Loading...
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�