') into the
street beyond the face of curb. Multiple ramps in one (1) corner will
only be allowed one (1) charge. The snow and ice from both the
initial storm event and also from street plowing operations
must be removed. Before and after condition photos are required.
This Item only occurs where the ramp/crosswalk is leading to a
crossing of a public right of way/street. Item does not apply to
driveways/private entrances crossing the area where the
sidewalk/pedestrian walkway exists.
6. Remove and dispose of snow from locations where unusual
conditions have occurred
The CONTRACTOR shall designate a rate for removal and
disposal of snow where unusual conditions have occurred, i.e. large
piles of snow stockpiled by property owners that intrudes onto
public sidewalks. Snow is to be disposed of at CONTRACTOR's
own dump site. This price shall be a flat rate to mobilize/demobilize
equipment to the site and an hourly rate to load snow.
CONTRACTOR will not be paid for drive time to or from the site.
Hourly loading rate will be paid for time actually loading snow. In
the event multiple loads must be hauled, CONTRACTOR shall
provide an hourly rate for hauling. Only actual loading and hauling
time will be paid. Idle time waiting will not be paid. Final load
disposal shall be part of mobilization/demobilization.
CONTRACTOR will also be paid for Proposal Items 1, 2, and/or 5,
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contrads�2014\Request for Page 5 of 8
Quotations 9-4-14.docx
if snow pile was over sidewalk and/or handicap ramp and work
perFormed complies with Proposal Items 1, 2, and/or 5.
CONTRACTOR shall not pile snow higher than thirty inches (30")
above the sidewalk in the intersection and for a distance of thirty
feet (30') from the intersection. Before and after condition photos
are required.
Time Requirements
Snow and ice removal for the CITY must be given priority. The
CONTRACTOR will be e-mailed a snow and ice removal list from the CITY. For
lists sent prior to 11:00 a.m. of any day, work must begin within four (4) hours
(i.e. by 4:00 p.m. that day). Lists sent at or after 11:01 a.m. may be started
immediately, if sufficient sunlight remains for proper documentation; work must
begin by 8:00 am of the following day. Once started, all work shall be
continuous until the CITY work has been completed. All snow and ice removal
required by the CITY for each list must be completed within twentv-four (24)
hours after the CITY sends the list to the CONTRACTOR or for lists sent at
or after 11:01 a.m., twentv-four (24) hours after 8 a.m. of the followinq dav.
TIME IS OF THE ESSENCE, ALL TIME PERIODS SHALL BE STRICTLY
ENFORCED. The CONTRACTOR shall always be ready for immediate snow
and ice removal with all equipment in good working condition. The CITY will limit
the maximum number of properties sent on any 24-hour period to fifty (50),
unless the CONTRACTOR requests additional properties and the CITY has
documented properties which require snow removal. Snow and ice removal can
only occur between 7:00 a.m. and 10:00 p.m. The CONTRACTOR will be
expected to work weekends to complete the work required by the CITY. The
only exception to the 24-hour completion requirements is that the
CONTRACTOR will not be expected to perForm snow and ice removal for the
CITY on December 24tn 25tn and January 1St. The information for each list
must be entered into the City of Oshkosh software program within two (2)
weeks of receipt of the list. In the event of new snowfall or ice
accumulation, prior to the CONTRACTOR starting removal of snow/ice from
a location/lot, CONTRACTOR shall notify CITY within 24 hours of the start
of the new snowfall that the location/lot needs to be rechecked by CITY and
placed on new list, if appropriate.
Required Work
The CONTRACTOR will be furnished, by e-mail, a list of sidewalks, or
other areas, to be cleared of snow and/or ice to the bare pavement. Sidewalks
and handicap ramps/crosswalks must be cleared of all snow and ice, for the
entire width of the walk. In the event the sidewalk abuts the street curb,
CONTRACTOR shall clear a minimum width of five feet (5') when the walk is
wider than five feet (5') and a minimum width of four feet (4') or full width of
sidewalk, if sidewalk is five feet (5') or less in width. If the CONTRACTOR
cannot clear snow/ice to the bare pavement, the CONTRACTOR shall apply rock
salt and/or sand material to make it safe for pedestrian traffic. The
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Request for Page 6 of 8
Quotations 9-4-14.docx
CONTRACTOR shall return within 24 hours after the salt or sand is applied to
remove the snow or ice. In the event the snow/ice cannot be removed during the
second trip, CONTRACTOR shall return at least once every 24 hours until
snow/ice is removed. These subsequent trips cannot be charged to the CITY;
they are covered under the original trip. Additional snow/ice accumulation on
areas still undergoing snow/ice removal cannot be charged to the CITY as an
additional trip; this additional snow/ice removal will be included in the original trip.
Before and after photos must be taken immediately before and immediately
after the work is performed for all trips.
Each return trip must be documented with before and after condition
photos with correct date and time reference. Failure to provide photo
documentation of return trips shall result in non-payment for work.
The CONTRACTOR must complete an entire work list before commencing
to a new work list; however, the need for return trips will not prevent the
CONTRACTOR from proceeding to the next list.
The CONTRACTOR shall take all necessary precautions to protect
passersby, the public right-of-way, and neighboring property from damage and
injury. The CONTRACTOR will be held responsible for damages to sidewalks,
trees, structures, grass areas, and any other items due to their operations.
Salt and chemicals applied on or near railroad crossings can reduce the
resistant properties of timber and ballast. The CONTRACTOR shall limit the
use of salt or chemicals on or near railroad crossings.
Requirements Before Invoices will be Paid
The CONTRACTOR will not be paid for sidewalks cleared that are not on
the list provided by the CITY. The CONTRACTOR must complete an entire
work list before commencinq to a new work list. Within two (2) weeks of
receipt of a work list, the following information must be entered into the CITY
software program for each property:
a. Date and exact time of snow and/or ice removal;
b. Date and exact time rock salt/sand was applied;
c. Approximate length of walk cleared at each location;
d. Before and after condition photos (in digital format) of work
performed at each location are required. Photos shall clearly
identify the location of the property with landmark features in the
background (multiple photos may be required). Camera must place
correct date stamp on photos. Before and after photos must be
taken immediately before and immediately after the work is
performed;
e. Date, time, location, and photos of any return trips;
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Requesl for Page 7 of 8
puotations 9-4-14.docx
f. Any comments (for example: return trip required, already cleared,
homeowner came out to shovel, etc.).
To process proper payment, required information on each property
shoveled must be submitted to the Department of Public Works. All photographs
taken must clearly show the before and after condition of the sidewalk and be
taken with adequate light. The cost of the internet access and photos is
considered to be included as part of the pertinent Bid Items. The CONTRACTOR
will not be paid for work that is not properly documented or incomplete as per
conditions of the Contract. Also, the CONTRACTOR will not be paid for work
completed after the 24-hour time limitation has expired, excluding return trips.
The CITY will verify work completed and send CONTRACTOR an
itemized list of work performed and costs. CONTRACTOR shall review list and,
when quantities are agreed upon, submit an invoice for the cost shown with the
list attached as documentation. CONTRACTOR shall submit invoices with
corrections within one (1) week of receiving itemized list from CITY.
Public Records
As a contractor for a governmental entity, certain records created that
relate to work perFormed for the CITY may be subject to Wisconsin Open
Records Statutes. The successful CONTRACTOR agrees to fully cooperate with
all requests related to open records requests.
Contract
The CONTRACTOR will be required to enter into a contract with the CITY.
All requirements found in this Request for Quotations will become legally binding
terms. The CITY will also include in the Contract other provisions that it deems
to be necessary. A copy of the contract form to be used is enclosed. While
some minor details may be negotiated, contractors should expect to sign a
contract in materially the same form as the Contract provided.
The length of this Contract will be for one winter season, which will start
on November 10, 2014 and end on May 31, 2015. In the event that the CITY
wishes to terminate this Contract before the end of the contract period, a 7-day
notice shall be given to the CONTRACTOR. In the event the CONTRACTOR
wishes to terminate this Contract before the end of the contract period, a 45-day
notice shall be given to the CITY.
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Request for Page 8 of 8
Quotations 9-4-14.docx
PROPOSAL
FOR
SIDEWALK SNOW AND ICE REMOVAL CONTRACT
We, the undersigned, propose to carry out the assigned sidewalk snow and ice
removal projects, in accordance with the Specifications, from November 10, 2014 — May
31, 2015 for the following rates.
Rates shall include all cost of labor, materials (rock salt, sand, internet access,
photo disks, etc.), use of equipment, and any incidentals required to complete the work
as specified, regardless of the number of personnel engaged in shoveling by hand or
clearing with equipment.
1. Remove all snow and/or ice at a single
location/lot with 0 to 100 feet of sidewalk $
(including rock salt/sand application, if Lump Sum
necessary)
2. Additional footage beyond 100 feet at same �
location/lot (including rock salt/sand Per Linear Foot
application if necessary)
3. Apply rock salt/sand only to 0 to 100 feet of �
sidewalk at a single location/lot Lump Sum
4. Apply rock salt/sand only to additional �
footage beyond 100 feet at same location/lot Per Linear Foot
5. Remove all snow and/or ice from all
pavement in the handicap ramp/crosswalk $
quadrant (including rock salt/sand application Per Intersection Quadrant
if necessary)
6. Remove and dispose of snow from locations
where unusual conditions have occurred:
a. Mobilization/demobilization from site �
Each
b. Load snow �
Equipment/Labor Rate Per Hour
c. Haul snow �
Equipment/Labor Rate Per Hour
I:\EngineeringlSNOW SHOVELING FOLDERS\Snow Removal Contracts�2014\Request for Quotations_9- Page � Of �
4-14.docx
�� ��� `��� ���'
� �
�������'�`���
CITY OF OSHKOSH � � � 2a��
oc
.T F pi igLl����
CONTRACTOR'S PROOF OF RESP���, , � � � -
SNOW AND ICE REMOVAL
�Jtd TH E V�1�TEl�
ALL CONTRACTORS PROVIDING QUOTATIONS FOR SNOW AND ICE REMOVAL
FOR THE DEPARTMENT OF PUBLIC WORKS
SHALL PROVIDE PROOF OF RESPONSIBILITY
RETURN QUESTIONNAIRE TO:
CITY OF OSHKOSH PURCHASING DIVISION
CITY HALL, ROOM 401
215 CHURCH AVENUE
P.O. BOX 1130
OSHKOSH, WISCONSIN 54903-1130
NOTE:
THE CONTENTS OF THIS QUESTIONNAIRE SHALL BE CONFIDENTIAL
FOR THE EXCLUSIVE USE OF THE CONTRACTING AGENCY
AND SHALL NOT BE MADE PUBLIC EXCEPT
BY WRITTEN PERMISSION OF THE PROSPECTIVE CONTRACTOR.
(REVISED September 4, 2014)
DO NOT REMOVE THIS COVER SHEET FROM THIS DOCUMENT
ANSWERS MUST BE TYPEWRITTEN OR IN INK
���i�+� ^ ��
PRE-QUALIFICATION STATEMENT �;C� � � 2���
DEPT. Ur- ri!�i�ii.; �NORKS
WISCQNSIN
There is submitted herewith for your consideration is a statement of qualifications��i��r��ersigned to
furnish the necessary labor, materials, and skills required to enter upon and complete the Contract for
snow and ice removal to be let by the City of Oshkosh.
I. IDENTIFICATION
A. O�cial Firm Name ����u.;,4 �F��c.TS o� �� , ��L•
B. Telephone g?A 23 3 �i�Y,o Fax `tZ0 Z33 �t i So
C. Address �O �oX ��3�1
(Street)
(�!s�:c>s� W 1 54903-353�
(City) (State) (Zip Code)
D. E-Mail Address C��-�'�v @ �a.sn� c.cc.�wtc-w►sce rES �r� . c cr�,
. �y
E. Number of years in business under present firm name 11
F. Please check(1), (2)or(3):
(1)A Corporation �, (2)A Co-Partnership ❑ (3)An Individual �
G. Principallndividuals:
(If a Corporation, answer below) (If a Co-Partnership, answer below)
President CF+aaz�y ��c�.� Name of Partner
Vice Pres. �-�.s ��.-NSa� Name of Partner
Secretary �_�p L� �.10�� (If a Sole Trader, answer below)
Treasurer ��.�-e.2.�-v �o�.s�� Name of Sole Trader
H. If a Corporation, answer below:
(1)When incorporated �'�3 (2)In what State w 1
I. Contact information for questions regarding this form:
Name �-6-'�-�y �o�-z�`�2
Telephone �t2o `�tiQ �o�j FAX �'i� �3��80
E-MailAddress C-�wr'�u (� �a-v�d-sc��c,-v.��s�chs�v� ,c�►nn
. �
1:1Engineering\SNOW SHOVELING FOLDERS1Snow Removal Contrectsl201418idders Proof Form_9- Pg9g� Of g
4-14.docx
11. EXPERIENCE
A. EXPERIENCE
What is the snow and ice removal experience of the principal individuals, including
superintendents and/or foremen, of your present organization?
Present Position Years of
Individual's Snow and Magnitude.8�Type of In What
Name of Officer in your Ice Work Capacity
Organization Ex erience
Ck�.e.w 433o�,-c� l�v.�.�ocawlT �2 �"••^�u••�PweY.�
I,OS"S I4P S t
/� �� t COsdt�C C.OMPI£7CMS�
L�}kZ-1S S�►a `t`� 2.•} RcStp,E•ir1s.� KoKs
Average number of employees during the last 12 months:
Office � Skilled 1 Unskilled
B. WORK ON HAND
List below the resent snow and ice removal contracts held b ou.
Percent Anticipated
Date Awarded/Location Type of Work Completed Completion Cost of Work
Date
��a66�T'< <Z.U.SGk4 SKOW QEtiJlbafirL.
�'� MeAUtM.�tocj.r�waS S4tovsu�.+c� 44A���•`1Ca O a4�sS 3U�OC�O�
SNOw RCY+'..ovl�
2Dt2 6�e�renwc� 1..►oattaa� �u-ov�.�..4 � a�1�i� 20oopO
tiiSb � C.o�w�c�DC.a4 St�ow Cisi-MOVwi
�0�`1� p¢.DPGC-'Tt�GS S1LOV EZ\�� H#W...\�..1� Q O�i�FS 1Sd�oo
2o tz Pc:es �....�,G S�v�.0 ia�, o�� o oy(,s Z,o 00
�
C. PREVIOUS CONTRACTS
List below snow and ice removal contracts completed for the last three 3 ears:
Date Awarded Location Type of Work Cost of Work
C�1.6G'tZT�l �24LW S�JO..� i�¢µeV�,S44ovR �u
2-°o� C a i.a w c�� P2DP4"'2R FS c�c�•-u�s sw, µ,_..�� �sZ�o'2-Z
ZlJ�l 1-�.rb ti�..-r-Ra-sme.E `l�lSri�°
2�9 C1rv oc b s�cos�t �D�cEto �T 26,638�e
I So
ZO 12 L'�F`I o�L^t�t-�s�L�t Cio� I 1 O S
2�►Z- G-w�F Os�L� s��.,�r � t3o,ssi�`�
2�o�F NTI� I 2�`� ��o
2D►2- EL�--t-a�..�.L 4..►ous-�-Q.cs 2ss6�o
20►Z P� C��.-cz•..E,g za-►9`�6
I:\EngineeringlSNOW SHOVELING FOLflERS\Snaw Remwal Cantrads12014�Bidders Proof Form s- Page 2 of 8
414.docx
III. EQUIPMENT
A. List below major pieces of equipment owned and available when needed for proposed work.
ALL COLUMNS MUST BE COMPLETED. ATTACH ADDITIONAL SHEETS, IF
NECESSARY. ADDITIONAL SHEETS MUST CONTAIN SAME INFORMATION LISTED ON
THIS PAGE.
DESCRIPTION, PRESENT
NUMBERS ORIGINAL ACCUMULATED gOOK YEARS OF
OF ITEM S�ZE' ETC. CITY, COST DEPRECIATION VALUE SERVICE
I `t�3 2-�oa� Z�ca� �
� �s3cn.-r '1"t3 z-`�� 2�{oao C� �
� k�ac�.c.i- ��3, I3 sac� 11 c�a sa co 3
l � ,., 15oa C�oo cx> 6b000 o �
� C�n.c �e,a►� �fc000 �io a�7 a 8
� t-o Q!� t=3 S o 360�4 3c�o o p o -`�j
� �r� FZS� 2�€Ooo 2�oc o o ��
l f�le�,.ur 3S�o 3s000 � 8
I:\Engineering\SNOW SHOVELING FOLDERS1Snow Removal Contrads�20141Bidde�s Proof Fortn_9- Pa9g 3 Of 8
414.docx
IV. CONTRACTUAL RESPONSIBILITY
A. Has firm ever failed in the past ten years to complete work awarded to it? ❑ Yes ��,No
If so,state:
Date Owner
Owner's Mailing Address
(At that time or preferably now if there is a difference.)
Full particulars in each instance: (including type of work&amount of contract)
B. Has any officer or partner of firm ever failed in the ast ten years to complete a snow and ice
removal work handled in his own name? ❑Yes�No
If so, state:
Date Name of Officer/Partner
Owner
Orivner's Mailing Address
(At that time or preferably now if there is a difference.)
Full particulars in each instance: (including type of work 8�amount of contract)
C. Has any officer or partner of firm ever been an officer or partner of some other organization
during the last ten years that failed to complete a snow and ice removal contract? � Yes �.No
If so, state:
Date Name of Officer/Partner
Name and Mailing Address of Organization
Name and Mailing Address of Owner
(Address at that time or preferably now if there is a difference.)
Full particulars in each instance (including type of work &amount of contract):
I:1Engineering\SNOW SHOVELING FOLDERS1Snow Removal Contrads120141Bidder's Proof Form_9- Pa9g�}Of g
4-14.docx
D. Has firm asked to be relieved fr m a bid submitted by it to a public awarding authority during
the past ten years? ❑ Yes C�No
If so, state:
Date Owner
Owner's Mailing Address
(At that time or preferably now if there is a difference.)
Full particulars in each instance(including type of work&amount of contract):
E. Has firm been relieved from a contract awarded to it during the past ten years? ❑ Yes � No
If so, state:
Date Owner
Owner's Mailing Address
(At that time or preferably now if there is a difference.)
Full particulars in each instance(including type of work&amount of contract):
F. Has firm ever been charged with or convicted of a violation of any wage schedule?
❑ Yes ,L�No
If so, state:
Date Claimant
Claimant's Mailing Address
(At that time or preferably now if there is a difference.)
Full particulars in each instance(including type of work&amount of contract):
I:1Engineering\SNOW SHOVELING FOLDER515now Removal ConVacts�201416idders Proof Form s- Page 5 of 8
414.docx
G. Has the applicant, any of its owners, a subsidiary or corporate parent, or any ofFicer or director
thereof, been convicted in the last three years of violating Section 133.03.Wisconsin Statutes
(Unlawful Contracts: Conspiracies)? ❑ Yes��No
If so, state:
Date Claimant
Claimant's Mailing Address
(At that time or preferably now if there is a difference.)
Full particutars in each instance (including type of work&amount of contract):
H. Has the co� �tractor or anyone employed by the contractor been convicted of a felony?
❑ Yes C�; No
�
If so, identify and describe each incident(include county, case number,violation,
circumstances):
I. Has the contractor or anyone employed by the contractor been convicted of a misdemeanor or
ordinance violation including disorder�y conduct,disturbing the peace,assault, battery,theft,
fraud, or similar issues? ❑ Yes �No
If so, identify and describe each incident(include county, case number, violation,
circumstances):
I:1EngineeringlSNOW SHOVELING FOL�ERS\Snow Removal Con6a�1s1201416idders Proof Fartn s- Page 6 of 8
414.docx
VI. CONTRACTOR'S FINANCIAL STATEMENT
Condition at close of business of , 20
A. ASSETS
Cash ....................................................................$
Accounts Receivable................................................$
Reai Estate Equity..................................................$
Materials in Stock ...................................................$
Equipment—Book Value ......................................... $
Less Depreciation
Furniture and Fixtures—Book Value .......................... $
Less Depreciation
OtherAssets .........................................................$
TOTAL ASSETS ..........................................$
B. LIABILITIES
Accounts, Notes&Interest Payable ........................... $
Other Liabilities ......................................................$
TOTAL LIABILITIES .....................................$
NET WORTH (TOTAL ASSETS—TOTAL LIABILITIES)..$
C. Who prepared this balance sheet? C-��`-`r �o�—�-'r�'�2
D. Are any of your assets assigned? If so, which are assigned?
�� ��
E. For what purpose are they assigned?
�.-1�t� O� �P��tT
I:\Engineering\SNOW SHOVELING FOLDER515now Removal Contrecls�2014\Bidder's Proof Form_9- Pa9e�Of$
414.dooc
VII. AFFIDAVIT
STATE OF �� )
COUNTY OF �►��c��3p.e.,o )
���.�i,•� �o�-rt..-n being duly sworn, deposes and says that he/she
(Name of Officer/Owner)
is the �2�s�p�T of ��ulv� ��c-�n oc �nl� , ,+.tic.
(Title) (Name of Firm)
and that the answers to the foregoing questions and all statements therein contained are true and
correct, and that any owner, or other agency herein named is hereby authorized to supply the
municipality, City of Oshkosh, with any information deemed necessary to verify this statement.
�-�'�f�C�
(Signature of Officer/Owner)
� ��
Subscribed and swom before me this`--�1`��day o� � � , 20
.
�
�`� "ary Pu� ic � •
v�S`� , ��- .�� `�
JOANN BURGETT County ` State
Notary Public
State of Wisconsin My Commis ' ' es ���`��^�
APPROVED BY:
Date
Director of Public Works
Date
City Manager
I:\Engineering\SNOW SHOVELING FOLDERS\Snow Remwal Contrads12074�Bidde�s Proof Fortn s- Page 8 of 8
414.docx
Ground Effects of WI,Inc.
. � Balance Sheet
October 31,2014
ASSETS
Current Assets
Misc cash $ 200.00
Cash on Hand 1,884.50
Checking-CB (198.58)
Checking-FNB 7,801.57
Checking-HB (7,483.70)
Bartering 9,304.75
Total Current Assets 11,508.54
Property and Equipment
PLOWING EQUIPMENT 915.59
MAINTENANCE EQUIl'MENT 1,211.29
CONSTRUCTION EQLTIPMENT 4,084.12
BARRICADE EQUIPMENT 1,188.60
OFFICE EQiTIPMENT 751.19
Total Property and Equipment 8,150.79
Other Assets
Total Other Assets 0.00
Total Assets $ 19,659.33
LIABILITIES AND CAPTTAL
Current Liabilities
Wage Attachment $ (7,158.19)
Union Fringe 11,556.76
Union Dues (496.00)
Sales Tax Payable (7,234.13)
Federal Payroll Taa�es Payable (1,590.84)
FLTTA Payable 39�.81
State Payroll Taxes Payable 6,859.73
SUTA Payable 6,334.57
CAPITAL ONE-PAYABLE 80626
CB -LOAN PAYABLE (6,627,88)
CH-LOAN PAYABLE 113.09
Employee Receipts Payable (140.00)
HB-Promissory Note-#9011 85,407.90
HB-LOC#9002 1,801.07
HB-Consolidation Loan#9008 2,931.59
Total Current Liabilities 92,954.74
Long-Term Liabilities
Total Long-Term Liabilities 0.00
Total Liabilities 92,954.74
Capital
Beginning Balance Equity (12,051.84)
Retained Earnings (4,012.18)
Unaudited-For Management Purposes Only
Ground Effects of WI,Inc.
. � Balance Sheet
October 31,2014
Net Income (57,231.39)
Total Capital (73,295.41)
Total Liabilities&Capital $ 19,659.33
Unaudited-For Management Purposes Only
PROP�SAL
FOR
SIDEWALK SNOW AND fCE REMOVA� CONTRACT
We, the undersigned, propose to carry out fhe assigned sidewalk snow and ice
remova! projects, in accordance with the Specifications, from November 1 U, 20'i4— May
39, 20�5 for the following rates.
Rates shal! include all cost of labor, materials (rock salt, sand, internet access,
photo disks, etc.), use of equipment, and any incidentals requlred #o compiete the work
as specified, regardless of the number of personnel engaged in shoveling by hand or
clearing with equipment.
1. Remove all snow andlor ice at a single
location/lot with 0 to 100 feet of sidewalk � �p�°
(including rock salt/sand application, if Lump Sum
necessary)
2. Addifional footage beyond 100 teet at same � a � qd
location/lot (including rock sait/sand Per Linear Foot
application if necessary)
3. Apply rock salt/sand anly to 0 to 100 feet of � 60°°
sidewalk at a single Iocation!!ot Lump Sum
4. App{y rock salt/sand oniy ta additional � c�.�c�
footage beyand 140 feet at same Iocation/lot Per Linear Fook
5, Remove all snow and/or ice from a!i
pavement in the handicap ramp/crosswalk � 6b""
quadrant (including rock salt/sand application per lntersection Quadrant
if necessary)
6. Remove and dispase of snow from locations
where unusual conditions have occurred:
a. Mobilization/demobilization from site $ "15"°
Each
b. Load snow � �p�nu
Equipmen�/Labor Rate Per Hour
c. Haul snow � �,C,�
Equipment/Labor Ra#e Per Hour
I:\ErqineeringlSNDWSHOVEIINGFOLDERSISnowRemovalConuaas12014U2equasiforQuoiaUons 9• P8�8 � af 1
4•14.docx
,
AQt}ENDUM
SNbW AND fCE REMOVAL SERVICES FOR TH�CITY 4�OSHK�SH
7he attached door hanger fs a.hanger�rovided by th�City of Oshkash to tMe successful vendor to hang
the doors of each praperty he/she Is clearing.When sending in yoar bid proposal pleass acknowledge
addenduni by sending thls page s(gned and dated.If this is nvc with you�proposal the City has the rtght
to deem the bict unresponsive.
i��k}°�-�-4 ��o�z-�. representing �'Gi��utisa ��-z,c�,a�= W 1 .acicnowiedge
addendurn for Snow and ice Removal Services far the City af Oshkosh
l
.�,Ji-t_..�..,�`7�'�
Slgnature �
(d�'7-4{2�1�1�
pate
�f�1I/18/2014 i�2:ig rna �000ii000a
,�� . � 1,?
;. ,,�.--� �� ����� � f�� f
�"'�,Cp1�C�' CERTIFICATE O�' l�lA�l I Y IN E T � o�,,,,,,,>
• �� �� � ��f ��� 17/2014
Pft00UCER ��"'["�r�°*� �:�n��� tHl�CERtIFICAtE IS ISSU�oAS A MAt'fER OF INFORMATION
IAKESHORE FINANCIAL GROUP�LC '� ��"°'"�- } "� ��-°� ONLY AND CONFERS NO RIOHtS UPON THE CER7IFICA'fE
14 WESTERN AVE STE 201 ' HOLDER.THIS CEI2TIFICqTE DOES NO7 AM�NO,EXTEND OR
Al.1�ft TH�CQVERAOE AFFQRDED BY THE POLIClES BELOW.
FOND QU LAC WI 54936-0749 �Q�/' �. g 2014
Ifl$UREttS AFFOT�tD1NG COVEItA(3E tJAIC#
IHSUR@D ���-�- nC� g�jC WO URERA: PEKlN INSURANCE COMPANY
Gf20UND EFFECTS OF WI NROS �WISCONS S�RERe
222 SOUTH SAWYEft ST IN8UHERC: .
OSHKOSH WI 54902 INSURERO:
. �Pd 4R R E
COVERAt3E8
THE POLICIES OF INSURANCE IJSTED BELOW FiAVE BEEN ISSUED TO 7HE ENSUREb NAMED ABOVE FOR 7HE pOIICY PERI00 iND1CATED.NONVITH$TANDING
ANY REQUfREMENT,TERM OFt COMDITlON OF ANY CONTRACT OR OTHER pOCUMENt WI1H FtESPECT TO WHICH T}iiS CERTIFICA7E MAY BE ISSUED OR MAY
AERTAIN,TtiE INSURANCEAFFORDED BY 7HE POtICIES DESCRIBEp HEREIN IS SUBJEC?TOALL THE TERMS,EXCI.USIONSAND CON�fT10NS OF SUCH
POLICIES.ApORE(3ATE 11MITS SHOWN MAY HAVE BEEk REDUCEp BYPAID CLAIMS.
LTR RfSRO TYPEOFINSURANCE POUCYNUMSER A M DD LIIAITS
A X GENERAL IWBILITY CL0091482 9-15-14 8-��J•�rJ EACH OCCURRENCB q 1,000,000
✓ COMMERCInIGENERALLIA91LfTY - 100,000
PREMIS•� occur nca S
�Cl/1ilAS MADE Q OCCUR MEO EXP(My on0 porcon) f 6,000
PERSONAL&ADV1kJURY f 1,DOD,ORO
GENEf1AlAGGREGATE g 2,000,000
GEN'LAGGREGA7ELfMITAPPI[ESPER: PRODUCTS-COMP10P�60 S 2,OOO,Q00
� POLICY �/ PROJHCT LOC .
B X AUTOk.OBILE UABILITY OOP656634 9`�J•�a �'��'�� Cpp�g�NED SINGLE LIM[F s �,000,000
aNrnuro . tes�a��x�
Al�OwNEDnUTOS DODILY JNJURY =
SCHEDULED AIJfOS �P@�P°��
H1REpAUTOS OODIIYfNJURY s
NON•OVJNEOAt1TOS (Por accidonl}
�/ COMP OED 200
�/ COLI DED 500 �PeoP����ae =
OARAOELIABILlTY AUTOONLY-EAACCEDENT $
ANYAUTO OTMERTFWN �ACC 3
AUTO ONLY: AGG S
A excessrurneRe�u�v,eam OaCU20398 9-15-1�4 9-15-15 EACHOCCURREHCE 3 Z����Q�fl
✓ OCCUR � CLAIMS MADE AGGREGA7E g 2,000,000
S
DEOUCTIDLE S
� � RETENTION i �6,000 s ' �
A E,°�oEERSOM�unraNano OOWC56967 9-15-14 9-15-15 ✓ 70RYUMITS ea' !
ANYPROPRIETORlPAft7N@filEXECViNH E.L.EACHACCIDEM S ���000 j
OFFICERIMFh18ER EXCLU�ED?
If yee,detaibo un0or E.L dSEASE•EAfUPlOYeE S 100,000
SPECfALPROVISIONSDaIo+r E.I.pIS£ASE-POLiCYIIN�T S 500,000
OTHFJt
ADDITIONAt,INSUREDS PER ATTACWED ENDORSEM�NT, CERt OF INS ACCEPTABLE TO TFi�CITY OF OSHKOSH SHALL
BE SU8MITTED PRIOR t0 COMMENCEMENT OF THE WORK t0 tFiE APPLICABLE CITY DEPT.THESE CERTS SHALL
CONTAIN A PROVISION THAt COVERAGE AFFOREQ UNDER�'HE POI.ICIES WILL NOT BE CAiVCEL�Q OR NON RENEWED
UNTILAT LEAST 30 DAYS PRIOft WRITTEN NOTICE HAS �EEN bIVEN 1'O THE CITY CLERI<• CI1Y 0�OSHKOSH
CG 20 10�7 04 AND CG 20 37 07 Q4
CER71fICATE HOLDER O N �LIATION
CITY OF OSHKOSN ATTN:CITY CLERK $HOULbANY OF iHE ABOYE b�BCRIBED POLICIES BE CANCELi.ED BEFORH T}SE BXPfMTION
215CHURCHST bAY�1H�iR&OF,TH8155UINOINSURERriILLEHOFAVOA?ObIAIL 3U pAYSWRITTEN
PO BOX��3O N017C�t0 TNE CERTIFICAtE NOLDER NAMED TQ?IiE LEfT,dUT FAILURE TO DO SO SHAIL
OSHKOSH W I 54903-9130 IMPOSE NO 09LK3ATION OR LV181LI1Y OFANY KIND UpON tHE INSURER,I'fS AGEk7S OR
LIS7ED AS ADOITIONAL INSURED REPAE$ENtA7N&6. �
� AUTHORlZED REPRESBNIATIVE
K�VIiV KRUG
ACORD 26(200f/08) ' �ACORD CORPORATION 1988
iziisizoi4 i2:ia rnx r�ooazi000s
POI.iCY NUMB�R: (`LO f}9'� Q$� COMMERCtAI.GENERAL LIABILETY
. CCs 20 37 07 a4
7HIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFEJLLY.
ADDITIC)NAL INSURE� -- OWNERS, LESSEES QR
CONTRACTORS -- C�MPLETED t?PERATIONS .
This endorsement modifies insurance provided under the foliowing:
COMMERCIAL G�N�RAL LIABIUTY C�VERAGE PART
SCHEDULE
Name Of Additionai Insured Person(s)
�r Or anizatfon s : Location And Descrl tion Of Com leted 0 eratlons
"As r�quired by contract" "any and. ail �ob s.ites"
Information re uired to com lete this Schedule, if not shown above wi�l be shown in the Declarations.
Sectlon li — Who !s An Insured is amended to
incfude as an additional insured the persoh(s) �r
organization(s) shown In the 5chedule, but only with
respect to liability for "bodily injur�', "property dam-
age° caused, in whole or in part, by "your work" ai
the iocatian designated and describeci in the sched-
ule of this endorsement� pe�formed for that additional
insured and included in the "praducts-completed
operations hazard".
CG 20 37 07 04 O 1S0 Propettles, Inc„ 2004 Page 9 ot 4 �
11/18/2014 12:18 FAa I�0003/0003
POLICY NUIvIBER: i L00 91 482 CQMMERCIAL f�EN�RAL LfAB1117Y
CG 2610 07 0A
'THiS ENDORSEMENT CHANGES THE P�LI�Y, PLEASE READ iT CAREFULLY.
ADDITlQNAL INSURED - 4WNERS, LESS�ES OR
CONTRACTORS -� SCH�DUL�D P�RS�N OR
ORCAN��AtION
This endorsement modifies insurance provided under ihe following:
COMMERGIAL GENERAL LIABILITY C�V�RAGE f'A�l'
SCH�DULE
�Vame Of Additional lnsured person(s) .
Or Or anEzation s : Locatlon s Ot Covered� erattons
"As requi�red. by contract" "Any and a11 job sites"
Information re uired to com lefe this Schedule i(not shown above will be shown in the Declara#ions.
A. Sectlon II — Who Is An lnsured is amended to �. With respeot to the insurance affordad to these
include as an additianal insured the person(s) ot additionat insureds,the following additional exclu-
organization(s) shown in the Schedule, but only sions apply:
with respect to liability for "bodily inJury', °property
damage° or "personal and advertlsing. injury' This insurance daes not appfy to "bodily inJur�' or
caused, in whole or in part, by, • °praperty damage"occurring after:
1. Your acts or amissions; ot 1, Al! work, lncluding materials, parts or equip-
2. The acts or omissions of those acUng on yout menf furnished in connecifon with such work,
behalf; on the pro}ect(other fhan service,maintenance
or repairs) to be performed by or bn behalf of
' In the perFormance of your ongoing operations for the add)tional Insured(s) at the location of ihe
the additional insured(s) at the location(s) design• covered operations haS been campleted; or
nated above. 2, That portion of "your work° out of which the
injury or damage arises has besn put to its in-
tended use by any person or organization other
than another contractor or subcontractor en-
gaged in performing operations far a principal
as e part of the same project.
I
CG 20 9�07 04 O ISO Properties, Enc.,2004 Page 7 of 1 L�